Loading...
HomeMy WebLinkAboutContract 53792 DocuSign Envelope ID:A7D22D16-80BB-4627-9BE9-FFA5725E9r-43 City Secretary Contract No. 53792 13 202a FORTWORTH®R Cl��SRCR�AR`f VENDOR SERVICES AGREEMENT This Vendor Services Agreement ("Agreement") is made and entered into by and between the CITY OF FORT WORTH, a Texas home-rule municipal corporation(the"City"),acting by and through Dana Burghdoff, its duly authorized Assistant City Manager, and PARKMOBILE, LLC, a Delaware Limited Liability Company ("Vendor" or "Contractor" or "Parkmobile"). City and Vendor are each individually referred to herein as a"party"and collectively referred to as the"parties."The term"Vendor" or "Contractor" or "Parkmobile" shall include Vendor, Parkmobile or Contractor, and their respective officers, agents, employees, representatives, contractors or subcontractors. The term"City" shall include its officers,employees,agents, and representatives. CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Statement Of Work 3. Exhibit B—Payment Schedule; 4. Exhibit C—Signature Verification Form; 5. Exhibit D—City's RFP; 6. Exhibit E-Vendor Response to City's RFP;and 7. Exhibit F—Milestone form—Parking Reservation System All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes.In the event of any conflict between the documents,the terms and conditions of shall control in the following order: 1)this Vendor Services Agreement;2)The City's RFP; 3).Vendor's Response to City's RFP. 1. Scope of Services. Vendor hereby agrees, with good faith, to provide the City with an electronic gateway payment system and services for parking customers, as outlined in Exhibit "A". Specifically, Vendor will perform all duties outlined and described in the Statement of Work, which is attached hereto as Exhibit "A" and incorporated herein for all purposes, and further referred to herein as the"Services."Vendor shall perform the Services in accordance with applicable and appropriate standards in the industry for the same or similar services.In addition,Vendor shall perform the Services in accordance with all applicable federal,state,and local laws,rules,and regulations.If there is any conflict between this Agreement and Exhibit"A",the terms and conditions of this Agreement shall control. 1.1. City and Vendor both recognize and acknowledge the professional nature of this Agreement. Being cognizant that issues of interpretation and performance will inevitably arise, both parties agree to consult with each other and covenant to negotiate in the utmost good faith in order to ensure performance of this Agreement without hindrance. 2. Term. The initial term of the Agreement will be three(3)years and shall commence on OFFIUAL RECORD ETARY Vendor Services Agreement—PARKMOBILE,LLC. Af.g ft,T DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. April 14,2020("Effective Date")and shall expire on April 13,2023,unless terminated earlier in accordance with the provisions of this Agreement.The City shall have the sole right to renew this Agreement for two(2) additional one-year terms. If City desires to exercise an option to renew, City shall notify Vendor in writing of its intention to renew at least 60 days prior to the end of the then-current term. Compensation to be paid during any option term shall be the same as that provided for in the Initial Term. 3. Compensation. There is no cost to the City for the services and system being provided to City as outlined in Exhibit"A".All costs for the initial installation of signs, initial posting of information on every parking meter in the City, marketing, processing, customer service, and merchant fees related to the operation of the program as outlined in Exhibit"A"shall be paid for by the Vendor. Vendor may charge a convenience fee to the City's parking customers pursuant to Exhibit `B" to cover the Vendor's cost associated with this Agreement.Any changes to the convenience fee must have prior approval from the City, which will not be unreasonably withheld or delayed. If the costs incurred by the Vendor exceed the revenue generated by the convenience fee,the City shall not be responsible to reimburse,compensate,or in any way pay Vendor for the additional expenses. 4. Termination. 4.1. Convenience.Either the City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 60 days written notice of termination. 4.2. Breach. If either party commits a material breach of this Agreement, the non- breaching Party must give written notice to the breaching party that describes the breach in reasonable detail. The breaching party must cure the breach within ten (10) calendar days after receipt of notice from the non-breaching party, or other time frame as agreed to by the parties. If the breaching party fails to cure the breach within the stated period of time,the non-breaching party may, in its sole discretion, and without prejudice to any other right under this Agreement, law, or equity, immediately terminate this Agreement by giving written notice to the breaching party. 4.3. Fiscal Funding Out.In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder,the City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.4. Duties and Obligations of the Parties following Termination. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination.Upon termination of this Agreement for any reason,Vendor shall provide the City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City information or data as a requirement to perform services hereunder,Vendor shall return all City provided data to the City in a machine readable format or other format deemed acceptable to the City. 5. Disclosure of Conflicts and Confidential Information. 5.1. Disclosure of Conflicts.Vendor hereby warrants to the City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services to be performed under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to the Vendor Services Agreement—PARKMOBILE,LLC. Page 2 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. City in writing. 5.2. Confidential Information. The City acknowledges that Vendor may use products, materials, or methodologies proprietary to Vendor. The City agrees that Vendor's provision of services under this Agreement shall not be grounds for the City to have or obtain any rights in such proprietary products, materials, or methodologies unless the parties have executed a separate written agreement with respect thereto. Vendor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of the City. 5.3. Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure.A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4. Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall use commercially reasonable processes to prevent unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall notify the City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with the City in identifying what information has been accessed by unauthorized means and shall fully cooperate with the City to protect such information from further unauthorized disclosure. 6. Right to Audit. 6.1. Vendor agrees that the City shall, until the expiration of three(3)years after final payment under this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Vendor involving transactions relating to this Agreement at no additional cost to the City.Vendor agrees that the City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Vendor not less than 10 days written notice of any intended audits. 6.2. Vendor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall,until expiration of three(3) years after final payment of the subcontract,have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph.City shall give subcontractor not less than 10 days written notice of any intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent,representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor Services Agreement—PARKMOBILE,LLC. Page 3 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors and subcontractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers,agents, servants and employees, and Vendor,its officers,agents,employees, servants, contractors and subcontractors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees or subcontractors of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subcontractors of Vendor shall be entitled to any employment benefits from the City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers,agents, servants, employees or subcontractors. 8. LIABILITY AND INDEMNIFICATION. 8.1. LIABILITY - VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,WHETHER REAL OR ASSERTED,TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR,ITS OFFICERS,AGENTS, SERVANTS OR EMPLOYEES. 8.2. INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL THIRD-PARTY CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER,WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS, AND ANY RESULTING LOST PROFITS) PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, AND DAMAGES FOR CLAIMS OF INTELLECTUAL PROPERTY INFRINGEMENT,ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE ACTS OR OMISSIONS OF VENDOR, ITS OFFICERS, AGENTS, SUBCONTRACTORS, SERVANTS OR EMPLOYEES. THE INDEMNITY PROVIDED FOR IN THIS SECTION SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF CITY OR ITS OFFICERS,AGENTS,EMPLOYEES,OR SEPARATE CONTRACTORS.IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH VENDOR AND CITY, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. NOTHING HEREIN SHALL BE CONSTRUED AS A WAIVER OF THE CITY'S GOVERNMENTAL IMMUNITY AS FURTHER PROVIDED BY THE LAWS OF TEXAS. 8.3. DATA BREACH. VENDOR FURTHER AGREES THAT IT WILL MONI- TOR AND TEST ITS DATA SAFEGUARDS FROM TIME TO TIME, AND FURTHER AGREES TO ADJUST ITS DATA SAFEGUARDS FROM TIME TO TIME IN LIGHT OF RELEVANT CIRCUMSTANCES OR THE RESULTS OF ANY RELEVANT TESTING OR MONITORING.IF VENDOR SUSPECTS OR BECOMES AWARE OF ANY UNAUTHOR- IZED ACCESS TO ANY FINANCIAL OR PERSONAL IDENTIFIABLE INFORMATION ("PERSONAL DATA")BY ANY UNAUTHORIZED PERSON OR THIRD PARTY,OR BE- COMES AWARE OF ANY OTHER SECURITY BREACH RELATING TO PERSONAL DATA HELD OR STORED BY VENDOR UNDER THE AGREEMENT OR IN CONNEC- TION WITH THE PERFORMANCE OF ANY SERVICES PERFORMED UNDER THE Vendor Services Agreement—PARKMOBILE,LLC. Page 4 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. AGREEMENT OR ANY STATEMENT(S) OF WORK ("DATA BREACH"), VENDOR SHALL PROMPTLY (AND IN ANY EVENT WITHIN 72 HOURS) NOTIFY CITY IN WRITING.IN THE EVENT OF SUCH DATA BREACH, VENDOR SHALL FULLY AND TIMELY COMPLY WITH APPLICABLE LAWS,AND SHALL TAKE THE APPROPRI- ATE STEPS TO REMEDY SUCH DATA BREACH, SOLELY TO BE DETERMINED BY VENDOR.VENDOR WILL DEFEND,INDEMNIFY AND HOLD CITY,ITS AFFILIATES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES AND AGENTS, HARMLESS FROM AND AGAINST ANY AND ALL CLAIMS, SUITS, CAUSES OF AC- TION, LIABILITY, LOSS, COSTS AND DAMAGES, INCLUDING REASONABLE AT- TORNEY FEES, ARISING OUT OF OR RELATING TO ANY THIRD PARTY CLAIM ARISING FROM BREACH BY VENDOR OF ITS OBLIGATIONS CONTAINED IN THIS SECTION,EXCEPT TO THE EXTENT RESULTING FROM THE ACTS OR OMISSIONS OF CITY. VENDOR'S OBLIGATION TO DEFEND, HOLD HARMLESS AND INDEM- NIFY CITY SHALL REMAIN IN FULL EFFECT IF THE DATA BREACH IS THE RE- SULT OF THE ACTIONS OF A THIRD PARTY. 8.4. PAYMENT CARD INDUSTRY COMPLIANCE—VENDOR SHALL, AT ITS OWN EXPENSE, ENSURE THAT THE SERVICES PROVIDED UNDER THIS AGREEMENT COMPLY WITH PAYMENT CARD INDUSTRY PAYMENT SECURITY STANDARDS(PCI DSS)FOR PROCESSING, STORING,OR TRANSMITTING CREDIT CARD INFORMATION. VENDOR SHALL MAINTAIN A SECURE ENVIRONMENT FOR ALL INFORMATION AND TRANSACTIONS PROCESSED UNDER THIS AGREEMENT. FURTHER VENDOR SHALL FULLY COOPERATE WITH THE CITY IN PROVIDING ANY INFORMATION NECESSARY FOR AN AUDIT FOR COMPLIANCE WITH PCI DSS. VENDOR HEREBY AGREES TO INDEMNIFY AND HOLD CITY HARMLESS FOR ANY AND ALL CLAIMS OF LOSS OR DAMAGES FOR NON- COMPLIANCE WITH PCI DSS RELATED TO OR ARISING OUT OF ANY TRANSACTION PROCESSED UNDER THIS AGREEMENT. 8.5. INTELLECTUAL PROPERTY INFRINGEMENT. 8.5.1. The Vendor warrants that all Deliverables, or any part thereof, furnished hereunder, including but not limited to: programs, documentation, software, analyses, applications, methods,ways, and processes (in this Section Beach individually referred to as a"Deliverable" and collectively as the"Deliverables,")do not infringe upon or violate any patent,copyrights,trademarks,service marks,trade secrets, or any intellectual property rights or other third party proprietary rights,in the performance of services under this Agreement. 8.5.2. Vendor shall be liable and responsible for any and all third-party claims made against the City for infringement of any patent, copyright, trademark, service mark, trade secret, or other intellectual property rights by the use of or supplying of any Deliverable(s) in the course of performance or completion of, or in any way connected with providing the services, or the City's continued use of the Deliverable(s)hereunder 8.5.3. Vendor agrees to indemnify,defend,settle,or pay, at its own cost and expense, including the payment of attorney's fees, any third-party claim or action against the City for infringement of any patent,copyright,trade mark,service mark, trade secret, or other intellectual property right arising from City's use of the Deliverable(s), or any part thereof, in accordance with this Agreement, it being Vendor Services Agreement—PARKMOBILE,LLC. Page 5 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. understood that this agreement to indemnify, defend, settle or pay shall not apply if the City modifies or misuses the Deliverable(s).So long as Vendor bears the cost and expense of payment for claims or actions against the City pursuant to this section 8, Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right, at its own cost and expense, to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect the City's interest, and City agrees to reasonably cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against the City for infringement arising under this Agreement, the City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall participate and reasonably cooperate with the City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto.Notwithstanding the foregoing, the City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify the City under this Agreement. If the Deliverable(s), or any part thereof,is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the Deliverable(s);or(b)modify the Deliverable(s)to make them/it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the Deliverable(s); or (c) replace the Deliverable(s) with equally suitable, compatible, and functionally equivalent non- infringing Deliverable(s)at no additional charge to City;or(d)if none of the foregoing alternatives is reasonably available to Vendor,terminate this Agreement, and refund all amounts paid to Vendor by the City, subsequent to which termination City may seek any and all remedies available to City under law. VENDOR'S OBLIGATIONS HEREUNDER SHALL BE SECURED BY THE REQUISITE INSURANCE COVERAGE AND AMOUNTS SET FORTH IN SECTION 10 OF THIS AGREEMENT. 8.6. LIMITATION OF LIABILITY. TO THE EXTENT PERMITTED BY APPLICABLE LAWS 8.6.1. THE AGGREGATE LIABILITY OF VENDOR FOR ANY AND ALL LOSSES AND DAMAGES ARISING OUT OF ANY CAUSE WHATSOEVER (WHETHER SUCH CAUSE IS BASED IN CONTRACT, NEGLIGENCE, STRICT LIABILITY, OTHER TORT OR OTHERWISE) UNDER THIS AGREEMENT SHALL IN NO EVENT EXCEED THE GREATER OF(i)AN AMOUNT EQUAL TO THE TOTAL AMOUNT EARNED BY VENDOR IN CONNECTION WITH THE SERVICES;OR(ii)THE AMOUNT OF INSURANCE COVERAGE AVAILABLE TO SATISFY OR APPLICABLE TO A CLAIM AT THE TIME A CLAIM IS MADE;AND 8.6.2. EXCEPT WITH RESPECT TO VENDOR'S OBLIGATION TO INDEMNIFY, DEFEND AND HOLD CLIENT HARMLESS HEREUNDER, EACH PARTY HERETO AGREES THAT VENDOR SHALL NOT BE LIABLE TO CITY OR ANYONE ACTING THROUGH CITY UNDER ANY LEGAL THEORY (INCLUDING, WITHOUT LIMITATION, BREACH OF CONTRACT, STRICT LIABILITY, NEGLIGENCE OR ANY OTHER LEGAL THEORY) FOR Vendor Services Agreement—PARKMOBILE,LLC. Page 6 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. INCIDENTAL, PUNITIVE, CONSEQUENTIAL, INDIRECT, SPECIAL OR EXEMPLARY DAMAGES ARISING OUT OF OR RELATING TO THIS AGREEMENT 8.7. SUBCONTRACTORS — VENDOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS AND ASSIGNMENTS TO INCLUDE IN THEIR SUBCONTRACTS OR ASSIGNMENTS A RELEASE AND INDEMNITY IN FAVOR OF THE CITY IN SUBSTANTIALLY THE SAME FORM AS ABOVE. THIS SECTION SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. 9. Assignment and Subcontracting. 9.1. Vendor shall not assign or subcontract any of its duties,obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.The Vendor and assignee shall be jointly liable for all obligations under this Agreement prior to the assignment. If the City grants consent to a subcontract,the subcontractor shall execute a written agreement with the Vendor referencing this Agreement under which the subcontractor shall agree to be bound by the duties and obligations of the Vendor under this Agreement as such duties and obligations may apply. The Vendor shall provide the City with a fully executed copy of any such subcontract. Notwithstanding the foregoing, Vendor may assign its rights, interests or obligations under this Agreement in whole but not in part without the consent of the City to(i)any affiliate under common control of Vendor; (ii) any lender as security for borrowings, and(iii) any purchaser of a majority interest in or assets of Vendor. If any assignment by either party requires consent, such consent will not be unreasonably withheld or delayed by the other party. 10. Insurance. 10.1. The Vendor shall carry the following insurance coverage with a company that is licensed to do business in Texas or otherwise approved by the City: 10.1.1. Commercial General Liability: 10.1.1.1. Combined limit of not less than $2,000,000 per occurrence; $4,000,000 aggregate; or 10.1.1.2. Combined limit of not less than $1,000,000 per occurrence; $2,000,000 aggregate and Umbrella Coverage in the amount of $4,000,000. Umbrella policy shall contain a follow-form provision and shall include coverage for personal and advertising injury. 10.1.1.3. Defense costs shall be outside the limits of liability. 10.1.2. Automobile Liability Insurance covering any vehicle used in providing services under this Agreement, including owned, non-owned, or hired vehicles, with a combined limit of not less than $1,000,000 per occurrence. 10.1.3. Professional Liability(Errors & Omissions) in the amount of$1,000,000 per claim and$1,000,000 aggregate limit. Vendor Services Agreement—PARKMOBILE,LLC. Page 7 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 10.1.4. Statutory Workers' Compensation and Employers' Liability Insurance requirements per the amount required by statute. 10.1.5. Technology Liability(Errors&Omissions) 10.1.5.1. Combined limit of not less than $2,000,000 per occurrence; $4million aggregate or 10.1.5.2. Combined limit of not less than $1,000,000 per occurrence; $2,000,000 aggregate and Umbrella Coverage in the amount of $4,000,000. Umbrella policy shall contain a follow-form provision and shall include coverage for personal and advertising injury. The umbrella policy shall cover amounts for any claims not covered by the primary Technology Liability policy. Defense costs shall be outside the limits of liability. 10.1.5.3. Coverage shall include, but not be limited to, the following: 10.1.5.3.1. Failure to prevent unauthorized access; 10.1.5.3.2. Unauthorized disclosure of information; 10.1.5.3.3. Implantation of malicious code or computer virus; 10.1.5.3.4. Fraud, Dishonest or Intentional Acts with final adjudication language; 10.1.5.3.5. Intellectual Property Infringement coverage, specifically including coverage for intellectual property infringement claims and for indemnification and legal defense of any claims of intellectual property infringement, including infringement of patent, copyright, trade mark or trade secret, brought against the City for use of Deliverables, Software or Services provided by Vendor under this Agreement; 10.1.5.3.6. Technology coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, a separate policy specific to Technology E&O, or an umbrella policy that picks up coverage after primary coverage is exhausted. Either is acceptable if coverage meets all other requirements. Technology coverage shall be written to indicate that legal costs and fees are considered outside of the policy limits and shall not erode limits of liability. Any deductible will be the sole responsibility of the Vendor and may not exceed$50,000 without the written approval of the City. Coverage shall be claims-made, with a retroactive or prior acts date that is on or before the effective date of this Agreement. Coverage shall be maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance,or a full copy of the policy if requested, shall be submitted to the City to evidence coverage; Vendor Services Agreement—PARKMOBILE,LLC. Page 8 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. and 10.1.5.3.7. Any other insurance as reasonably requested by City. 10.2. General Insurance Requirements: 10.2.1. All applicable policies shall name the City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. 10.2.2. The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of the City of Fort Worth. 10.2.3. A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten(10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas St., Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 10.2.4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. 10.2.5. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. 10.2.6. Certificates of Insurance evidencing that the Vendor has obtained all required insurance shall be delivered to and approved by the City's Risk Management Division prior to execution of this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. In fulfilling its obligations under this Agreement,Vendor agrees to comply with all applicable federal,state and local laws,ordinances, rules and regulations. If the City notifies Vendor of any violation of such laws, ordinances, rules or regulations,Vendor shall immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non-discrimination covenant by Vendor, its personal representatives, assigns, subcontractors or successors in interest,Vendor agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 13. Notices. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: Vendor Services Agreement—PARKMOBILE,LLC. Page 9 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. TO THE CITY: TO VENDOR: City of Fort Worth Attn: Dana Burghdoff Parkmobile,LLC Assistant City Manager Attn: Legal Department 200 Texas Street 1100 Spring Street, Suite 200 Fort Worth TX 76102 Atlanta, GA 30309 Facsimile: (817)392-6134 Facsimile: (770) 818-9039 le;;al@parkmobile.io With Copy to the City Attorney at same address 14. Solicitation of Employees. Neither the City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement,without the prior written consent of the person's employer.This provision shall not apply to an employee who responds to a general solicitation or advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 16. No Waiver. The failure of the City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law and Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. Force Majeure. If either party is unable, either in whole or part, to fulfill its obligations under this Agreement due to acts of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; wars; blockades; insurrections; riots; epidemics; public health crises; earthquakes; fires; floods; restraints or prohibitions by any court, board, department, commission, or agency of the United States of any state; declaration of a state of disaster or of emergency by the federal,state,county,or city government in accordance with applicable law; issuance of a Level Orange or Level Red Alert by the United States Department of Homeland Security; any arrests or restraints; civil disturbances; explosions; or some other reason beyond the party's reasonable control (collectively, "Force Majeure Event"), the obligations so affected by such Force Majeure Event will be suspended only during the continuance of such event. 20. Headings Not Controlling. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. Vendor Services Agreement—PARKMOBILE,LLC. Page 10 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 22. Amendments. No amendment of this Agreement shall be binding upon a party hereto unless such amendment is set forth in a written instrument, and duly executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including any exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Vendor, their assigns and successors in interest, as to the matters contained herein.Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall,for all purposes,be deemed an original,but all such counterparts shall together constitute one and the same instrument.An executed Agreement,modification,amendment,or separate signature page shall constitute a duplicate if it is transmitted through electronic means, such as fax or e-mail, and reflects the signing of the document by any party. Duplicates are valid and binding even if an original paper document bearing each party's original signature is not delivered. 25. Warranty of Services. Vendor warrants that its services will be of a professional quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option,Vendor shall either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or(b) refund the fees paid by the City to Vendor for the nonconforming services. 25.1. DISCLAIMER OF WARRANTIES. EXCEPT FOR THE EXPRESS WARRANTIES CONTAINED HEREIN,ALL SERVICES ARE PROVIDED "AS IS."VENDOR SPECIFICALLY DISCLAIMS ALL IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, TITLE,AND NON-INFRINGEMENT,AND ALL WARRANTIES ARISING FROM COURSE OF DEALING, USAGE, OR TRADE PRACTICE. WITHOUT LIMITING THE FOREGOING, VENDOR MAKES NO WARRANTY OF ANY KIND THAT THE SERVICES, OR ANY PRODUCTS OR RESULTS OF THE USE THEREOF, WILL MEET CITY'S OR ANY OTHER PERSON'S REQUIREMENTS, OPERATE WITHOUT INTERRUPTION,ACHIEVE ANY INTENDED RESULT,BE COMPATIBLE OR WORK WITH ANY SOFTWARE, SYSTEM, OR OTHER SERVICES, OR BE SECURE, ACCURATE, COMPLETE,FREE OF HARMFUL CODE,OR ERROR FREE. 26. Network Access. 26.1. City Network Access. If Vendor, and/or any of its employees, officers, agents, servants or subcontractors(for purposes of this section"Vendor Personnel"),requires access to the City's computer network in order to provide the services herein,Vendor shall execute and comply with a Network Access Agreement that will be provided to the Vendor.The parties expressly agree that Vendor and Vendor's Personnel will not require access to City's computer network in order to provide the Services. 26.2. Federal Law Enforcement Database Access. If Vendor, or any Vendor Personnel, Vendor Services Agreement—PARKMOBILE,LLC. Page 11 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. requires access to any federal law enforcement database or any federal criminal history record information system, including but not limited to Fingerprint Identification Records System ("FIRS"),Interstate Identification Index System("III System"),National Crime Information Center ("NCIC") of National Fingerprint File ("NFF"), or Texas Law Enforcement Telecommunications Systems ("TLETS"), that is governed by and/or defined in Title 28, Code of Federal Regulations Part 20 ("CFR Part 20"), for the purpose of providing services for the administration of criminal justice as defined therein on behalf of the City or the Fort Worth Police Department, under this Agreement, Vendor shall comply with the Criminal Justice Information Services Security Policy and CFR Part 20, as amended, and shall separately execute the Federal Bureau of Investigation Criminal Justice Information Services Security Addendum.No changes,modifications,alterations, or amendments shall be made to the Security Addendum. The document must be executed as is, and as approved by the Texas Department of Public Safety and the United States Attorney General. The parties expressly agree that Vendor and Vendor's Personnel will not require access to any federal criminal history record information system or Texas Law Enforcement Tellecommunications System in order to provide the Services. 27. Immigration Nationality Act. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City and to the extent allowed by applicable law, Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all applicable Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 28. No Boycott of Israel. If Vendor has fewer than 10 employees or the Agreement is for less than$100,000,this section does not apply.Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Addendum, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 29. Signature Authority_. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. This Agreement, and any amendment(s) hereto, may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C" and incorporate herein by reference. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 30. Survival of Provisions. The parties'duties and obligations pursuant to Section 4.4(Duties and Obligations),5 (Disclosure of Conflicts and Confidential Information), Section 6(Right to Audit),and Section 8 (Liability and Indemnification) shall survive termination of this Agreement. Vendor Services Agreement—PARKMOBILE,LLC. Page 12 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. (signature page follows) Vendor Services Agreement—PARKMOBILE,LLC. Page 13 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. ACCEPTED AND AGREED: CITY: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all By: Dana Burghdoff(A 13,2020 performance and reporting requirements. Name: Dana Burghdoff Title: Assistant City Manager Date: By: Peter Elliott(Apr 10,2020) Name: Peter Elliott APPROVAL RECOMMENDED: Title: Parking Operations Manager APPROVED A�TO FORM AND LEGALITY: a By: WiMarg Jo son(Apr 10,2020) Name: William Johnson Title: Director of Transportation and Public By: Christopher Austr' (Apr10,2020) Works a.. I-._ Name: Christopher Austria 0; T 11%;4 Title: Assistant City Attorney ATTEST: 'i► .'�, CONTD"CT A UTHOR TZ ATION: M&C: -19-02fr ao-olos U' Date Approved: o3 0'to Name: Mary Kayser Form 1295 Certification No.: 0�030-51 b 310 Title: City Secretary VENDOR: PARKMOBILE,LLC D S9 ed by: By: j '�T"WA)01 Name: on Title: General Counsel Date: 4/10/2020 i Vendor Services Agreement—PARKMOBILE,LLC. _Page 14 -23---,- DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. EXHIBIT A STATEMENT OF WORK Parkmobile will provide the City a Pay-by-Phone System that offers a mobile parking payment ap- plication with an integrated payment reservation system to the City's parking customers. Customers are able to use a variety of payment options to pay for parking with the mobile solution through a smartphone application that can be used on a wide variety of smartphone platforms. The customer registers for service via the Parkmobile website or alternatives provided by Parkmobile such as through other web sites with access to the Parkmobile application and downloads an application on their smartphone which can be used to pay for parking. Customers will also be able to access the system from desktop computers from the web. Pay By Phone System 1. Parkmobile shall provide customers the ability to register for the Pay-by-Phone and Parking Reservation System 24 hours a day/7 days per week via the following options: live-body phone call during paid parking, smartphone application, and mobile and desktop web. 2. Parkmobile shall provide the following payment options for registered customers: IVR, smartphone application and mobile web.Parkmobile shall comply with all applicable Federal, state and local laws in regards to processing and storing of customer information. 3. Parkmobile shall provide toll-free,live customer service telephone support 24/7for registration and other issues. 4. Parkmobile shall clearly communicate the$0.35 convenience fee per transaction to consumers at time of transaction.Any changes to the convenience fee must have prior approval from the City,which will not be unreasonably withheld or delayed. See Exhibit "B" for further details on the convenience fee. 5. Parkmobile shall establish a system that is capable of recognizing different rates,hours of op- eration, and maximum time-limits for every paid parking block face based on day of week, time of day, and by district and sub-areas within districts. The system shall not allow parking transactions on paid parking holidays in accordance with the City's ordinance nor during peak period parking restrictions(e.g.,no parking allowed between 3 pm and 7 pm). 6. Parkmobile shall provide a self-service system(ParkMobile 360) that will allow authorized City personnel to make changes to parking rates, hours of operation and maximum time-lim- its in real-time.As a back-up,authorized City personnel can submit rate and policy change re- quests directly to Parkmobile.Parkmobile will use commercially reasonable efforts to enter City's requested changes within three(3)business days of notification from the City. The City makes system-wide changes periodically,with changes often made on an annual basis over a multiple month period.Parkmobile has no authority to modify the parking regulations or change any parking rates without the prior approval from authorized City personnel.When the City makes these system-wide changes,the City should utilize the self-service solution to enter these changes into the Parkmobile platform. If City is unable to utilize the self-ser- vice solution, Parkmobile will make these changes to its system within three(3)business days Vendor Services Agreement—PARKMOBILE,LLC. Page 15 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. of notification for each area.Parkmobile's charges must be consistent with the City's parking rates and hours of operation. 7. Parkmobile shall provide real-time enforcement integration so that the City's Parking Compli- ance Officers are able to easily ascertain if a vehicle that is not displaying time on the meter or a receipt has paid via the Pay-by-Phone System without additional hardware beyond cur- rently available iPhone and Android smartphones which Transportation and Public Works Parking(TPWP)currently possesses. 8. Parkmobile shall provide the City with designs for all informational materials including public right-of-way signs,pay station decals,and all marketing activities and collateral materials (posters,brochures,web page, etc.)for TPWP review and final approval before posting or dis- tributing the materials. Use of City of Fort Worth logos must be in accordance with City's policies and approved by the City. 9. Parkmobile shall be responsible for the initial installation of all Pay-by-Phone related signs, decals, and other information in the public right-of-way. This includes: 1)a pay station sticker with at minimum a block number,phone,and Pay-by-Phone system logo;2)posted infor- mation on the pay-to-park signs at the start of each block face; and 3)a sticker above the parking symbol on each side of the pay station with the block face number and system logo. All materials shall be consistent with TPWP's paid parking sign templates,as provided in the RFP document,Paid Parking Sign Templates. Information about the number of pay stations and block faces will be provided by the City. The parties agree that this initial installation has already taken place and Parkmobile has already fulfilled its obligation under this provision un- der City Secretary Contract No.47163 10.Parkmobile shall be responsible for developing and providing to the City an implementation schedule within ten(10)days of contract award.The implementation plan shall include a schedule for the sign and pay station markings installation for city-wide deployment along with all other tasks necessary for implementation.Within thirty(30)calendar days of the contract award date with the expectation that the first business district will be complete and ready for customers by that date;and within another thirty(30)days of that date that all metered spaces as defined in Exhibit'D"will be complete with professional work on the detail of all signage and sticker installation, training, etc., and being customer ready to "pay by phone"for all parking spaces as defined in Exhibit "D". The parties agree that Parkmobile has already ful- filled its obligation under this provision under City Secretary Contract No.47163. 11.Parkmobile shall maintain for the City a white label app that mirrors the features and fiinction- ality of the Parkmobile app but conveys and reflects the City's look and feel. The City expects that all new users to this service will be introduced strictly through the Fort Worth white label app via the dominant smartphone mobile platforms available such as iPhone,Android,etc. as well as all other ways and methods of bringing the customer onboard to use the service whether mobile web, desktop or any other form of communication to engage the customer and that those users are held as Fort Worth customers throughout the term of this contract. Parkmobile shall not be allowed to use the customer information obtained under this agree- ment for any other reason than performing services under this Agreement. 12. From time to time throughout the term,Parkmobile shall provide the City with one or more marketing proposals,with periodic plans and scheduling of events to continually market the service and increase the user base throughout the City on a quarterly or semi-annual basis as requested by TPWP. Vendor Services Agreement—PARKMOBILE,LLC. Page 16 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 13.Parkmobile shall be responsible for managing accounts,transactions,and customer service is- sues related to the Pay-by-Phone payment process.Parkmobile shall provide an easy to use customer account management website where the customer can track usage,time,date and other account information. Customers shall not be subject to spam or other emails unless au- thorized by the City and as accepted by the customer.No customer data shall be used,sourced or solicited by/from Parkmobile for any reason unless with the City's authorization.At contract termination,any customer data gained via the white label app shall be returned to the City so that it cannot be sold or used by Parkmobile after the contract expires. For purposes of this agreement,any reference to"customer,' "customer data," "customer information," or similar term shall be limited to end users who have downloaded the City's white-label app and associ- ated transactions made using the City's white-label app at parking facilities controlled by,or on behalf of,the City of Fort Worth. Parkmobile shall also use commercially reasonable efforts to ensure there is a seamless integration with the next vendor of similar services to ensure con- tinuity of service to the City of Fort Worth customer. Parkmobile shall be responsible to en- sure system uptime in excess of 99.5% and in the case of the need for maintenance service that Parkmobile not perform this work during the time of paid parking and also gives at least twenty four (24) hours of notice to the City before the start of such work. 14.Parkmobile shall integrate the Pay-by-Phone transaction data and back-office system into the City's metered pay station transaction account system.All data generated in the transactions via this system shall belong to the City and all use of this data must be authorized by the City. The City requires access to all data at all times, and requires a response to all data requests that cannot be obtained within the system immediately within forty eight(48)business hours of a request for more detailed data reports. 15. Parkmobile shall provide secure administrative password access to the back-office system to authorized City's personnel for financial accountability,reporting,ad hoc querying,revenue reconciliation and summons adjudication. The City requires a functional, easily accessible reporting portal which makes accessing,collating and extracting data a straightforward and relatively simple task.Accessed data shall not include customer's personal payment infor- mation(i.e.,full credit card number). 16.Parkmobile shall supply reports for account sign up and use,customer service issues, revenue and any additional reports necessary to properly evaluate program progress weekly for the first six weeks and monthly for the remaining portion of the contract with an option to request such reports in an ad-hoc manner as necessary and to obtain a response on ad hoc requests within twenty four(24) hours. 17. Parkmobile shall provide onsite or web-based training and manuals for authorized City per- sonnel to navigate and utilize the back office system.Parkmobile shall provide a three-year support and maintenance plan including:methods of contact; support team availability; ser- vice levels and escalations;timeframes for supporting or delivering critical security patch up- dates,updated database or web browser versions after release; software/browsers/hardware supported;updated user guides on all major updates or system changes,and warranty infor- mation 18.Parkmobile shall create,develop and consistently market a merchant validation program with an expectation of driving merchant use towards ten percent(10%)of total transactions within a year of implementation. The City prefers a validation program which eliminates the possi- bility of time gaps between customer parking and validation,thus,programs that focus on passing on validations prior to the parking event or validates by deducting a merchant prepaid sum from already existing charges would be ideal. The parties agree that Parkmobile has al- ready fulfilled its obligation under this provision under City Secretary Contract No.47163.. Vendor Services Agreement—PARKMOBILE,LLC. Page 17 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 19. Parkmobile shall create,develop and implement incentive plans to drive merchant use and local resident use in the first six(6)months of the program. The parties agree that Parkmo- bile has already fulfilled its obligation under this provision under City Secretary Contract No. 47163. 20. Parkmobile's Pay-by-Phone System shall be Payment Card Industry Data Security Standard (PCI DSS)certified.Parkmobile shall provide the City PCI DSS Level 1 compliant certificates within 4 weeks of obtaining such certificate. 21. Upon the City's reasonable written request,Parkmobile shall provide to the City an attestation by an objective third party, stating that the application has been tested for common security vulnerabilities as articulated by the Open Web Application Security Project (OWASP) Top-10. These include Structured Query Language(SQL)injection,cross-site scripting, cross-site request forgery and others. The OWASP testing shall be performed at the expense of Parkmobile and by an objective third party. 22. Parkmobile shall engage and conduct an annual independent 3rd-party audit of its financial records to ensure that the funds collected on behalf of the City have been settled appropriately with the City.Parkmobile shall also engage an independent party to perform a semi-annual audit of its internal control procedures as reflected in its SSAE 16 Report.Both audits shall include scope requirements that ensure the City's financial and operational practices with Parkmobile have been reviewed and incorporated into the results of the reports. Parkmobile shall pay for the costs of both reports and shall forward final documents to the City within fif- teen(15)calendar days of audit completion. 23. Parkmobile will act as the merchant of record in the processing of all payments via this service with the detail of the transaction breakdown and subsequent distribution of money as shown in payment schedule example Exhibit"B"utilizing similar funding methods and payment sched- ule as Parkmobile previously provided in its provision of services under City Secretary Con- tract No.47163. 24. Parkmobile shall integrate their Pay-by-Phone System with the City's existing metered pay station technology. 25. The City will work with Parkmobile to address the potential of the use of the Parkmobile app for other parking uses at no cost to the City; however, any additional scope of services must be done through an amendment to this Agreement. Parking Reservation System 26. The Vendor shall provide a parking reservation system integrated with upcoming events in an application service for the City of Fort Worth Parking Services. The Vendor shall provide the following types of registration hours(8 am to 10 pm Central Time options: live-body phone call during paid parking (CT), Monday through Sunday), sma tphone application, and mobile and desktop web. The Vendor is encouraged to provide registration options in other technologies. 24n customer support is desired. 27. Parkmobile shall clearly communicate the 14%convenience fee per reservation transaction to consumers at time of transaction in the parking reservation system. The parties agree to use commercially reasonable efforts to ensure that customers are aware of any associated convenience fees before proceeding with any transaction through the City's white-label app.. Vendor Services Agreement—PARKMOBILE,LLC. Page 18 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 28. The Vendor shall be responsible for managing accounts. 29. The Vendor shall provide onsite or web-based training and manuals for the authorized City personnel to navigate and utilize the back office system. Parkmobile shall provide a three- year support and maintenance plan including:methods of contact; support team availability; service levels and escalations;timeframes for supporting or delivering critical security patch updates,updated database or web browser versions after release; software/browsers/hard- ware supported;updated user guides on all major updates or system changes, and warranty information. The above support and maintenance plan to be exercised for one year options. 30. The City's goal is to have a phone based application(App)to guide the public to the City's facilities and inform the public on options to reserve off street garage parking and on-street and surface lot rates,upcoming events and occupancy data on and off-street in real time. 31. The reservation and event system should include occupancy data as is available by integrat- ing real time data from existing and future back office systems and made available to the City and the City's parking operators and partners. 32. The system should be able to host private parking operators to add their parking locations within the application system. The system should also be able to accommodate the addition of organizations engaged in promoting Civic events,which are events created for public par- ticipation and is sponsored, supported,or promoted by the City of Fort Worth,within the Central Business District,Hospital and University District as well as the Cultural and West 7th Districts,application should be able to be expanded to accept one or two other regions during the length of the contract. The system should be able to accommodate variable Gar- age equipment types that reports the facilities' current occupancy levels and availability and additions to that system as those may be integrated going forward. The system should be able to integrate garage management systems that accept pre-payment("reservations")for events. 33. The system should be able to take payments for off-street parking sessions with a mobile app or via a website.Revisions via the back office system by the City and its operators can be made to alter parking hours to support evening and weekend demand and allows for the im- plementation of future demand-based pricing models. 34. The Vendor shall charge customers a convenience fee to recoup the cost of production,bank fees and installation of signs/graphic decals,enforcement integration,ongoing programs,and other costs. The fee must be clearly communicated at time of transaction. The parties agree to use commercially reasonable efforts to ensure that customers are aware of any associated convenience fees before proceeding with any transaction through the City's white-label app.. Any changes to the convenience fee must have prior approval from the City, said approval will not be unreasonably withheld or delayed. 35. The Vendor shall have a system that enables the City to request significant changes to park- ing rates,hours of operation and maximum time-limits and any other operational type changes.Parkmobile will use commercially reasonable efforts to enter City's requested changes within three(3)business days of notification from the City. The City makes system- wide changes periodically,with changes often made on an annual basis over a multiple month period.Vendor has no authority to modify the parking regulations. When the City makes these system-wide changes,the Vendor shall be required to make these changes to its system within three(3)business days of notification for each area.The Vendor's charges must be consistent with the City's parking rates and hours of operation. Vendor Services Agreement—PARKMOBILE,LLC. Page 19 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 36. The app shall allow a user to provide a destination,a date and time(including"now"),and an estimated duration.For times in the future,the app shall show off-street parking locations that will be available to the customer at that time. For future times that correspond to calen- dared events,the app shall attempt to"distribute"customers among available facilities,ra- ther than directing all customers to the facility(ies)closest to the event venue,the vendor is expected to work with the City to determine rules of dispersement on this issue when de- mand for these services exceeds a certain pre-determined level in a specific location or com- bination of locations. 37. For searches for immediate parking("now"),the app shall show off-street locations that cur- rently have available parking. 38. For off-street locations,the user shall be able to tap on a facility using their smartphone and obtain information about the facility,including hours of operation,proximity to the event venue,the rates currently in effect,event rates(for those shopping for parking for later), availability of disabled parking and electric vehicle chargers,and other information custom- ers would find useful when choosing where to park.For on-street locations,the user shall be able to tap on a street segment on their smartphone and get information on the rate currently in effect,the time limit,any restrictions,including residential permit parking,and the hours of enforcement. 39. Prepayment/Reservations Once a customer knows where they would like to park(and if the session is for an event),the app shall encourage the customer to purchase parking in advance at an off-street facility.For gated facilities,the app will use the Amano API.For payments at gated facilities using the Amano system,the vendor shall accept and process the payment, then provide the completed payment data to Amano through the API.For other reservation systems,the vendor will provide details for processing reservations through its API;at this time,the proposer shall be prepared to process the payment. The customer's information shall be taken by the app and forwarded to the appropriate reservation system,to identify the vehicle upon approach or after parking the customer shall be issued a bar or QR code to be displayed through the app.Once a payment has been made,the app shall remember the reser- vations/payments, so the customer can recall it later to confirm details and use for access& exit. 40. The app and any back end processing must meet all PCI security requirements. Customers should be able to store preferred payment methods, so that payment information does not need to be entered at each transaction.At a minimum,the app shall accept the four major credit cards(Visa,Master Card,American Express,and Discover).Proposers shall be pre- pared to process payments. The City will provide an appropriate merchant account for de- posits of funds. 41. Mobile App Backend Service Requirements-The backend services and mobile app will need to interface with the following systems: The Parking Access and Revenue Control Sys- tem("PARCS")that will be deployed at two City-owned garages and multiple private gar- ages. The vendors back office system with access to all details on reservations made must be made available to the City and its garage operator in real time through the vendors back of- fice system. 42. Third Party App Integration-Some of the venues will have their own apps to enhance at- tendees' event experience.The City expects the app resulting from this solicitation to pro- vide integration points with the venue apps.For example,if a customer uses a venue app to Vendor Services Agreement—PARKMOBILE,LLC. Page 20 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. purchase admission for a specific event(at a specific date and time),the venue app should be able to link to the City Parking app to allow the customer to find and prepay for parking for that event. 43. Driving directions/wayfmding-Once a parking destination has been determined,the app shall help the customer navigate to that location in the most efficient manner,through third- party integrations,accounting for traffic and congestion,one-way streets,road and freeway ramp closures,collisions, and so forth. Vendor Services Agreement—PARKMOBILE,LLC. Page 21 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE For each on-demand transaction,the end-user will be charged a convenience fee of$0.35.This fee will be collected by Parkmobile.Any changes to the convenience fee must have prior approval from the City, which will not be unreasonably withheld or delayed. For each reservation transaction,the end-user will be charged a convenience fee of 14%of the parking fee. For illustrative purposes only, if the parking fee is $10,the end-user will be charged$11.40. This convenience fee includes: (i)a 10%convenience fee paid to Parkmobile and(ii)a 4%convenience fee paid to City. For illustrative purposes only, if the parking fee is$10,the end-user will be charged a total convenience fee of$1.40; $1.00 paid to Parkmobile and$0.40 paid to City. Any changes to the convenience fee must have prior approval from the City,which will not be unreasonably withheld or delayed. Process Description Pay by Phone Example Parldng Reservation System Transaction Transaction Example Example Transaction Revenue $3.00 $18.00 Convenience Fee Revenue $0.35 $2.52 Bank/Processing Cost to CFW $0.00 $0.00 Remittance to Vendor $0.35 $1.80 Net Revenue to City Per $3.00 $18.72(this includes the parking fee and the Transaction 4%convenience fee paid to City) Vendor Services Agreement—PARKMOBILE,LLC. Page 22 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Parkmobile,LLC 1100 Spring Street NW, Suite 200,Atlanta, GA 30309 Services to be Provided: Pay by phone system;parking reservation system Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind the Vendor and to execute any agreement,amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor.Vendor will submit an updated Form within ten(10)business days if there are any changes to the signatory authority. The City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by the Vendor. 1. Name: Jon Ziglar sijio%'CEO ocu13 1�1A_BC497 PDo ... 2. Name: Hank Vanjaria Position: CFO P DOCUSIgned by: attilc Ua.�yayia 347497_. 3. Name: Tony Stewart P � g�11egiperal Counsel YWOLV41 1glla�'urecsaea7s... Nat ,jRA?j�MOBILE,LLC ignaTge o r7esident/CEO Other Title: Date:4/10/2020 Vendor Services Agreement—PARKMOBILE,LLC. Page 23 of 23 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43�`HIBIT D FOR*T WORTH, PURCHASING DIVISION REQUEST FOR PROPOSALS (RFP) for PARKING PAY-BY-PHONE SYSTEM &PARKING RESERVATION SYSTEM RFP No. 19-0213 Issued:July 17, 2019 PROPOSAL SUBMISSION DEADLINE: ****!_**_September 5,2019 ******* NO LATE PROPOSALS WILL BE ACCEPTED RESPONSES SHALL BE DELIVERED TO: RESPONSES SHALL BE MAILED TO: CITY OF FORT WORTH PURCHASING DIVISION CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL LOWER LEVEL 200 TEXAS STREET 200 TEXAS STREET FORT WORTH,TEXAS 76102 FORT WORTH,TEXAS 76102 *********************************************** NAME AND ADDRESS OF COMPANY Pre-Proposal Conference will be held on July 31, 2019 SUBMITTING PROPOSAL: 11:00 AM, Purchasing Large Conference Room, located at 200 Texas Street, Lower Level, Fort Worth,Texas 76102. *********************************************** FOR ADDITIONAL INFORMATION REGARDING THIS RFP PLEASE CONTACT: Laurena Hamilton 817.392-8321 Contact Person: ******************** * * * **************** Title: RETURN THIS COVER SHEET WITH RESPONSE TO: Phone: ( ) Fax: ( ) RFP Email: Purchasing Division Signature: 200 Texas Street, Lower Level Printed Name: Fort Worth,Texas 76102 Will contract be available for Coonerative Aareement us ? (See Section 27. oaae 71 Yes No Acknowledgment of Addenda: #1 #2 #3 #4 #5 Request for Proposal RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 1 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 Page 1 of 1 BID SOLICITATION Printed:07/11/2019 BID OPENING DATE AND TIME: 9/05/2019 1:30:00 PM BID NUMBER: 19-0213 BUYER:Laurena Hamilton PHONE#: (817)392-8321 DELIVERY REQUIRED:8/29/2019 V Vendor Name: S City of Ft Worth E H N Address: I Finance Administration D p 200 Texas Street,3rd Floor O City,State Zip Code: FORT WORTH TX 76102 R T O Item Class-Item Quantity Unit Unit Price Total 1.000 Parking Pay by Phone and Reservations Systems 1 EA TOTAL: WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN.QUOTE MUST BE HELD FIRM FOR PERIOD OF 90 DAYS. TERM OF PAYMENT: COMPANY: DELIVERY: SIGNATURE: TELEPHONE NUMBER: NAME AND TITLE: RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 2 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 The City of Fort Worth's ("City") Transportation and Public Works Department (TPW), Transportation Management Division, is seeking proposals from qualified vendors to provide parking payment systems to address the following needs, as defined by the lot numbers below. Lot I:A complete Parking Pay-by-Phone System for all current and planned on-street paid parking areas as well as at least one (1)off-street parking area. Lot II: A Parking Reservation System for all current and planned off-street paid parking areas, this system should also be able to show on-street parking occupancy and integrate current and upcoming events which will provide parking and events information in real time. Lot III:A single parking application system which can provide information for both the Pay-by Phone and Parking Reservation System as described above. NB: Vendors can choose to bid on either Lot I or Lot 11; in the case where the vendor can provide both Lot I & II in one system there is the opportunity to bid on Lot III. 1.0 SUBMISSION OF PROPOSALS 1.1 One(1)original, seven (7) copies, and one (1)flash drive (pdfformat). All Proposal documents shall be submitted in sealed packages. Firm's name and address, RFP number, and title should be marked on the outside of the envelope. Facsimile transmittals or offers communicated by telephone will not be accepted or considered. Proposal information that is not submitted in sealed packages will not be considered. 12 Mail or Deliver Responses to the Following Address: City of Fort Worth Purchasing Division 200 Texas Street, Lower Level Fort Worth, Texas 76102 2.0 DELIVERY OF PROPOSALS Proposals must be received in the City of Fort Worth's Purchasing Division no later than 1:30 p.m., September 5, 2019. The submitting Firm is responsible for the means of delivering the proposals to the location listed in paragraph 1.2 on time. Delays due to any instrumentality used to transmit the Proposals including delay occasioned by the Firm or the City of Fort Worth's internal mailing system will be the responsibility of the Firm. Proposals must be completed and delivered in sufficient time to avoid disqualification for lateness due to difficulties in delivery. The time and date stamp clock in City of Fort Worth (City) Purchasing Division is the official clock for determining whether submittals are submitted timely. Late Proposal documents will not be accepted under any circumstances. 3.0 PROPRIETARY INFORMATION RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 3 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 3.1 If a Firm does not desire proprietary information in the Proposal to be disclosed, it is required to identify all proprietary information in the Proposal. This identification will be done by individually marking each page with the words"Proprietary Information"on which such proprietary information is found. If the Firm fails to identify proprietary information, it agrees that by submission of its Proposal that those sections shall be deemed non-proprietary and made available upon public request. 3.2 Firms are advised that the City, to the extent permitted by law, will protect the confidentiality of their Proposals. Firms shall consider the implications of the Texas Public Information Act, particularly after the RFP process has ceased and the Contract has been awarded. While there are provisions in the Texas Public Information Act to protect proprietary information, where the Firm can meet certain evidentiary standards, please be advised that a determination on whether those standards have been met will not be decided by the City of Fort Worth, but by the Office of the Attorney General of the State of Texas. In the event a request for public information is made,the City will notify the Firm, who may then request an opinion from the Attorney General pursuant to 552.305, Texas Government Code. The City will not make a request of the Attorney General. 4.0 COMPLETION OF RESPONSES 4.1 Information presented in the Proposals will be used to evaluate the professional qualifications of the Firm(s)and to determine the Firm(s)which will be selected to provide professional services to the City. 4.2 Responses shall be completed in accordance with the requirements of this RFP. Statements made by a Firm shall be without ambiguity, and with adequate elaboration, where necessary, for clear understanding. 4.3 Proposals shall be limited to a maximum of twenty(20)8-1/2"X 11"pages (one side only and including cover letter) using a font size no smaller than 11 point and one inch margins 5.0 CLARIFICATIONS AND ISSUANCE OF ADDENDA 5.1 Any explanation, clarification, or interpretation desired by a Firm regarding any part of this RFP must be requested from Laurena Hamilton, by August 14, 2019 5:00 PM CST to be able to provide answers at least seven (7)days prior to the published submission deadline, as referenced in Section 2.0 of this RFP. 5.2 If the City, in its sole discretion, determines that a clarification is required, such clarification shall be issued in writing. Interpretations, corrections or changes to the RFP made in any other manner other than writing are not binding upon the City, and Firms shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 4 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 5.3 Requests for explanations or clarifications may be faxed to the City of Fort Worth at(817) 392-8440 or emailed to FMSPurchasingResponses(a-fortworthtexas.gov Emails and Faxes must clearly identify the RFP Number and Title. 5.4 Any interpretations, corrections or changes to this RFP will be made by addendum. Sole issuing authority of addenda shall be vested in the City of Fort Worth Purchasing Division. Firms shall acknowledge receipt of all addenda within the responses. 6.0 WITHDRAWAL OF PROPOSALS A representative of the company may withdraw a Proposal at any time prior to the RFP submission deadline, upon presentation of acceptable identification as a representative of such company. 7.0 AWARD OF CONTRACT 7.1 It is understood that the City reserves the right to accept or reject any and all Proposals and to re-solicit for Proposals, as it shall deem to be in the best interests of the City of Fort Worth. Receipt and consideration of any Proposals shall under no circumstances obligate the City of Fort Worth to accept any Proposals. If an award of contract is made, it shall be made to the responsible Firm whose Proposal is determined to be the best evaluated offer taking into consideration the relative importance of the evaluation factors set forth in the RFP. 7.2 The City reserves the right to award a single contract or multiple contracts by section listed in the Scope of Work. 7.3 Tentative Schedule of Events RFP Release Date July 17,2019 Pre-Proposal Conference Wednesday, July 31, 2019, 11:00 AM Deadline for Questions August 14, 2019, 5:00 PM Response for Answers August 21, 2019, 5:00 PM Proposals Due Date September 5, 2019 by 1:30 PM Evaluation of Proposals September 16, 2019—September 20, 2019 City Council Consideration October, 2019 Notice to Proceed (anticipated) October/November,2019 8.0 PERIOD OF ACCEPTANCE Firm acknowledges that by submitting the Proposal, Firm makes an offer that, if accepted in whole or part by the City, constitutes a valid and binding contract as to any and all items accepted in RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 5 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 writing by the City. The period of acceptance of proposals is XX(XX) calendar days from the date of the opening of the RFP. 9.0 TAX EXEMPTION The City of Fort Worth is exempt from Federal Excise and State Sale Tax; therefore, tax must not be included in any contract that may be awarded from this RFP. 10.0 COST INCURRED IN RESPONDING All costs directly or indirectly related to preparation of a response to the RFP or any oral presentation required to supplement and/or clarify a Proposal(s)which may be required by the City shall be the sole responsibility of and shall be borne by the participating Firms. 11.0 NEGOTIATIONS The City reserves the right to negotiate all elements that comprise the successful Firm's response to ensure that the best possible consideration be afforded to all concerned. 12.0 CONTRACT INCORPORATION The contract documents shall include the RFP, the Response to the RFP and such other terms and conditions as the parties may agree. 13.0 NON-ENDORSEMENT If a Proposal is accepted, the successful Firm, hereinafter "Vendor", shall not issue any news releases or other statements pertaining to the award or servicing of the agreement that state or imply the City's endorsement of the successful Firm's services. 14.0 UNAUTHORIZED COMMUNICATIONS After release of this solicitation, Firms' contact regarding this RFP with members of the RFP evaluation, interview or selection panels, employees of the City or officials of the City other than the Purchasing Manager, the Minority and Women Business Enterprise (M/WBE) Office, or as otherwise indicated is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Firm shall have any contact or discussion, verbal or written, with any members of the City Council, members of the RFP evaluation, interview, or selection panels, City staff or City's Firms, or directly or indirectly through others, seek to influence any City Council member, City staff, or City's Firms regarding any matters pertaining to this solicitation, except as herein provided. If a representative of any Firm violates the foregoing prohibition by contacting any of the above listed parties with whom contact is not authorized, such contact may result in the Firm being disqualified from the procurement process.Any oral communications are considered unofficial and non-binding with regard to this RFP. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 6 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 15.0 QUALIFICATION EVALUATION PROCESS 15.1 An evaluation committee will evaluate the responses to this RFP, may interview one or more Firms, and may recommend one or more Firms to the City Manager. Selection of a Firm may be made without discussion with Firms after RFPs are received. RFPs should, therefore, be submitted on the most favorable terms. 15.2 The City's evaluation panel will review all responsive submittals and select the best evaluated proposals for further interview. 15.3 The City anticipates selecting a Firm(s)that will be recommended to the City Council for award of a contract to provide the requested services to the City. 15.4 Proposals will be evaluated and rated according to the following scale for all factors except for the Total Annual Cost. 1 Does not meet needs or minimum goals or standards 2 Meets minimum goals or standards 3 Exceeds required goals or standards 4 Exceeds required goals or standards and provides an exceptional value to the City 15.5 Points for System and Reputation of Proposer factors will be allocated to proposals based on the average rating received from the evaluation panel members.The maximum points available for each evaluation factor are listed in section 16.0 below 15.6 The City reserves the right to reject any or all RFP's. 16.0 PROPOSAL EVALUATION CRITERIA This criteria will be used separately and independently for each of the three lots 16.1 The evaluation criteria or elements listed below will be used to determine which proposal responses are most advantageous to the City. Said determination will be made in the City's best interest,and shall therefore be considered final. Responses received to this solicitation will be evaluated based on the criteria and corresponding weight given in each evaluation category listed herein. The response to the requirements of the solicitation will be used in the City's evaluation. The City's evaluation team may consider feedback from references and/or the City's direct experience with a proposing firm or a proposed sub-consultant as part of their evaluation process and consideration for scoring proposals. 16.2 Discussions may be conducted with finalist firms as determined by the evaluation team. Proposers shall be treated fairly and equally with respect to any opportunity for discussions and revisions of Proposals. Inasmuch as the City may not request best and RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 7 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 final offers, Proposers are strongly urged to provide competitive pricing since revisions may not be permitted after submissions and before the award of the Contract. 16.3 Ability to comply with RFP requirements - Points 16.4 Relevant company experience and qualifications—20 Points 16.5 Relevant experience and qualifications of proposed service personnel—10 Points 16.6 Record of Satisfactory Performance (references)—10 Points 16.7 Proposed Contract Price— _Points 17.0 GENERAL PROVISIONS The Firm will not assign its rights or duties under an award without the prior written consent of the City. Such consent shall not relieve the assignor of liability in the event of default by its assignee. 18.0 ERRORS OR OMISSIONS The Firm will not be allowed to take advantage of any errors or omissions in this RFP. Where errors or omissions appear in this RFP, the Firm shall promptly notify the City's Purchasing Division in writing of such error or omission it discovers.Any significant errors, omissions or inconsistencies in this RFP are to be reported no later than five (5)days before time for the RFP response is to be submitted. 19.0 TERMINATION 19.1 If this award results in a contract, it shall remain in effect until contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by the City with a thirty(30)day written notice prior to cancellation. In the event of termination, the City of Fort Worth reserves the right to award a contract to a Firm it deems to be in the best interest of the City. 19.2 Further, the City may terminate this contract without expense to the City in the event that funds have not been appropriated for expenditures under this contract. 20.0 TERMINATION, REMEDIES,AND CANCELLATION Right to Assurance. Whenever the City has reason to question the Firm's intent to perform, the City may demand that the Firm give written assurance of Firm's intent to perform. In the event a demand is made, and no assurance is given within ten (10)calendar days, the City may treat this failure as an anticipatory repudiation of the contract. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 8 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 21.0 CHANGE ORDERS. No oral statement of any person shall modify or otherwise change or affect the terms, conditions or specifications stated in the resulting contract.All change orders to the contract will be made in writing by the City of Fort Worth's Financial Management Services Department and signed by both parties. Change orders must be prior approved by the Fort Worth City Council when the amount exceeds$50,000.00. 22.0 VENUE The contract(s)will be governed and construed according to the laws of the State of Texas. The contract(s) is (are) performable in Tarrant County, Texas. Venue shall lie exclusively in Tarrant County, Texas. 23.0 CONFLICT OF INTEREST No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. 24.0 INSURANCE The Firm shall carry insurance in the types and amounts for the duration of the proposed contract as required by the City's Risk Manager, and furnish certificates of insurance along with copies of policy declaration pages and policy endorsements as evidence thereof. 25.0 CONTRACT CONSTRAINTS AND CONDITIONS 25.1 All services shall be provided in accordance with applicable requirements and ordinances of the City of Fort Worth, laws of the State of Texas, and applicable federal laws. 25.2 The Contract(s)awarded from this RFP shall be executed for one (3)year, with two(1) one-year options to renew. 26.0 MINORITY BUSINESS ENTERPRISE (MBE)/SMALL BUSINESS ENTERPRISE (SBE) REQUIREMENTS A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the Minority/Women Owned Business Enterprise(M/WBE) Office, in accordance with the Business Diversity Enterprise (BDE) Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. 27.0 COOPERATIVE PURCHASING 27.1 Should other governmental entities decide to participate in this contract, Firms, shall indicate in their proposals whether they agree that all terms,conditions,specification, and pricing would apply. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer,Laurena Hamilton 817-392-8321 Page 9 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 27.2 If the successful Firm agrees to extend the resulting contract to other governmental entities, the following will apply: Governmental entities when utilizing Contracts with the City will be eligible, but not obligated,to purchase material/services under this contract(s) awarded as a result of this RFP. All purchases by governmental entities other than the City will be billed directly to that governmental entity and paid by that governmental entity. The City will not be responsible for another governmental entity's debts. Each governmental entity will order its own material/services as needed. 28.0 PAYMENT Disbursement of parking meter fees and any additional revenue to be disbursed to the City must be delivered to the City Treasurer within three (3) business days of the transaction with clear delineation and detail of transactions,transaction location and category of transaction provided with each disbursement. 29.0 CERTIFICATE OF INTERESTED PARTIES FORM 1295 The successful Proposer is required to complete online and notarize the Certificate of Interested Parties Form 1295 and the form shall be submitted to the Purchasing contact listed in the solicitation before the purchase/contact shall be presented to the City Council. Form to be completed at https://www.ethics.state.tx.us/whatsnew/elf_info_forml295.htm. 30.0 CHANGE IN COMPANY NAME OR OWNERSHIP The Contractor shall notify the City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official shall sign the letter. A letter indicating changes in a company name or ownership shall be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments 31.0 CONTRACTOR QUALIFICATIONS Listed in section 39.0 32.0 BACKGROUND INFORMATION 32.1 Currently, the City of Fort Worth's on-street paid parking is offered via Parkeon Pay Stations with pay and display stations as well as with Cale Max meters and POM, Inc. multiple-and single-space parking meters. The off-street lots are Parkeon Pay-by-Space Stations. Pay Stations currently accept three payment options: coins, credit card and debit card. The City currently operates 3118 on-street paid spaces in the central business district as well as in four(4)outlying business clusters with multiple hourly rates and RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 10 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 different time-limits with variation in some instances by location. There are 142 Parking Pay Stations, 11 Cale Max single space and 31 Cale Max dual space meters and 519 multiple space and 391 single-space electronic parking meters. See meter operational hours in Appendix A. 32.2 Exhibit A, Number of Paid Parking Spaces by District and Routes. This shows the number of paid spaces by district, route and rates, using the latest configuration and parking hours of operation. This information is provided for a baseline projection of future transactions. 32.3 Parking enforcement is conducted by the Transportation and Public Works Parking Department(TPWP) and citations are completed through Tyler technology e-Citation writer. The City of Fort Worth is currently contracted through Tyler Technologies to use e- citation devices for compliance and enforcement for each Parking Compliance Officer (PCO). (PCO) is equipped with a smart phone, which is currently an Apple iPhone, but could also be an Android phone. The Pay-by-Phone system shall be required to interface with either iPhone or Android platforms with an application and system that can deliver confirmation of payment information in a quick and efficient manner so the average time of transaction from completion of customer payment to confirmation via the application on the PCO device is in real time without any discernible delay. Firm shall also explain the end-to- end process detailing time for each step in the process from registration of a first-time user to confirmation of payment by the PCO device. Documentation from existing Municipal operations detailing average process time for each constituent step in this process. 32.4 The City has two garages in the central business district. The Houston street garage(1050 spaces)and the Commerce Street garage (760 spaces). Both garages operate using Amano McGann equipment and are serviced by Mitchell Time and Parking. 32.5 The City has 110 spaces dedicated to commercial loading zones, 60 spaces to valet zones, and 32 spaces for tour buses and twenty spaces for Transportation Network Companies. 32.6 The City has 20 spaces partially dedicated to TNC (Transportation Network Companies like LYFT, Uber) in the West 7th Urban Village these zones operate between 8PM to 3 AM. 32.7 Merchant of Record to accept all payments for parking via Pay-by-Phone and the Parking Reservation System will be the Firm. The disbursement of parking fees and any additional revenue to be disbursed must be delivered to the City Treasurer within three (3) business days of receipt with clear delineation and detail of transactions and category of transaction provided with each disbursement. 32.8 Allows for integration of back office operation with existing metered parking back office systems, garage operations equipment systems and discussion of the Firm's ability to integrate with future parking systems with examples from other such adaptation after Pay- RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 11 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 by-Phone system startup, the key here is the communication on the quality and depth of Firm personnel resources to adapt to such change 32.9 The intent of this project is to have a phone application/website developed to reserve and guide the public to the City's parking facilities and the City's partnership network of facilities and inform the public of facility rates, events, event rates, occupancy and hours of operation. 32.10 Applications must be able to integrate with our current parking and revenue control systems in order to relay occupancy information to the public. 32.11 Applications must be fully functional on both Android and iOS devices. 32.12 Applications to have back office access to allow staff to change/add information as needed as wells as adding additional facilities. 32.13 Additional information about the City's parking locations, maps, rates, operations, can be found at Parking Services'website at hftp://fortworthtexas.gov/parkinq/ 33.0 SCOPE OF SERVICES—PAY BY PHONE The City is interested in a Parking Pay-by-Phone System that offers the following services: This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: 33.1 The Firm shall provide the following types of registration hours (8 am to 10 pm Central Time options: live-body phone call during paid parking (CT), Monday through Sunday), smartphone application, and mobile and desktop web. The Firm is encouraged to provide registration options in other technologies. 33.2 The Firm shall provide the following payment options for registered customers: IVR, Single Mobility System (SMS), smartphone application, and mobile web. The Firm is encouraged to provide payment options in NFC-enabled and other innovative payment formats. The Firm is required to comply with all Federal, state and local laws in regards to processing and storing of customer information. 33.3 The Firm shall provide toll-free, live customer service telephone support(for registration and other issues)from 8 am to 10 pm CT, Monday through Sunday, 24/7 customer support is desired. 33.4 The Firm shall charge customers a convenience fee to recoup the cost of production, bank fees and installation of signs/graphic decals, enforcement integration, ongoing programs, RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 12 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 and other costs. The fee must be clearly communicated at registration and at time of transaction. The contract with the City will set the terms for any changes to the convenience fee. 33.5 The Firm shall establish a system that is capable of recognizing different rates, hours of operation, and maximum time-limits for every paid parking block face based on day of week, time of day, and by district and sub-areas within districts. The system shall not allow parking transactions on paid parking holidays nor during peak period parking restrictions (e.g., no parking allowed between 3 pm and 7 pm on specific blockfaces). 33.6 The Firm shall have a system that enables the City to request change to parking rates, hours of operation and maximum time-limits and any other operational type changes to be made within three (3) business days of notification from the City. The City makes system- wide changes periodically, with changes often made on an annual basis over a multiple month period. Firm has no authority to modify the parking regulations. When the City makes these system-wide changes, the Firm shall be required to make these changes to its system within three (3) business days of notification for each area. The Firm's charges must be consistent with the City's parking rates and hours of operation.Additionally the City has not implemented variable demand driven rates which will require rate change at most once per week and thus in that specific case will require rate change in some zones to be changed within 48 hours of request. 33.7 The City intends this program to only be for making payments at available (unoccupied) parking spaces within paid parking areas following all posted sign regulations. The intent is for customers to specify up front the amount of time to purchase. There is no requirement to allow the customer to request a refund for paid time unused. This program is not intended to be used as an online reservation system of specificspaces. 33.8 The Firm shall provide real-time electronic enforcement integration so that TPWP Compliance is able to easily ascertain if a vehicle that is not displaying time on the meter or a receipt has paid via the Pay-by-Phone System without additional hardware beyond currently available TPWP equipment. The Firm will also be required to interface pay by phone information and system with Tyler Technologies e-Citation system which will be used by the PCO team in 2019. 33.9 The Firm shall provide the City with designs for all informational materials including public right-of-way signs, pay station decals, and all marketing activities and collateral materials (posters, brochures, web page, etc.)for TPWP review and final approval before posting or distributing the materials. Use of City of Fort Worth logos must be in accordance with City's policies and approved by the City. 33.10 The Firm shall be responsible for installation of all Pay-by-Phone related signs, decals, and other information in the public right-of-way. This includes: 1)a pay station sticker with at minimum a block number, phone, and Pay-by-Phone system logo; 2) posted information on or adjacent to the pay to park signs at both ends of each block face; and 3)a sticker in close proximity to the parking symbol on each side of the pay station with the blockface RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 13 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 number and system logo.All materials shall be consistent with TPWP's paid parking sign templates, as provided in Exhibit C, Paid Parking Sign Templates. Information about the number of pay stations and block faces is provided in Exhibit 13, Current Parking Rates. 33.11 The Firm shall be responsible for developing and providing to the City an implementation schedule within 10 days of contract award. The implementation plan shall include a schedule for the sign and pay station markings installation for city-wide deployment along with all other tasks necessary for implementation. 33.12 The Firm shall be responsible for managing accounts. The marketing proposal shall cover the entire term of the contract and all extensions, if so exercised, with periodic plans and scheduling of events to continually market the service and increase the user base throughout the City on a quarterly or semi-annual basis at minimum with reports issued twice yearly reporting progress in this area. 33.13 The Firm shall be responsible for managing accounts,transactions, and customer service issues related to the Pay-by-Phone payment process. The Firm shall provide an easy to use customer account management website where the customer can track usage, time, date and other account information. Customers shall not be subject to spam or other emails unless authorized by the City and as accepted by the customer. No data can be used, sourced or solicited by/from the Vendor for any reason unless with the City's authorization.At contract termination, any customer data shall be deleted and/or returned to the City so that it cannot be sold or used after the contract expires. 33.14 The Firm shall integrate the Pay-by-Phone transaction data and back-office system into the City's metered pay station transaction account system.All data generated in the transactions via this system shall belong to the City and all use of this data must be authorized by the City. The City requires access to all data at all times, and requires a response to all data requests that cannot be obtained within the system immediately within 48 hours of a request for more detailed data reports. 33.15 The Firm shall provide secure administrative password access to the back office system to authorized City's personnel for financial accountability, reporting, ad hoc querying, revenue reconciliation and summons adjudication. The City requires a functional, easily accessible reporting portal which makes accessing, collating and extracting data a straightforward and relatively simple task. Accessed data shall not include customer's personal payment information (i.e., full credit card number). 33.16 The Firm shall supply reports for account sign up and use, customer service issues, revenue and any additional reports necessary to properly evaluate program progress weekly for the first six weeks and monthly for the remaining portion of the contract with an option to request such reports in an ad-hoc manner as necessary and to obtain a response on ad hoc requests within 48 hours. The Firm shall describe reporting options in their response to this RFP. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 14 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 33.17 The Firm shall provide onsite or web-based training and manuals for the authorized City personnel to navigate and utilize the back office system. Describe in detail the training program and time requirement for a fully trained user. Describe the support model used to support the system. Specify proposed demarcation of responsibilities between the City and the Firm. Provide a detailed list of the necessary resources and expertise, complete with personnel job descriptions,which shall be required for the City to maintain the system once implemented. Provide a five-year support and maintenance plan including: methods of contact; support team availability; service levels and escalations; timeframes for supporting or delivering critical security patch updates, updated database or web browser versions after release; software/browsers/hardware supported; updated user guides on all major updates or system changes, and warranty information 33.18 The Firm shall create, develop and consistently market a merchant validation program. The Firm shall create, develop and implement incentive plans to drive merchant use and local resident use in the first six months of the program. 33.19 Allows customers to pay for a specific period of parking time with a single call or action 33.20 Allows customers an option to be informed at a predetermined time period of the expiration of their paid parking session 33.21 Allows purchase of additional parking time(not past the maximum time allowed for that specific time zone) 33.22 Does not allow purchase when desired time includes restricted parking periods on that block face (e.g. morning and afternoon commute peak period parking restrictions or during City-established paid parking holidays—See Appendix A, City of Fort Worth Meter Locations and Hours/Holiday Schedule) 33.23 Allows for prepayment of parking up to two hours prior to daily listed start time per block face(This is not intended to be a reservation system, but a payment held in escrow for the vehicle in the space until the meter operational hours goes intoeffect.) 33.24 Allows merchants to validate on-street parking and/or other creative ways to enhance the overall customer and neighborhood business experience 33.25 Merchant of Record to accept all payments for parking via Pay-by-Phone will be the Firm. The disbursement of parking meter fees and any additional revenue to be disbursed must be delivered to the City Treasurer within three (3) business days of receipt with clear delineation and detail of transactions and category of transaction provided with each disbursement. 33.26 Allows for integration of back office operation with existing metered parking back office systems and discussion of the Firm's ability to integrate with future parking systems with examples from other such adaptation after Pay-by-Phone system startup,the key here is RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 15 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 the communication on the quality and depth of Firm personnel resources to adapt to such change. 34.0 SCOPE OF SERVICES—PARKING RESERVATION SYSTEM This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Reservation System for the City: 34.1 This RFP requests proposals from qualified vendors to provide a parking reservation system integrated with upcoming events in an application service for the City of Fort Worth Parking Services. The Firm shall provide the following types of registration hours (8 am to 10 pm Central Time options: live-body phone call during paid parking (CT), Monday through Sunday), smartphone application, and mobile and desktop web. The Firm is encouraged to provide registration options in other technologies. 24/7 customer support is desired. 34.2 Please note that 2 different garage sites are the base of this system, with the plan of adding additional garages once established. 34.3 The Firm shall be responsible for managing accounts. The marketing proposal shall cover the entire term of the contract and all extensions, if so exercised, with periodic plans and scheduling of events to continually market the service and increase the user base throughout the City on a quarterly or semi-annual basis at minimum with reports issued twice yearly reporting progress in this area. 34.4 The Firm shall provide onsite or web-based training and manuals for the authorized City personnel to navigate and utilize the back office system. Describe in detail the training program and time requirement for a fully trained user. Describe the support model used to support the system. Specify proposed demarcation of responsibilities between the City and the Firm. Provide a detailed list of the necessary resources and expertise, complete with personnel job descriptions,which shall be required for the City to maintain the system once implemented. Provide a five-year support and maintenance plan including: methods of contact; support team availability; service levels and escalations; timeframes for supporting or delivering critical security patch updates, updated database or web browser versions after release; software/browsers/hardware supported; updated user guides on all major updates or system changes, and warranty information 34.5 The City's goal is to have a phone based application (App) to guide the public to the City's facilities and inform the public on options to reserve off street garage parking and on-street and surface lot rates, upcoming events and occupancy data on and off-street in realtime. 34.6 The reservation and event system should include occupancy data as is available by integrating real time data from existing and future back office systems and made available to the City and the City's parking operators. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 16 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 34.7 This system should be able to host private parking operators to add their parking locations within the application system. 34.8 The system should also be able to accommodate the addition of organizations engaged in promoting civic events within the Central Business District, Hospital and University District as well as the Cultural and West 7th Districts, application should be able to be expanded to accept one or two other regions during the length of thecontract. 34.9 The system should be able to accommodate variable Garage equipment types that reports the facilities' current occupancy levels and availability and additions to that system as those may be integrated going forward. 34.10 The system should be able to integrate garage management systems that accept pre-payment("reservations")for events. 34.11 The system should be able to take payments for off-street parking sessions with a mobile app or via a website. Revisions via the back office system by the City and its operators can be made to alter parking hours to support evening and weekend demand and allows for the implementation of future demand-based pricing models 34.12 The Firm shall charge customers a convenience fee to recoup the cost of production, bank fees and installation of signs/graphic decals, enforcement integration, ongoing programs, and other costs. The fee must be clearly communicated at registration and at time of transaction. The contract with the City will set the terms for any changes to the convenience fee. 34.13 Omitted. 34.14 The Firm shall have a system that enables the City to request significant changes to parking rates, hours of operation and maximum time-limits and any other operational type changes to be made within three (3) business days of notification from the City. The City makes system-wide changes periodically, with changes often made on an annual basis over a multiple month period. Firm has no authority to modify the parking regulations. When the City makes these system-wide changes, the Firm shall be required to make these changes to its system within three (3) business days of notification for each area. The Firm's charges must be consistent with the City's parking rates and hours of operation. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 17 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 34.15 The app shall allow a user to provide a destination, a date and time (including "now"), and an estimated duration. For times in the future, the app shall show off-street parking locations that will be available to the customer at that time. For future times that correspond to calendared events, the app shall attempt to"distribute"customers among available facilities, rather than directing all customers to the facility(ies)closest to the event venue, the firm is expected to work with the City to determine rules of dispersement on this issue when demand for these services exceeds a certain pre-determined level in a specific location or combination of locations. 34.16 For searches for immediate parking ("now"), the app shall show off-street locations that currently have available parking, as well as the likelihood of finding on-street parking in the vicinity. On-street availability the app shall show a block face and indicate the probability of being able to park there: high, medium, or low probability. Many apps use green, yellow, or red line segments on maps to indicate the probability to drivers. The app shall use the data from sensors, as well as from other sources, such as the City's parking database, to determine, for a given area,the likelihood that a driver will be able to find a parking space at the current time, and convey that information to the user. For on street locations the app also needs to show other curb use functions such as passenger loading zones,valet zones, bus loading zones, commercial loading zones Transportation Network company zones (Uber, Lyft)as well as basic information on the use (time restrictions and use)as supplied by the City(see map at the bottom of the page at the following website http://fortworthtexas.gov/parking/meters/ 34.17 For off-street locations, the user shall be able to tap on a facility using their smartphone and obtain information about the facility, including hours of operation, proximity to the event venue, the rates currently in effect, event rates (for those shopping for parking for later), availability of disabled parking and electric vehicle chargers, and other information customers would find useful when choosing where to park. For on-street locations, the user shall be able to tap on a street segment on their smartphone and get information on the rate currently in effect, the time limit, any restrictions, including residential permit parking, and the hours of enforcement. Prepayment/Reservations Once a customer knows where they would like to park(and if the session is for an event),the app shall encourage the customer to purchase parking in advance at an off-street facility. For gated facilities, the app will use the Amano API. For payments at gated facilities using the Amano system, the vendor shall accept and process the payment, then provide the completed payment data to Amano through the API. For other reservation systems, the vendor will provide details for processing reservations through its API; at this time, the proposer shall be prepared to process the payment. I Ic customer's information shall be taken by the app and forwarded to the appropriate reservation system, to identify the vehicle upon approach or after parking the customer shall be issued a bar or QR code to be displayed through the app. Once a payment has been made, the app shall remember the reservations/payments, so the customer can recall it later to confirm details and use for access&exit. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 18 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 34.19 The app and any back end processing must meet all PCI security requirements. Customers should be able to store preferred payment methods, so that payment information does not need to be entered at each transaction.At a minimum, the app shall accept the four major credit cards (Visa, Master Card,American Express, and Discover). Proposers shall be prepared to process payments. The City will provide an appropriate merchant account for deposits of funds. 34.20 Mobile App Backend Service Requirements -The backend services and mobile app will need to interface with the following systems: The Parking Access and Revenue Control System ("PARCS")that will be deployed at two City-owned garages and multiple private garages. The vendors back office system with access to all details on reservations made must be made available to the City and its garage operator in real time through the vendors back office system. 34.21 Third Party App Integration -Some of the venues will have their own apps to enhance attendees' event experience. The City expects the app resulting from this solicitation to provide integration points with the venue apps. For example, if a customer uses a venue app to purchase admission for a specific event(at a specific date and time), the venue app should be able to link to the City Parking app to allow the customer to find and prepay for parking for that event. 34.22 Driving directions/wayfinding -Once a parking destination has been determined, the app shall help the customer navigate to that location in the most efficient manner, accounting for traffic and congestion, one-way streets, road and freeway ramp closures, collisions, and so forth. The app also shall allow for City Staff data input. The app should take the user to an entrance of the garage, and, if there are multiple entrances, have the ability to disperse the users, based upon origin point or othercriteria. 34.23 Proposers are encouraged to describe additional functionality they would recommend for this app for future implementation. 35.0 The City's project goals for the Pay-by-Phone Systems are to: 35.1 Select a Firm with expertise in providing Pay-by-Phone Parking System, particularly in municipal on-street parking environments as well as being capable to operate in an off- street environment. The parking meter fees paid by the user and any additional net return will be disbursed to the City Treasury within three (3) business days of receipt. 35.2 Obtain the best quality program to maximize customer convenience and add considerable parking payment options. 35.3 Choose a Firm who strives to meet the following points: charge a reasonable convenience fee for services offered, cover processing and bank transaction costs on Pay-by-Phone RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 19 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 transactions which enables the City to retrieve full regular parking fees with minimal new cost. 35.4 Employ a system where rates and operational schedules can be programmed and re- programmed in a flexible and ad-hoc manner that does not require any system down-time. 35.5 Provide regular reporting on trends, productivity and performance. 35.6 Utilize Firm installed Pay-by-Phone related signs, decals, and other information in the public right-of-way. 35.7 Integrate Pay-by-Phone back-office system with existing metered parking back-office systems. 35.8 The parking meter fees paid by the user and any additional net return will be disbursed to the City Treasury within three (3) business days of receipt. 35.9 The City is interested in the use of Pay-by-Phone services for other solutions. Please provide a summary of the top three other alternative solutions currently provided by the Firm and identify where these services are provided and the verifiable impact of these services. 36.0 The City's project goals for the Reservation Parking Systems are to: 36.1 Select a Firm with expertise in providing Parking Reservation/Prepayment System, particularly in municipal off-street parking environments and also with expertise in providing on street occupancy information.All fees paid by the user and any additional net return will be disbursed to the City Treasury within three (3) business days of receipt. 36.2 Obtain the best quality program to maximize customer convenience and add considerable parking payment options. 36.3 Choose a Firm who strives to meet the following points: charge a reasonable convenience fee for services offered, cover processing and bank transaction costs on parking reservations and prepayment transactions which enables the City to retrieve full regular parking fees plus new revenue from the convenience fees with minimal newcost. 36.4 Employ a system where rates and operational schedules can be programmed and re- programmed in a flexible and ad-hoc manner that does not require any system down-time. 36.5 Provide regular reporting on trends, productivity and performance. 36.6 Utilize Firm installed Parking Reservation/Prepayment related signs, decals, and other information as agreed upon with the City. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 20 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 36.7 Integrate all existing back-office systems, off street with existing metered parking back- office systems. 36.8 The parking meter fees paid by the user and any additional net return will be disbursed to the City Treasury within three (3) business days of receipt. 36.9 The City is interested in the use of Parking Reservation system services for other solutions. Please provide a summary of the top three other alternative solutions currently provided by the Firm and identify where these services are provided and the verifiable impact of these services. 37.0 REVENUE AND EXPENDITURE BREAKOUT—PAY BY PHONE SYSTEM The Firm's response shall include a revenue and expenditure breakout using the structure shown below in items 34.1 through 34.6. Key assumptions are 5,000 transactions at an average of$2.00 per transaction.Assume a convenience fee of$0.35 per transaction. Please detail and explain any significant break points relative to number of transactions or any other possible arrangement which changes or may change the basic revenue or cost construct. Firm's response shall outline the detail of bank and any other transaction costs, net remittance to Firm and net revenue to the City. In no way shall this estimate be construed as a guarantee by the City of a certain level of service or revenue for the Firm. 37.1 Revenue from parking transaction 37.2 Revenue from convenience fee 37.3 Bank Transaction cost 37.4 Other Processing costs 37.5 Remittance to Vendor 37.6 Net Revenue to City 37.7 The Proposal with the lowest processing and bank fees in combination with the best net revenue return in the short and long term to the City will be awarded maximum points on proposed contract price. 38.0 REVENUE AND EXPENDITURE BREAKOUT—PARKING RESERVATION SYSTEM The Firm's response shall include a revenue and expenditure breakout using the structure shown below in items 35.1 through 35.6. Key assumptions are 1,000 transactions at an average of$18.00 per transaction.Assume a convenience fee of 8% per transaction. Please detail and explain any significant break points relative to number of transactions or any other possible arrangement which changes or may change the basic revenue or cost construct. Firm's response shall outline the detail of bank and any other transaction costs, RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 21 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 net remittance to Firm and net revenue to the City. In no way shall this estimate be construed as a guarantee by the City of a certain level of service or revenue for the Firm. 38.1 Revenue from parking transaction 38.2 Revenue from convenience fee 38.3 Bank Transaction cost 38.4 Other Processing costs 38.5 Remittance to Vendor 38.6 Net Revenue to City 38.7 The Proposal with the lowest processing and bank fees in combination with the best net revenue return in the short and long term to the City will be awarded maximum points on proposed contract price. 39.0 MINIMUM QUALIFICATIONS -PAY BY PHONE SYSTEM The following are minimum qualifications and licensing requirements the Firm must meet. Proposals that do not meet the minimum qualifications shall be rejected by the City without further consideration: 39.1 The Firm shall have a minimum of three(3)year of experience operating a Pay-by-Phone Parking System which includes at least three (3) municipal on-street parking systems in cities with a population of greater than 100,000 and more than 1,000 metered on-street parking spaces. 39.2 The Firm shall be capable of launching the Pay-by-Phone Parking System by October 15, 2018, or thereafter as the City directs. Launching the system means that at least one business cluster(as agreed to by the City and the Firm)shall have a fully functional Pay- by-Phone Parking zone in operation, and remaining neighborhoods will roll out on a consistent basis thereafter with a the launch date of two weeks from the start of the first Pay-by-Phone Parking zone. 40.0 MINIMUM QUALIFICATIONS— RESERVATION PAYMENT SYSTEM The following are minimum qualifications and licensing requirements the Firm must meet. Proposals that do not meet the minimum qualifications shall be rejected by the City without further consideration: RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 22 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 40.1 The Firm shall have a minimum of one (2)year of experience operating a Reservation payment Parking System which includes at least one (2) municipal off-street parking reservation system and also providing on-street parking system occupancy data in cities with a population of greater than 100,000 with more than 1,000 metered on-street parking spaces. 40.2 The Firm shall be capable of launching the Reservation Parking System by January 15, 2020, or thereafter as the City directs. Launching the system means that(as agreed to by the City and the Firm)shall have a fully functional Reservation Parking for the two City garages in operation, and remaining features (Events function, on street occupancy and other information will roll out on a consistent basis thereafter with a full launch date of four weeks from the start of the Prepayment/Reservation Parking system. 41.0 MANDATORY TECHNICAL REQUIREMENTS The following are the mandatory technical requirements that the Firms must meet for the proposal to remain eligible for consideration. The Firm must clearly show that the service meets this mandatory technical requirement, or the proposal will be rejected as non-responsive. The City requests a definitive response to each of the mandatory technical requirements as part of the response to this RFP, to clearly show compliance to the mandatory technical requirements. The RFP Coordinator may choose to determine mandatory technical requirements by reading the response for mandatory technical requirements alone, so the submittal should be sufficiently detailed to clearly show how the Firm meets the mandatory technical requirements without looking at any other material. Firms who do not clearly respond to the mandatory technical requirements shall be rejected by the City without further consideration: 41.1 The Firm's both Systems shall be Payment Card Industry Data Security Standard (PCI DSS) certified. Firms shall submit PCI DSS and Payment Card Industry-Payment Application Data Security Standard (PCI-PA DSS) Level appropriate compliant certificates with their proposal documents. Failure to do so will result in a non-responsive Proposal rating. 41.2 The Firm shall provide to the City an attestation by an objective third party, stating that the application has been tested for common security vulnerabilities as articulated by the Open Web Application Security Project(OWASP) Top-10. These include Structured Query Language (SQL) injection, cross-site scripting, cross-site request forgeryand others. See www.owasp.org for details. The OWASP testing shall be performed at the expense of the Firm and by an objective third party. The attestation may be an Executive Summary of the technical report which states that the application has been tested against the aforementioned standards and found to be free of security defects. 42.0 SUMMARY OF COMPETITIVE ADVANTAGE RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 23 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 42.1 Provide a summary of your company's competitive advantage in the implementation, delivery and execution of service of either product. Describe how this advantage is sustained and how this will benefit the City. Please provide details which are meaningful and verifiable. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 24 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 APPENDIX A City of Fort Worth Meter Locations and Hours/Holiday Schedule Meters are located in the central business district, the medical district and in the University District surrounding TCU. Meters in these areas are operational from 8 a.m. to 6 p.m. Monday through Friday and are free after 6 p.m. and all day Saturdays and Sundays. Meters located in the West 7th Urban Village are operational from 10 a.m. to 10 p.m. Sunday through Saturday, seven days per week.All meters are free on City of Fort Worth observed holidays: Meters located in the Cultural District are on Will Rogers West and are operational 6 a.m. to 10 p.m. seven days a week.All meters are free on City of Fort Worth observed holidays: New Year's Day Martin Luther King Jr.'s Birthday Memorial Day Independence Day Labor Day Veterans' Day Thanksgiving Day Thanksgiving Friday • Christmas Day RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 25 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 EXHIBIT A Number of Paid Parking Spaces by District, Routes and Rates CITY OF FORT WORTH METER COUNT ROUTE DISTRICT DESCRIPTION operational Audit 1X 2X 3X 4X Total Name Route Name Spaces Posts Posts Posts Posts Posts Spaces 64 0 0 0 0 0 64 1 CBD TAYLOR 83 43 21 9 8 5 83 2 CBD Lower 185 82 39 5 16 22 185 4 CBD COMMERCE 77 43 23 9 8 3 77 5 CBD EAST 130 53 14 15 10 14 130 7 W7 Crockett 86 51 16 35 0 0 86 6 CBD WEST 183 71 18 12 23 18 183 8 CBD HILTON 169 90 47 19 12 12 169 9 CBD LAMAR 112 66 44 6 8 8 112 12 CBD Hill 21 11 1 10 0 0 21 15 CD Cultural Dist 34 9 0 0 2 7 34 16 CBD Henderson 80 38 17 4 13 4 80 20 CBD TEXAS 179 73 20 14 25 14 179 46 CBD THE 119 88 62 23 1 2 119 48 CBD NE 149 43 0 2 19 22 149 58 CBD Terry 112 42 7 10 15 10 112 68 HD Medical 53 17 1 2 8 6 53 70 CBD TCU 83 39 23 0 4 12 83 84 CBD SE 56 28 15 4 3 6 56 CL1 CBD Citizen's Lot 55 2 55 101 CBD Belknap 107 14 107 102 CBD Weatherford 85 12 85 201 CBD Park 73 11 73 202 CBD Annex 78 10 78 203 CBD Hall 111 11 111 301 CBD TCC 98 11 98 302 CBD Plaza 99 13 99 401 CBD Houston 59 9 59 402 CBD Sundance 88 14 88 403 CBD & UD Main 80 13 80 501 W7 e W 7th 113 12 113 502 W7 w W 7th 97 11 97 TOTALS 3118 1030 368 179 175 165 3118 EXHIBIT B RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 26 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 Current City of Fort Worth Parking Rates Timeaeriod I I I Hourly Rate CBD, Hospital/University/Cultural Districts 30 minutes $1.50 1 & 2 Hours $1.50 4 Hours $0.75 10 Hours $0.50 Off Street Lot Rate Lot-CL1 $1.50 All Day $7.00 W 7th Urban Vilkgee Rate 10am-4pm $1.00 4pm-10pm 1 $2.50 RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 27 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 EXHIBIT C Parking Sign Templates �J Exhibit C.PDF RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 28 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 Size:12'x24' Hole Font:NA Text Color:As Shown Comer Type:Rounded Sheet#:14 Bg Color:White Radius:1 5" Pantone#NA Sheeting:HI Inset:NA Sales:KM Substrate:K3 Border:NA Des! r-.JC • Sign #14 f DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 ATTACHMENT A CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire")the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement.An offense under Chapter 176 is a Class C misdemeanor. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 30 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Date Received Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person doing business with local governmental entity. 2. ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or Firm of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 31 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C& D, must be completed for each officer with whom the filer has affiliation or business relationship.Attach additional pages to this Form CIQ as necessary. A Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes ❑ No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? ❑ Yes ❑ No D. Describe each affiliation or business relationship. 6. Describe any other affiliation or business relationship that might cause a conflict of interest. 7. Signature of person doing business with the governmental entity Date RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens September 5,2019 1:30 PM CST Buyer, Laurena Hamilton 817-392- 8321 Page 32 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 SAMPLE City Secretary Contract No. FORT WORTH. VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT("Agreement")is made and entered into by and between the CITY OF FORT WORTH("City"), a Texas home rule municipal corporation,acting by and through , its duly authorized Assistant City Manager, and , ("Vendor"), a , and acting by and through its duly authorized , each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule;and 4. Exhibit C—Verification of Signature Authority Form. Exhibits A,B and C,which are attached hereto and incorporated herein,are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement,the terms and conditions of this Agreement shall control. 1. Scope of Services. [simple description of scope of services]. Exhibit"A,"-Scope of Services more specifically describes the services to be provided hereunder. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below ("Effective Date")and shall expire on ,20 ("Expiration Date"),unless terminated earlier in accordance with this Agreement("Initial Term"). City shall have the option,in its sole discretion,to renew this Agreement under the same terms and conditions,for up to ( ) one-year renewal options, at City's sole discretion. 3. Compensation. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit`B,"—Price Schedule. Total payment made under this Agreement for the first year by City shall be in an amount up to Dollars Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. Vendor Services Agreement Page 1 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 4. Termination, Vendor Services Agreement Page 2 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties.In the event that this Agreement is terminated prior to the Expiration Date,City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination.Upon termination of this Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it shall treat all information provided to it by City("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.3 Unauthorized Access. Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access,modify, delete or otherwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit.Vendor agrees that City shall,until the expiration of three(3)years after final payment under this contract, or the final conclusion of any audit commenced during the said three Vendor Services Agreement Page 3 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. years,have access to and the right to examine at reasonable times any directly pertinent books,documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. Indegendent Contractor. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement,and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees,Vendors and subVendors.Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees,servants,Vendors and subVendors.Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants,employees or subVendor of Vendor.Neither Vendor,nor any officers,agents,servants,employees or subVendor of Vendor shall be entitled to any employment benefits from City.Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself,and any of its officers,agents, servants, employees or subVendor. 8. Liabilily and Indemnification. 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED,FOR EITHER PROPERTYDAMAGE OR LOSS(INCLUDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS,ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS, AGENTS,SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement,it being understood that this agreement to defend,settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor shall have the right to conduct the defense of any such claim or action and all Vendor Services Agreement Page 4 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim;however,Vendor shall fully participate and cooperate with City in defense of such claim or action.City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted,Vendor shall, at its own expense and as City's sole remedy,either: (a)procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible,and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or(d)if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. Insurance.Vendor shall provide City with certificate(s)of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate Vendor Services Agreement Page 5 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made,and maintained for the duration of the contractual agreement and for two(2)years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A-VII Vendor Services Agreement Page 6 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management.If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with anywork pursuant to this Agreement. 11. Compliance with Laws.Ordinances.Rules and Regulations.Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subVendors and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORSS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth , Attn: ,Assistant City Manager Title 200 Texas Street Fort Worth,TX 76102-6314 Facsimile: (817)392-8654 Facsimile: With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Emj)loyees. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Vendor Services Agreement Page 7 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. Notwithstanding the foregoing,this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue.This Agreement shall be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted, at law or in equity,is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severabilitv_. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. Force Majeure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problems and/or any other similar causes. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel.The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A,B,and C. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirely of Agreement. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein.Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Countergarts. This Agreement may be executed in one or more counterparts and each counterpart shall,for all purposes,be deemed an original,but all such counterparts shall together constitute one and the same instrument. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and Vendor Services Agreement Page 8 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option,Vendor shall either(a)use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immigration Nationality Act. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownershin of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City shall be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product shall be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim,lien for balance due,or rights of retention thereto on the part of City. 28. Signature Authority.The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C".Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Company Name or Ownership. Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. No Boycott of Israel.If Vendor has fewer than 10 employees or this Agreement is for less than$100,000,this section does not apply.Vendor acknowledges that in accordance with Chapter Vendor Services Agreement Page 9 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. (signature page follows) Vendor Services Agreement Page 10 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and Name:a reporting requirements. N Title: Assistant City Manager Date: ,20_ By: Name: APPROVAL RECOMMENDED: Title: APPROVED AS TO FORM AND LEGALITY: By: Name: Title: By: Name: ATTEST: Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: By: Name: Title: City Secretary VENDOR: By: Name: Title: Date: ,20_ Vendor Services Agreement Page 11 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 EXHIBIT A SCOPE OF SERVICES Vendor Services Agreement—Exhibit A Page 11 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 EXHIBIT B PRICE SCHEDULE Vendor Services Agreement—Exhibit B Page 12 of 13 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority.City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/CEO Other Title: Date: Vendor Services Agreement—Exhibit C Page 13 of 13 hibit,'T - o \ a17 " i 001 ark o' biwie low Ago City of Fort Worth,, TX RFP No. 19-0213 Parking Pay by Phone & Parking Reservation System ` �-r-,;f�a r k Mbdu.=-submission 07 ` \mac ` {� •♦ ``ter _,,. �� .. .. ''• �%l /y ��.` ��'/ /l pv Fw PARK .. • � ' September 5, 2019 am FORTWORTH •'• r r DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 S September 3, 2019 Ms. Laurena Hamilton and Mr. Peter Elliot Purchasing Division 200 Texas Street, Lower Level Fort Worth,Texas 76102 Re: ParkMobile's response to Parking Pay-by-Phone System&Parking Reservation System RFP No. 19- 0213 Ms. Laurena Hamilton and Mr. Peter Elliot: ParkMobile is pleased to provide our response to the City of Worth's RFP for a Parking Pay-by-Phone System & Parking Reservation System. After careful review of the RFP, we can confidently state that ParkMobile exceeds your desired Program Scope as outlined, and we are eager to continue working with the City to create innovative technology solutions that connect parking and mobility ecosystems, eliminating friction and maximizing convenience for Fort Worth customers. ParkMobile leads the industry in every mobile parking payment program metric in the US, including users,transactions, adoption, integrations, and functionality.The joint accomplishments and milestones we have celebrated with the City of Fort Worth over the last three and a half years have played a large part in our growth and success. We appreciate the faith and trust the City of Fort Worth has shown in our products and services up to this point, allowing tens of thousands of Fort Worth's constituents and visitors to utilize the FW Park application and ParkMobile for their parking needs. Three and a half years, 116,000 FW Park app downloads, and more than 800,000 on-street transactions later, the program continues expand rapidly. Last month 10,227 unique users combined for 30,387 on-street transactions, resulting in 43% YoY user growth and 23%YoY transaction growth for the program. While we feel we have provided detailed responses that highlight our unique ability to continue to provide the City of Fort Worth with industry leading technology now and far into the future, we welcome the opportunity to demonstrate and discuss any item(s) that require further explanation in a formal presentation at a time that suits the City. Yours truly, i Jon r CEO RFP No.19-0213 City of Fort Worth DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FoRTWORTH. qq'11 PURCHASING DIVISION REQUEST FOR PROPOSALS(RFP) for PARKING PAY-BY-PHONE SYSTEM&PARKING RESERVATION SYSTEM RFP No. 19.0213 Issued:July 17,2019 PROPOSAL SUBMISSION DEADLINE: ***August 29,2019 RESP NO LATE PROPOSALS WILL BE�pTED O NSES SHALL BE DELIVERED T0: RESPONSES SHALL BE MAILED TO: CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL CITY OF FORT WORTH PURCHASING DIVISION 200 TEXAS STREET LOWER LEVEL FORT WORTH,TEXAS 76102 200 TEXAS STREET FORT WORTH, TEXAS 76102 Pre-Proposal Conference will be held on p�^ol.: M NAME AND ADDRESS OF COMPANY Purchasing Large Conference Room,located SUBMITTING PROPOSAL: at 200 Texas Street Lower Level, Fort Worth,Texas 76102. PazkMobil LLC 100 S rin Street NW Suite 200 FOR ADDITIONAL INFORMATION Atlanta,Georgia 30309 REGARDING THIS RFP PLEASE CONTACT: Laurena Hamilton 817-392-8321 Contact Person: David ljovt RETURN THIS COVER SHEET WITH RESPONSE TO: Title: SVP Sales Phone: (305)776 9757 Fax: ( ) RFP Email: Purchasing Division vi o arkm bile.io 200 Texas Street, Lower Level Signature: Fort Worth, Texas 76102 Printed Name: David Hoyt Will contract be available for Cooperative Agreement Acknowledgment of Addenda:#9 us ? (See Section 27, page 7)Yeses No �_#2`�#3 X #5 Request for Proposal DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 �x Page 1 of i BID SOLICITATION Printed:07/11/2019 BID OPENING DATE AND TIME: 812912019 1:30:00 PM BID NUMBER: 19-0213 BUYER:Laurena Hamilton PHONE#: (817)392-8321 DELIVERY REQUIRED:8/29/2019 V Vendor Name:E ParkMobile,LLC S City of Ft Worth H N Address: 1100 Spring Street,NW,Suite 200 I Finance Administration D p 200 Texas Street,3rd Floor 0 City,State Zip Code: Atlanta GA 30309 FORT WORTH TX 76102 R T Item Class-Item Quantity Unit Uni!Price Total 1.000 ParkMobile OnDemand Mobile Parking Transaction Fee 1 EA $0.35 $0.35 1.000 ParkMobile Reservations Systems Parking Fee 1 EA 13% 13% of parking feE of parking fee TOTAL: $0.35 Pus o WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN.QUOTE MUST BE HELD FIRM FOR PERIOD OF 90 DAYS. TERM OF PAYMENT: ParKMobife is MOR COMPANY: DELIVERY: Remitted to City Weekly SIGNATURE: TELEPHONE NUMBER: 305,776.9757 NAME AND TITLE: RFP 19-0213 Pay By Phone&Reservation Systems Bid Opens August 29,2019 1:30 PM CST Buyer,Laurena Hamilton B17-392-8321 _ Page 2 of 32 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of •rt Worth Minimum • • by Phone:. ... .. not meet the minimum qualifications shall be rejected by the City without further consideration: 39.1 The Firm shall have a minimum of three(3) ParkMobile exceeds these requirements year of experience operating a Pay-by- Phone Parking System which includes at ParkMobile has continuously provided on and least three(3)municipal on-street parking off-street mobile parking services in North systems in cities with a population of greater America since 2010. Current deployments than 100,000 and more than 1,000 metered include New York City, Dallas, Houston, on-street parking spaces. Philadelphia and Washington,DC. Moreover, our industry leadership is exemplified by eight municipal and eight university mobile parking partnership across Texas creating a ParkMobile Network Effect in the State. 39.2 The Firm shall be capable of launching the ParkMobile exceeds these requirements Pay-by-Phone Parking System by October 15,2018,or thereafter as the City directs. ParkMobile is the City of Fort Worth's Launching the system means that at least incumbent on-street and permitting mobile one business cluster(as agreed to by the parking vendor City and the Firm)shall have a fully functional Pay-by-Phone Parking zone in Our team partnered with the 01yofFortWorth operation,and remaining neighborhoods to develop and deploy the Chy's branded will roll out on a consistent basis thereafter smartphone mobile payment application-FW with a the launch date of two weeks from Park. Additionally, since we are the mobile the start of the first Pay-by-Phone Parking parking partner for the City of Dallas, zone. ParkMobile's combined DFW mobile payment solutions reinforce our value to Fort Worth's constituents and visitors City of Fort Worth Minimum Qua I ification s-Rese rvations:The following are minimum qualifications and licensing requirements the Firm must meet. Proposals .. not meet the minimum qualifications shall be rejected by the City without further consideration: 40.1 The Firm shall have a minimum of one(2) ParkMobile exceeds these requirements year of experience operating a Reservation payment Parking System which includes at Today, we dell ver our Industry leading services to least one(2)municipal off-street parking partners like the City of Tampa, the New reservation system and also providing on- Brunswick Parking Authority as well as across the street parking system occupancy data in State of Texas with the CityofHouston,University cities with a population of greater than of Texas at Austin, TexasA&M,and the University 100,000 with more than 1,000 metered on- ofNorth Texas street parking spaces. ParkMobile partners with lNR/X to provide occupancy data in the native application forover Pagel of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Minimum Qua I ification s-Rese rvations:The following are minimum qualifications and licensing requirements the Firm must meet. Proposals that do not meet the minimum qualifications shall be rejected by the City without further consideration: 100 cities in the USA, including Houston, Minneapolis,and Phoenix. 40.2 The Firm shall be capable of launching the ParkMobile exceeds these requirements Reservation Parking System by January 15, 2020,or thereafter as the City directs. ParkMobile is the City of Fort Worth's incumbent Launching the system means that(as agreed on street and permitting mobile parking vendor. to by the City and the Firm)shall have a fully Our team partnered with your staff to develop functional Reservation Parking for the two and deploy the FW Park customized City garages in operation,and remaining smartphone application and we are ready to features events function,on street continue the same level of expertise for Fort occupancy and other information will roll Worth's reserva don off-street operations. out on a consistent basis thereafter with a full launch date of four weeks from the start Due to our existing Fort Worth operations, of the Prepayment/Reservation Parking ParkMobile's reservations services can be system. implemented on any City-owned facilities now or in the future. Moreover, ParkMobile is the only vendor that can deliver through FW Park a consolidated on- and off-street mobile parking application. ScopeCity of Fort Worth provides ..- . Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments The City is interested in a Parking Pay by Phone System that offers the following services: 33.1 The Firm shall provide the following types of ParkMobile satisfies this requirement. registration hours(8 am to 10 pm Central Time options: live-body phone call during Today, Fort Worth customers enjoy a free, paid parking(CT),Monday through Sunday), intuitive and easy to follow account smartphone application,and mobile and registration process that is quickly completed desktop web.The Firm is encouraged to either through (i) the City's FW Park branded provide registration options in other smartphone application; (V) ParkMobile's IVR technologies. platform (using a regional Texas toll free number); and (W) any WiFi enabled smart device orinternet connected PC. 33.2 The Firm shall provide the following ParkMobile exceeds these requirements payment options for registered customers: IVR,Single Mobility System (SMS), Fort Worth patrons have 24171365 access to smartphone application,and mobile web. ParkMobile's toll-free IVR services and we have The Firm is encouraged to provide payment nationwide experience with options like NFCand options in NFC-enabled and other OR Codes as part of our service delivery efforts innovative payment formats.The Firm is For example, in August 2019 ParkMobile Page 2 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments required to comply with all Federal,state processed more than 30,000 mobile parking and local laws in regard to processing and payments(combination ofapp, web, and lVR) storing of customer information. for the City of Fort Worth. 33.3 The Firm shall provide toll-free,live ParkMobile satisfies these requirements customer service telephone support(for registration and other issues)from 8 am to We deliver24/7/365customersupportto the City 10 pm CT,Monday through Sunday,24/7 of Fort Worth with a 24171365 regional toll free customer support is desired. number. 877-727-5953(877PARK953). ScopeCity of Fort Worth provides ..- . Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments ParkingThe City is interested in a Pay by Phone System that offers the following services: 33.4 The Firm shall charge customers a ParkMobile accepts these requirements convenience fee to recoup the cost of production,bank fees and installation of As the incumbent mobile parking provider for signs/graphic decals,enforcement Fort Worth we have delivered cost effective integration,ongoing programs,and other services, including a reasonable convenience costs.The fee must be clearly fee to your constituents since the outset of communicated at registration and at time of operations During our tenure, ParkMobile's transaction.The contract with the City will team has regularly worked with the City ofFort set the terms for any changes to the Worth to ensure all elements of this highly convenience fee. successful mobile parking program are exceeded at no cost to the City. Please see Pricing Proposal for details 33.5 The Firm shall establish a system that is ParkMobile satisfies these requirements capable of recognizing different rates,hours of operation,and maximum time-limits for Through ourZAR(Zone and Rate)workplan,all every paid parking block face based on day of the City's parking spaces were geocoded of week,time of day,and by district and sub- before operations began. This exhaustive areas within districts. effort allows FW Park's mobile parking The system shall not allow parking operations to mirror existing services transactions on paid parking holidays nor Moreover, the ZAR enables Fort Worth's during peak period parking restrictions(e.g., mobile parking services to recognize and no parking allowed between 3 pm and 7 pm apply different rates and hours of service, on specific block faces). including dynamic pricing,for different sub- zones down to specific block faces across Fort Worth. Page 3 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments 33.6 The Firm shall have a system that enables ParkMobile exceeds these requirements the City to request change to parking rates, hours of operation and maximum time- Presently, the City of Fort Worth has limits and any other operational type unlimited access to customizable mobile changes to be made within three(3) parking configurations Our Account business days of notification from the City. Management team is available to your staff The City makes system-wide changes during the regular hours of operation and periodically,with changes often made on an consistently demonstrates our commitment to annual basis over a multiple month period. the City's mobile parking program by Firm has no authority to modify the parking deploying operational changes within the regulations.When the City makes these timeline identified in this procurement. system-wide changes,the Firm shall be required to make these changes to its We are also ready to schedule introduction of system within three(3) business days of our newestplatform-ParkMob&360. notification for each area. The Firm's charges must be consistent with The newParkMobile360Self-Administration the City's parking rates and hours of Portal will allow the City of Fort Worth team operation.Additionally,the City has to make rate and policy changes that will implemented variable demand driven rates reflect in the application in near real-time. which will require rate change at most once per week and thus in that specific case will Please see ParkMobile 360 Self- require rate change in some zones to be Administration section for details changed within 48 hours of request. 33.7 The City intends this program to only be for ParkMobile accepts these requirements making payments at available(unoccupied) parking spaces within paid parking areas Most of our 3,000+ active mobile parking following all posted sign regulations.The deployments are for unoccupied(pay as you go) intent is for customers to specify up front payment services As Fort Worth's current the amount of time to purchase.There is no vendor, ParkMobile delivers the added requirement to allow the customer to advantage of full integrations with the City's request a refund for paid time unused.This smartparking partners Therefore, we remain program is not intended to be used as an the best choice for FW Park's pay by phone online reservation system of specific spaces. services ensuring seamless service delivery and unmatched functionality. 33.8 The Firm shall provide real-time electronic ParkMobile satisfies these requirements enforcement integration so that TPWP Compliance is able to easily ascertain if a Our integrated services for Fort Worth include vehicle that is not displaying time on the coordinated enforcement with Tyler meter or a receipt has paid via the Pay-by- Technologies e-Citation system using open Phone System without additional hardware Application Interface Programming (APIs). beyond currently available TPWP Today, we use open APIs to deliver industry equipment. leading enforcement to State of Texas partners Page 4 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments The Firm will also be required to interface like Dallas, Houston, the University of Texas at pay by phone information and system with Austin,University ofNorth Texas and Texas &M. Tyler Technologies e-Citation system which Please see The ParkMobile Platform for details will be used by the PCO team in 2019. 33.9 The Firm shall provide the City with designs ParkMobile exceeds these requirements for all informational materials including public right-of-way signs,pay station decals, We provide Fort Worth with customized and all marketing activities and collateral sticker/decals for your entire City mobile materials(posters,brochures,web page, parking program. Our experience designing etc.)for TPWP review and final approval mobile parking stickers and decals extends before posting or distributing the materials. throughout the State of Texas for university and Use of City of Fort Worth logos must be in municipaloperations accordance with City's policies and approved by the City. Please see ParkMobile Marketing and Advertising section for details on ParkMobile's industry leading services we provide the City at no additional costs 33.10 The Firm shall be responsible for ParkMobile accepts these requirements installation of all Pay-by-Phone related signs, decals,and other information in the public From the outsetofmobi/e parking operations, right-of-way.This includes: 1)a pay station we have delivered branded and customized sticker with at minimum a block number, signage, decals and marketing to the City of phone,and Pay-by-Phone system logo;2) Fort Worth,including.• posted information on or adjacent to the pay to park signs at both ends of each block 1) FWParkcustom decalsforpaystation kiosks face;and 3)a sticker in close proximity to 2) FWPark custom decals for meters the parking symbol on each side of the pay 3) FWPark custom signage station with the block face number and system logo.All materials shall be consistent Our marketing and account management teams with TPWP's paid parking sign templates. continue to work hard to ensure all designs are consistent with TPWP's design templates and confirm City approval before sign/decal orders are placed and shipped. 33.11 The Firm shall be responsible for Not Applicable. As the incumbent mobile developing and providing to the City an parking partner for both the cities of Fort implementation schedule within 10 days of Worth and Dallas,ourindustry/eading on-and contract award. off-street mobility solutions are fully deployed The implementation plan shall include a for your public parking operations in your schedule for the sign and pay station region. markings installation for city-wide deployment along with all other tasks With that said, our team is ready to deploy necessary for implementation. additional-street-facing decals and signage Page 5 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments throughout West 7h to further boost FW Park awareness and adoption. 33.12 The Firm shall be responsible for managing ParkMobile exceeds these requirements accounts.The marketing proposal shall cover the entire term of the contract and Today, we manage accounts and provide all extensions,if so exercised,with periodic comprehensive marketing support at no plans and scheduling of events to additional costs to the City. Last month, continually market the service and increase ParkMobile processed over 30,000 FW Park the user base throughout the City on a mobile parking transactions and across the quarterly or semi-annual basis at minimum State,ourmembersperformed over225,000 with reports issued twice yearly reporting transactions, averaging over 5,800 mobile progress in this area. parking sessions per day. Please see ParkMobile Marketing and Advertising section for details 33.13 The Firm shall be responsible for managing ParkMobile exceeds these requirements accounts,transactions,and customer service issues related to the Pay-by-Phone payment Across the State of Texas our members use the process.The Firm shall provide an easy to ParkMobile system to pay for parking in cities like use customer account management website Houston,Dallas and E/Paso,just to name a few. where the customer can track usage,time, date and other account information. In Fort Worth, we manage mobile parking Customers shall not be subject to spam or accounts, transactions and customer service other emails unless authorized by the City concerns on behalf of the City, Moreover, and as accepted by the customer.No data ParkMobile users in Texas are able to track can be used,sourced or solicited by/from every mobile parking session through our the Vendor for any reason unless with the platform, including usage, time, dates, City's authorization.At contract termination, receipts and other customizable information. any customer data shall be deleted and/or returned to the City so that it cannot be sold ParkMobile does not spam our 15+million users. or used after the contract expires. We maintain reasonable contact with customers who have opted into marketing communications via email, in-app, messages, and push notifications to update them on new app functionality, locations where they can use their ParkMobile membership, etc. Our users remain ParkMobile members until they choose to delete theirmembership. 33.14 The Firm shall integrate the Pay-by-Phone ParkMobile satisfies these requirements transaction data and back-office system into the City's metered pay station transaction As FW Park's incumbent mobile parking account system.All data generated in the partner ParkMobile is fully integrated with the Page 6 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments transactions via this system shall belong to City's other smart parking vendors and the City and all use of this data must be enforcementpartner, Tyler Technologies Our authorized by the City. record ofsuccess with your team means there The City requires access to all data at all is no learning curve related to continued FW times and requires a response to all data Parkpaybyphone services. requests that cannot be obtained within the system immediately within 48 hours of a Currently, ParkMobile provides City staff with request for more detailed data reports. access to FWParkmobile parking data atall times either through customizable Reporting Portal or ad hoc information upon request. Our team remains ready to accommodate any data requirement ofFort Worth staff. 33.15 The Firm shall provide secure ParkMobile satisfies these requirements administrative password access to the back- office system to authorized City's personnel Today, we deliver to FW Park mobile parking for financial accountability,reporting,ad operations free 24171365 secure credentialed hoc querying,revenue reconciliation and access to our back office that includes data for summons adjudication.The City requires a Rnancial accountability, querying, revenue functional,easily accessible reporting portal collection and enforcement purposes like ticket which makes accessing,collating and adjudication. extracting data a straightforward and relatively simple task.Accessed data shall Additionally, ParkMobile is excited to have not include customer's personal payment recently introduced enhanced reporting information (i.e.,full credit card number). capabilities to the Fort Worth team through ParkMobile360. Our analytics and ParkMobile 360 self-administration tools allow for greater insight into mobile payment adoption, growth, and trends, as well as ad hoc reportin . 33.16 The Firm shall supply reports for account ParkMobile exceeds this requirement. sign up and use,customer service issues, revenue and any additional reports Recently, we updated our regular reporting to necessary to properly evaluate program include our new ParkMobile 360 advanced progress weekly for the first six weeks and analytics package,allowing Citystaffto obtain monthly for the remaining portion of the not only standard, but also enhanced reports contract with an option to request such on trends, productivity and overall platform reports in an ad-hoc manner as necessary performance. and to obtain a response on ad hoc requests within 48 hours.The Firm shall describe Please see ParkMobile360'Self-Administration reporting options in their response to this Portal section of this submission. RFP. Page 7 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments 33.17 The Firm shall provide onsite or web-based ParkMobile accepts this requirement. training and manuals for the authorized City personnel to navigate and utilize the back- We regularly provide free training to our office system.Describe in detail the training municipal partners ParkMobile is ready to program and time requirement for a fully continue working with City of Fort Worth trained user. Describe the support model staff on how to best use the comprehensive used to support the system.Specify set of mobility solutions available to your proposed demarcation of responsibilities team. between the City and the Firm. ParkMobile is prepared to provide onsite Provide a detailed list of the necessary and/or web-based training for the duration of resources and expertise,complete with any new agreement with Fort Worth. personnel job descriptions,which shall be required for the City to maintain the system Fort Worth's experience with ParkMobile once implemented.Provide a five-year demonstrates the City will notneed to budget support and maintenance plan including: anynew resources or expertise to fully deploy methods of contact;support team and maintain the FW Park mobile parking availability,service levels and escalations; platform. timeframes for supporting or delivering critical security patch updates,updated ParkMobile's Atlanta based Development database or web browser versions after Team is staffed with full time software release;software/browsers/hardware engineers and developers that perform in- supported;updated user guides on all major house patch updates as well as software and updates or system changes,and warranty hardware upgrades information. City of Fort Worth is not responsible for purchasing licenses or require any warranties to use ParkMobile's out of the box industry leading on and off-street mobile parking services 33.18 The Firm shall create,develop and ParkMobile exceeds these requirements consistently market a merchant validation program.The Firm shall create,develop and Today, we provide partners across North implement incentive plans to drive America with customizable validations merchant use and local resident use in the functionality, including enhanced options for first six months of the program. our ParkMobile Pro members 33.19 Allows customers to pay for a specific ParkMobile satisfies these requirements period of parking time with a single call or action ParkMobile members across the State of Texas use our easyprocess to payfor on and off-street parking with a single call or action. Page 8 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments Please see ParkMobile OnDemand Smart Parking Process section. 33.20 Allows customers an option to be informed ParkMobile exceeds these requirements at a predetermined time period of the expiration of their paid parking session. Citypatrons have the flexibility to customize their alerts and receive them via text(SMS) and/or email. This functionalityincludes the option to choose notifications between 30 to S minutes before the end ofa session. 33.21 Allows purchase of additional parking time ParkMobile exceeds this requirement. (not past the maximum time allowed for that specific time zone). FWPark users can pay and extendparking up to the max time allowed in the zone. 33.22 Does not allow purchase when desired ParkMobile exceeds this requirement time includes restricted parking periods on that block face(e.g.morning and afternoon Current configurations in the ParkMobile commute peak period parking restrictions or system prevent mobile parking sessions during City-established paid parking during designatedhoursin Fort Worth,such holidays. loading zone restrictions and aid holida s 33.23 Allows for prepayment of parking up to ParkMobile satisfies this requirement two hours prior to daily listed start time per block face(This is not intended to be a Fort Worth's existing mobile parking platform reservation system,but a payment held in supports complexparking options,including escrow for the vehicle in the space until the prepayments meter operational hours goes into effect.) 33.24 Allows merchants to validate on-street ParkMobile exceeds these requirements parking and/or other creative ways to enhance the overall customer and Ourindustryleading merchant discounting neighborhood business experience. options are available toFWParkpatronstoday ParkMobile is ready to work with the Fort Worth team to customize FW Park discounting options 33.25 Merchant of Record to accept all payments ParkMobile satisfies these requirements for parking via Pay-by-Phone will be the Firm.The disbursement of parking meter Today,ParkMobile is the Merchant of Record fees and any additional revenue to be (MOR)for Fort Worth mobile parking sessions disbursed must be delivered to the City and remits the total parking amount collected Treasurer within three(3) business days of back to the City on a weekly basis receipt with clear delineation and detail of transactions and category of transaction provided with each disbursement. Page 9 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments We are ready to continue delivering these merchantprocessing services on behalf of theFWParkmobile parAing program, 33.26 Allows for integration of back office ParkMobile exceeds these requirements operation with existing metered parking back office systems and discussion of the ParkMobile leads the mobile parking industry Firm's ability to integrate with future with 350+ integrations across parking parking systems with examples from other technology service providers Our integrations such adaptation after Pay-by-Phone system include open Application Interface Programming startup,the key here is the communication (APIs) with every leading meter vendors and on the quality and depth of Firm personnel parking systems in North America. resources to adapt to such change. ParkMobile is ready to compliment Fort Worth's smart parking efforts now and in the future as the FW Park team adapts to changes in the Indust providesThis section . . provide a Parking Reservation System for the City: 34.1 This RFP requests proposals from qualified ParkMobile satisfies this requirement vendors to provide a parking reservation system integrated with upcoming events in Presently, we provide the most advanced and an application service for the City of Fort innovative transient and event-based Worth Parking Services.The Firm shall reservations and prepaid services in the provide the following types of registration industry, ready 'out of the box' to enable hours(8 am to 10 pm Central Time options: patrons to identify,reserve andpayforparking live-body phone call during paid parking in real time using any personal computer or (CT),Monday through Sunday),smartphone commonly used smart devices in North application,and mobile and desktop web. America. The Firm is encouraged to provide registration options in other technologies. ParkMobile reservations services are currently 24/7 customer support is desired. used daily for off-street parking services throughout Texas, including Texas A&M, University of North Texas, and the City of Houston. 34.2 Please note that 2 different garage sites are ParkMobile's team regularly adds off-street the base of this system,with the plan of locations to our reservation platform. Please see adding additional garages once established. ParkMobile Reservations and Prepaid Parking section for details 34.3 The Firm shall be responsible for managing ParkMobile exceeds these requirements accounts.The marketing proposal shall cover the entire term of the contract and all Today, ParkMobile manages 15+ million extensions,if so exercised,with periodic accounts for our members and provide our Page 10 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments plans and scheduling of events to municipal partners with comprehensive continually market the service and increase marketing support at no additional costs. the user base throughout the City on a Our marketing team works with Fort Worth quarterly or semi-annual basis at minimum staff to customize initiatives and we are with reports issued twice yearly reporting prepared to deliver semi-annual reports. progress in this area. Please see ParkMobile Marketing and Advertising section for details 34.4 Same as 33.17 ParkMobile accepts these requirements See 33.17 34.5 The City's goal is to have a phone-based ParkMobile exceeds this requirement. application(App)to guide the public to the City's facilities and inform the public on We are the only mobile parking vendor that options to reserve off-street garage parking can deliver to FWPark a consolidated on-and and on-street and surface lot rates, off-street branded app experience. Please see upcoming events and occupancy data on Only Consolidated Smart Parking Application and off-street in real time. on the Market section for details 34.6 The reservation and event system should ParkMobile exceeds these requirements include occupancy data as is available by integrating real time data from existing and Our reservation platform pushes and/or pulls future back office systems and made occupancy/inventory data in real time from available to the City and the City's parking integration partners using open APIs We are operators. ready to work with any existing or future FW Park vendors. 34.7 This system should be able to host private ParkMobile exceeds this requirement. parking operators to add their parking locations within the application system. ParkMobile works with large and small private operators across Fort Worth daily allowing your residents to pay for parking near off- street venues. New operators can be automadcallyincluded in the FWParkbranded mobile parking app. 34.8 The system should also be able to ParkMobile exceeds this requirement. accommodate the addition of organizations engaged in promoting civic events within Our reservation platform is used daily across the the Central Business District,Hospital and United States by universities(UTA ustin and Texas University District as well as the Cultural and A&M), municipalities (Tampa, Minneapolis, and West 7th Districts,application should be New Brunswick NJ), and private entities like the able to be expanded to accept one or two NFL,MLB,NASCARand theNCAA. Today,in Fort other regions during the length of the Worth ourplatform provides off-streetparking contract. on Ta lorStreetbetween Texas Street and 1311 Page 11 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments Street. We are ready to expand these services on behalf of the City ofFort Worth. 34.9 The system should be able to accommodate ParkMobile satisfies this requirement. variable Garage equipment types that reports the facilities'current occupancy We are integrated with 350+parking technology levels and availability and additions to that vendors including PARCs vendors that provide system as those may be integrated going occupancy and availability data. Furthermore, forward. our reservation platform provides in-app availability, 34.10 The system should be able to integrate ParkMobile delivers this functionality daily at UT garage management systems that accept Austin, North Texas University and Texas A&M. pre-payment("reservations")for events. Please see ParkMobile Reservations and Pre aid Parkin . 34.11 The system should be able to take ParkMobile exceeds these requirements payments for off-street parking sessions with a mobile app or via a website. Revisions Patrons in Fort Worth can reserve and pay for via the back-office system by the City and its off-street parking daily through the FW Park operators can be made to alter parking application as well as through the ParkMobile hours to support evening and weekend app or native website. ParkMobile's platform demand and allows for the implementation delivers real time inventory updates(well within of future demand-based pricing models. the requirements of this RFP)and our partners System wide changes will require response have the flexibility to dynamically adjust rates and completion within 72 hours of request. based on factors like VIP space allocations or demand-based pricing based on available suppl . 34.12 The Firm shall charge customers a ParkMobile accepts these requirements convenience fee to recoup the cost of production,bank fees and installation of As the incumbent mobile parking provider for signs/graphic decals,enforcement Fort Worth we have delivered cost effective integration,ongoing programs,and other services, including a reasonable convenience costs.The fee must be clearly fee to your constituents since the outset of communicated at registration and at time operations of transaction.The contract with the City will set the terms for any changes to the Please see Pricing Proposal for details convenience fee. 34.13 The Firm shall establish a system that is ParkMobile satisfies this requirement capable of displaying different rates,hours of operation,and maximum time-limits for Today, patrons in Fort Worth use the FW Park every paid on-street parking block face mobile parking app for mobile parking sessions based on day of week,time of day,and by district and sub-areas within districts.The ParkMobile is the only vendor that can provide system will clearly state peak period Fort Worth with a mobile parking platform Page 12 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments parking restrictions(e.g.,no parking capable of customizing features like dynamic allowed between 3 pm and 7 pm on pricing, hours of operations and max time specific block faces)for on street parking limits for all on and of-street public parking detail. across the City of Fort Worth. 34.14 The Firm shall have a system that enables ParkMobile exceeds this requirement. the City to request significant changes to parking rates,hours of operation and Presently, the City of Fort Worth has unlimited maximum time-limits and any other access to customizable on and off-street mobile operational type changes to be made parking configurations and our Account within three(3) business days of Management team is availableto Fort Worth staff notification from the City.The City makes during the regular hours of operation. system-wide changes periodically,with changes often made on an annual basis Additionally, the new ParkMobile 360 Self- over a multiple month period.Firm has no Administration Toolset will allow the City of authority to modify the parking Fort Worth team to make many operational regulations.When the City makes these changes in real-time like scheduling special system-wide changes,the Firm shall be event rates, modifying regulations, and required to make these changes to its facilitating dynamicpricing. system within three(3) business days of notification for each area.The Firm's Please see ParkMobile 360 Self-Administration charges must be consistent with the City's section for details parking rates and hours of operation. 34.15 The app shall allow a user to provide a ParkMobile exceeds these requirements destination,a date and time(including "now"),and an estimated duration.For The FW Park app already allows users to pay times in the future,the app shall show off- for off-street parking and receive turn by turn street parking locations that will be instructions either through your application or available to the customer at that time.For through many Original Equipment future times that correspond to calendared Manufacturers (OEMs) head units. FW Park events,the app shall attempt to"distribute" also provides destination details, including customers among available facilities,rather date(s) and time(s) of private facilities than directing all customers to the availability in real-time to your constituents facility(ies)closest to the event venue,the ParkMobile'sreservationsplaiform maintainsreal firm is expected to work with the City to time inventory for our off-street partners to determine rules of dispersement on this mitigate overselling ofspaces issue when demand for these services exceeds a certain pre-determined level in a Our team is ready to work with City staff on specific location or combination of customizing 'distribution'of your customers to locations. available facilities closest to event venues We re ularl provide these reservation services to Page 13 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments partners like the NFL Super Bowl and NASCAR events. 34.16 For searches for immediate parking ParkMobile exceeds these requirements ("now"),the app shall show off-street locations that currently have available Today, City staff can view available off-street parking,as well as the likelihood of finding locations in real time across Fort Worth using this on-street parking in the vicinity.On-street /ink.• https//app.,narkmobile.io/search/fort- availability the app shall show a block face worth-tx-usa parking?endDate=2019-08- and indicate the probability of being able 16TI5963A30963A00&parkinpTvne=2&startDate to park there:high,medium,or low =2019-08-16T72963A30963A00&zoom=15 probability.Many apps use green,yellow, or red line segments on maps to indicate FW Park's current mobile parking functionality the probability to drivers.The app shall use has the industry's only in-app parking availability the data from sensors,as well as from other feature and ParkMobile is fully integrated with sources,such as the City's parking CivicSmartandlNR/Xparkingavailabilityservices database,to determine,for a given area, the likelihood that a driver will be able to Daily FW Park members identify available on find a parking space at the current time, and off-streetparking using the green,yellow and convey that information to the user. and red color scheme detailed in your For on street locations the app also needs procurement. No other vendor can provide all to show other curb use functions such as the services required by the City ofFort Worth passenger loading zones,valet zones,bus that ParkMobile can already deliver to your loading zones,commercial loading zones constituents. ParkMobile-s existing Transportation Network company zones partnership with the City of Fort Worth (Uber,Lyft)as well as basic information on reinforces ourabilitytopartneron all the state the use(time restrictions and use)as of the industry off-street reservations features supplied by the City. embedded within the existing FW Park branded app used by Fort Worth and Dallas members daily, 34.17 For off-street locations,the user shall be ParkMobile exceeds these requirements able to tap on a facility using their smartphone and obtain information about Today, FW Park mobile app users can tap on the facility,including hours of operation, parking facilities and obtain all the facility data proximity to the event venue,the rates required through this procurement. For currently in effect,event rates(for those example, City parkers can use FW Park to shopping for parking for later),availability reserve parking for the SP+lot located at 811 of disabled parking and electric vehicle Lamar Street. Details currently available to FW chargers,and other information customers Park off-street patrons include amenities details would find useful when choosing where to like disabled parking, electric vehicle charging park. For on-street locations,the user shall stations as well as pictures for e very location. be able to tap on a street segment on their smartphone and get information on the Page 14 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments rate currently in effect,the time limit,any Since FW Park operates on Parkhfobile's restrictions,including residential permit consolidated mobile parking platform, City parking,and the hours of enforcement. users have the flexibility to view on-street availability down to street segments and restrictions such as permitting requirements and hours of enforcement near off-street locations 34.18 Prepayment/Reservations Once a customer ParkMobile exceeds these requirements knows where they would like to park(and if the session is for an event),the app shall ParkMobile provides the most advanced and encourage the customer to purchase innovative transient and event-based parking in advance at an off-street facility. reservations and prepaid services in the For gated facilities,the app will use the industry, helping our partners achieve their Amano API.For payments at gated facilities revenue, attendee experience, traffic using the Amano system,the vendor shall abatement and convenience goals. accept and process the payment,then provide the completed payment data to Our team is ready to work with the City of Fort Amano through the API.For other Worth to encourage reserved parking and reservation systems,the vendor will prepayments to each of the 90,000+ active FW provide details for processing reservations Park users in Fort Worth today. through its API;at this time,the proposer shall be prepared to process the payment. Through ParkMobile's platform, FW Park has The customer's information shall be taken access to over 350 parking tech integrations by the app and forwarded to the using open Application Interface appropriate reservation system,to identify Programming (APIs). We are also ready to the vehicle upon approach or after parking customize workflows with PARCs vendors like the customer shall be issued a bar or QR Amano McGann. code to be displayed through the app. Once a payment has been made,the app Our existing experience delivering mobile shal I remember the reservations/ parking services to the City of Fort Worth as well payments,so the customer can recall it as private off-street facility operators across the later to confirm details and use for access& State of Texas demonstrates our ability toprovide exit. all the reservations functionality required by this procurement. Examples of Texas based public reservations partners include Platinum Dallas,Rice V1llage and CP5Houston. 34.19 The app and any back-end processing must ParkMobile exceeds these requirements meet all PCI security requirements. Customers should be able to store The FW Park application processes credit/debit Page 15 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments preferred payment methods,so that card payments using VIsa,Mastercard,AMEXand payment information does not need to be Discover. Moreover, your constituents enjoy entered at each transaction.At a minimum, innovative payment methods such as Appleft, the app shall accept the four major credit PayPal, Visa Checkout,Master Pass andourstored cards(Visa,Master Card,American Express, value solution the ParkMobile Wallet. A#City of and Discover).Proposers shall be prepared Fort Worths mobile parking program to process payments.The City will provide transactions are processed using ParkMobile's an appropriate merchant account for PG v3.2 Level 1 certified protocols. Our PG deposits of funds. compliance and certifications ensure no credit card information is ever stored on your internal systems at any time. Please see ParkMobile Smart Parking Payment Options section for details 34.20 Mobile App Backend Service Requirements ParkMobile satisfies these requirements -The backend services and mobile app will need to interface with the following The FW Park mobile application backend systems:The Parking Access and Revenue services use open APIs to integrate with all Control System ("PARCS")that will be majors PARCs providers and LPR deployed at two City-owned garages and manufacturers for real time off-street multiple private garages.The vendors back operations office system with access to all details on reservations made must be made available ParkMobile is ready to incorporate the mobility to the City and its garage operator in real solutions we deliver to private garages in Fort time through the vendors back office Worth to the City's two facilities system. Today, we deliver these same reservations services to the University of Texas at Austin, Texas A&M and the University of North Texas 34.21 Third Party App Integration-Some of the ParkMobile satisfies these requirements venues will have their own apps to enhance attendees'event experience.The ParkMobile has the most industry experience City expects the app resulting from this integrating our reservationsplaiform with solicitation to provide integration points venue's native apps Existing reservations with the venue apps.For example,if a partnerships include,Mercedes-Benz Stadium customer uses a venue app to purchase (Atlanta Falcons andAdanta United),Soldier admission for a specific event(at a specific Field(Chicago Bears),First Energy Stadium date and time),the venue app should be (Cleveland Browns),and Nationwide Arena able to link to the City Parking app to allow (Columbus Blue Jackets).ParkMobile is also the customer to find and prepay for the NFL's reservations partner for Super Bowl parking for that event. parking. Page 16 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Scope of Work Pay by Phone Requirements:This section provides the Scope of Services that shall be performed by the selected Firm to provide a Parking Pay-by-Phone System for the City: Required Service ParkMobile Comments We are ready to use these best practices to develop reservations services for venues in Fort Worth. 34.22 Driving directions/wayfinding-Once a ParkMobile exceeds these requirements parking destination has been determined, the app shall help the customer navigate to Today,customers using the FWParkmobile that location in the most efficient manner, application to pay for off-streetparking accounting for traffic and congestion,one- across For Worth receive local driving way streets,road and freeway ramp directions and wayfinding information in app closures,collisions,and so forth.The app at no additional costs forprivate operators also shall allow for City Staff data input.The partnered with ParkMobile. We are the only app should take the user to an entrance of vendor live in production vehicles,including the garage,and,if there are multiple every BMW coming off the assembly line. entrances,have the ability to disperse the users,based upon origin point or other Since ParkMobile's consolidated app is used criteria. daily in Fort Worth,our team is ready to implement a marketing program alerting our existing membership about new off-street parking opportunities at City owned facilities 34.23 Proposers are encouraged to describe ParkMobile is the only vendor that can deliver additional functionality they would to the City a consolidated branded app that recommend for this app for future satisfies all ofyourprocurementrequirements implementation. We will also provide FW Park with marketing support at no additional costs for the entire term ofan agreement City . proare to: ject goals forthe Pay-by-Phone Systems Service ParkMobile Comments 35.1 Select Firm with expertise in providing ParkMobile has continuouslyprovidedmunicipal Pay-by-Phone Parking System,particularly in on and off-street mobile parking services in the municipal on-street parking environments North America since 2009. We are the mobile as well as being capable to operate in an off- parking partner for Texas cities like Amarillo, street environment.The parking meter fees Dallas,E/Paso,Houston,Huntsville and McAllen. paid by the user and any additional net return will be disbursed to the City Treasury As the City's incumbent mobile parking within three(3) business days of receipt. vendor, we are prepared to continue to follow the settlement procedures in place today. Page 17 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Pay by Phone Project Goals:The City's project goals for the Pay-by-Phone Systems are to: Required Service ParkMobile Comments 35.2 Obtain the best quality program to The best evidence of the quality we provide to maximize customer convenience and add our customers across Texas is the fact that our considerable parking payment options. services are a vailable with 8 municipalities and 8 universities in the State. From UTAustin to El Paso, ParkMobile is the mobile parking leader in Texas and North America. 35.3 Choose a Firm who strives to meet the ParkMobile works toright size our mobile parking following points:charge a reasonable convenience/user fees based on the unique convenience fee for services offered,cover needs ofourpartners while providing client tools processing and bank transaction costs on and app features our competitors are unable to Pay-by-Phone transactions which enables provide. the City to retrieve full regular parking fees with minimal new cost. Please see our Pricing Proposal for FW Park on- and off-street mobile parking convenience fee structure. 35.4 Employ a system where rates and As the City's incumbent mobile parking operational schedules can be programmed vendor, we have all Fort Worth's on-street and re-programmed in a flexible and ad-hoc inventoryprogrammedin ourplatform. manner that does not require any system We are ready to schedule further training of our down-time. latest product- the ParkMobile 360 self- administration tools-forFWParkoperations This new portal will allow Fort Worth staff to pen`orm programmatic changes to rates, hours of operations and parking restrictions in near real- time. 35.5 Provide regular reporting on trends, Recently, we updated our regular reporting to productivity and performance. include Looker's advanced analytics package. Combined with the new ParkMobile 360 toolset Fort Worth staff will be able to obtain not only regular but also enhanced reports on trends, productivity and overall platform performance. 35.6 Utilize Firm installed Pay-by-Phone related Over the term of our Fort Worth partnership, we signs,decals,and other information in the have regularly provided signage and decals for public right-of-way. FW Park on street operations and are ready continue these services for the duration of any new agreement. 35.7 Integrate Pay-by-Phone back-office system Our current operations in Fort Worth are with existing metered parking back-office integrated with the City's metered parking systems. back office and we are ready to continue these services 35.8 The parking meter fees paid by the user and ParkMobile accepts this requirement. any additional net return will be disbursed Page 18 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Pay by Phone Project Goals:The City's project goals for the Pay-by-Phone Systems are to: Required Service ParkMobile Comments to the City Treasury within three(3) business We are ready to continue our existing settlement days of receipt. procedures or update as required by the City, 35.9 The City is interested in the use of Pay-by- ParkMobile leads the mobile parking industry Phone services for other solutions.Please with the most products,services and features for provide a summary of the top three other municipal operations Our top three alternative alternative solutions currently provided by solutions are.- the Firm and identify where these services 1. Only Consolidated smartapp in the world are provided and the verifiable impact of 2. Onlyln App on and off-street availability these services. 3. Comprehensive marketing and social media at no cost for entire contract duration City of Fort Worth Reservations Project Goals:The City's project Pay-by-Phone Systems are to: 36.1 Select a Firm with expertise in providing ParkMobile has conanuouslyprovidedmunicipal Parking Reservation/Prepayment System, on and off-street mobile parking services in the particularly in municipal off-street parking North America since2010. environments and also with expertise in providing on street occupancy information. Currently, we deliver combined on and off- All fees paid by the user and any additional street parking system services to net return will be disbursed to the City municipalities like the City of Tampa, FL, the Treasury within three(3) business days of City of Minneapolis, MN, the New Brunswick receipt. NJ Parking Authority and the City and County of Denver's Regional Transportation District (RTD). 36.2 Obtain the best quality program to The FWPark mobile parking platform delivers maximize customer convenience and add the most functionality in the industry, considerable parking payment options. including the only consolidated application in the market. 36.3 Choose a Firm who strives to meet the During our tenure as the City's mobile parking following points:charge a reasonable partner we ha ve worked with your team to ensure convenience fee for services offered,cover delivery of the very best municipal mobile processing and bank transaction costs on parking services parking reservations and prepayment transactions which enables the City to Today, we are the Merchant of Record(MOR) retrieve full regular parking fees plus new for Fort Worth's mobile parking operations revenue from the convenience fees with and are ready to use the same PCl-DSSLevel 1 minimal new cost. Service Provider protocols for off-street reservations operations 36.4 Employ a system where rates and We are ready to schedule introduction of our operational schedules can be programmed latest product, ParkMobile 360 self- and re-programmed in a flexible and ad-hoc administration tools for FWParkoperations. This manner that does not require any system new functionality will allowyour staff to perform down-time. I programmatic changes like rates, hours of Page 19 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® City of Fort Worth Pay by Phone Project Goals:The City's project goals for the Pay-by-Phone Systems are to: Required Service ParkMobile Comments operations and parking restrictions from your offices. 36.5 Provide regular reporting on trends, ParkMobile is ready to introduce enhanced productivity and performance. Looker reporting to FW Park mobile parking operations 36.6 Utilize Firm installed Parking ParkMobile is committed to delivering the same Reservation/Prepayment related signs, high level of branded signage, decals as well as decals,and other information as agreed any other information agreed upon to enhance upon with the City. the FW Park on and off-street mobile parking program. 36.7 Integrate all existing back-office systems,off As the incumbent mobile parking vendor, we street with existing metered parking back- deliver the only consolidated app integrated office systems. with the City's operations demonstrating our unique capacity to satisfy all of FW Park's pay byphone reservation system requirements. 36.8 The parking meter fees paid by the user and ParkMobile is committed to maintaining the City any additional net return will be disbursed of Fort Worth's existing mobile parking to the City Treasury within three(3) business settlement procedures or updating them as days of receipt. required by this procurement. 36.9 The City is interested in the use of Parking ParkMobile leads the mobile parking industry Reservation system services for other with the most products,services and features for solutions.Please provide a summary of the municipal parking operations Our top three top three other alternative solutions alternative solutionsfitbothFWPark'sonandoff- currently provided by the Firm and identify street needs• where these services are provided and the 1. Only Consolidated smart app in the world verifiable impact of these services. Z. Only ln App on and off-street availability 3. Comprehensive marketing and social media at no cost for entire contract duration Page 20 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile Qualifications and Experience ParkMobile is the most innovative and successful mobility solutions provider in the world. Founded in 2009 and headquartered in Atlanta,GA,ParkMobile connects over 15 million drivers across the US and Canada to the largest network of on-street and off-street parking and charging inventory available. PARKMOBILE BY - ItTY ....... • • 411 USERS NATIONWIDE MONTHLY CITIES& OF THE TOP 100 AIRPORTS UNIVERSITIES TRANSACTIONS MUNICIPALITIES CITIES * Ranked #3 in the •. • -•• • .•• • • •- • 0.— Waze • Google Maps Adopted by over in 15 U.S. drivers 1% of •.•- with the .•• as they travel to different Based on the strength of our products and tools, and breadth of offerings,we have been selected by over 400 cities as the exclusive mobile parking payment provider,including 7 of the top 10 cities in the US and over 40 of the top 100,with presence on-and off-street in 100%of the Top 100 cities. No other company approaches this level of coverage or proven track record of success in the market. The ParkMobile Network-Driving Adoption and Utilization Today, ParkMobile has more than one million members in Texas and ParkMobile State of Texas Network covers more than 55,000 spaces. 8 We are the mobile parking partner State of Texas University Partnerships for eight Texas municipalities, 8 including Fort Worth, Dallas, State of Texas Municipal Partnerships Houston, Amarillo, McAllen, New Braunfels, Huntsville, and our latest Statewide Spaces Using ParkMobile Services 55,000+ partner,El Paso. ParkMobile zones are also scattered throughout Texas thanks to our strong private partnerships, like Platinum Parking, SP Plus, and Sundance Square, all located in Fort Worth. Not to mention the huge presence for both OnDemand and Reservation parking at universities throughout Texas, with Texas A&M and UNT both leveraging the ParkMobile application to promote and accept reservations payments. Page 21 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® MOM Last month, FW Park app, ParkHouston 59� app,and ParkMobile users combined for over 225,000 mobile payment transactions in the State of Texas, tsa�� � 75­ averaging over 7,500 mobile parking sessions per day.This year we project to �.� _ blow pass the three million transaction and 1.1 million user mark in Texas alone, processing close to$10,000,000 in smart 7° parking payments.Although this growth can be attributed in part to the continuous addition of cities,universities,and operators throughout the state,every one of our existing partners'mobile payment transactions and usage has grown substantially YoY,highlighting the success of the ParkMobile platform and network as a whole. FWPark Application Overview ParkMobile released the FW Park application at the beginning of 2016. Three and a half years, 116,000 app downloads, and more than 800,000 on-street transactions later, the m program continues expand rapidly. Last month 10,227 unique users combined for 30,387 on-street user transactions, and 23% resulting in % YoY YoY I I transaction growth for the program. The transaction volume and unique users were both all-time-highs for the City of Fort Worth,further underlining the current success of the application and partnership. To date, more than 115,000 people have downloaded the FW Park application. As we continued to develop and release new technology in the ParkMobile application,the FW Park application received OD o 1 0000 5945 q w'e r t y u o P Q� 00:01:00 ^••°M°�°°� O rose st.85u a 5 O f g h jk I $7.75 z x e v b n m O Page 22 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® the same updates,including allowing Apple Pay as a payment method, reservation parking capability, redesigned zone parking payment flow,and many other UI enhancements,resulting in a 4.7-star rating in the app store. FWPark- The Consolidated Application Last year, ParkMobile launched our consolidated smart parking application,combining both on-street (zone parking) with off-street (reservations) functionality all in the same mobility solution. We are excited to extend this same functionality and service to our existing white-label partners,including the City of Fort Worth. FWPark Complete Parking App First to offer OnDemand and Reservations in a single 3000 v l(ma,u.i 30ass1 7 Q' /N 1'l:30<LI m g v�vN(NT 4lTx00 cx.x« O (O O O- - Au[31,30:30 CDT 3NOwf �C�'O � YKNNMI(123(PN>art vote) cxAN o.n . o (XW�.9110 (31. $710 O TONAL PRICE $6.00 Aoo Ivor.coo( O O� O tounox Auwnl(s oaAll I x �,�xlzooAl' , ® ... w p !A Zone With the FWPark app, ParkMobile delivers the most innovative, efficient exper� and feature rich auto-related smart mobility platform in the industry. incorrect entries Filter results for amenities(covered, Real Time On-Street 0 EV enabled,high View ParkMobile Parking Availability helps clearance,etc.) drivers avoid needless Q ° enabled spaces ` circlin ` and garages in Fort 9 D°o:...... Worth o ° Select time and D View local date for parking Unique Map View 1`�. attractions,retail, with Location /s (� restaurant,lodging it and transit nearby 0 Q Q ( Page 23 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile Reservations and Prepaid Parking ParkMobile provides the most advanced and innovative event based reservations and _ prepaid services. Our smart I parking products and - services are flexible and easy to deploy while giving your `" Q ~r O customers the very best ■' ~ quality parking experience. ■��d p The FW Park reservations ■�� parking platform allows the ■0. - City's patrons to identify, reserve and pay for parking in real-time using any commonly used smart devices or personal computer or in North America. Besides our existing permitting operations in Fort Worth, ParkMobile is the mobile parking partner for Denver's Regional Transportation District(RTD)'. Our services are available on over 40 RTD Park-n- Ride locations or stations for daily as well as extended parking sessions. As RTD's digital permit partner, ParkMobile allows our members around Denver to pay for OnDemand and reserved/permit parking services(as required by this procurement). ParkMobile Reservations Partnerships Event Venues Using Reservations ParkMobile Reservations Partner(s) • Professional Sports Stadiums 1�I% _�-f • Concerts/Special Events • Season Ticket Holders Mercedes-Benz Prudential 5or lER _s tE^ STADIUM tenter - Municipal Reservations Services ParkMobile Reservations Partner(s) • On and Off-Street Mobile Parking NEW HAli NSW]CK �� Services .� p • Marketing and Social Media i v i--� " 1� D Services Parking Authority �•t,roaa� University Reservations Services ParkMobile Reservations Partner(s) • A Campus Parking FiFETIFF IINIV FASIT\'OF • Web-Based Digital Permitting TEXAS • Event Venues and Campus M ® Al ALSFIN « Parking 1 htto://www.rtd-denver.com/HowToPark.shtmi Page 24 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® Texas Partnerships ParkMobilePartner Sample . . yyl� a" • OnDemand (Zone Parking) Smart Parking �- ����` = • ParkMobile began operations with Houston in 2011 and the 9 p Y are our oldest municipal partner in Texas. In 2016, the City expanded our operations and renewed our on-street mobile parking contract in City of Houston 2017. ParkMobile also created the City's customized ParkHouston App used daily to pay for parking for spaces. • OnDemand (ZoneParking) Smart Parking • ParkMobile began on-street smart parking operations with the City of DD#,ff Dallas in 2016. In 2017,the City renewed our contract and expanded our municipal services. ParkMobile's successful deployment with the City of Fort Worth demonstrated to the City of Dallas the value City of Dallas of our mobility services and further underscores our Network Effect across the State of Texas. • Reservations Smart Parking • ParkMobile began mobility services operations in 2012 in Austin delivering mobile parking services for campus events. In the past r� seven years UT Austin has renewed our services each option year and our team has created customized home pages allowing campus patrons to reserve and pay for parking as soon as an event University of Texas at Austin is posted by University of Texas staff. r+„ • OnDemand (Zone Parking) and Reservations Smart Parking • ParkMobile was awarded Texas A&M's mobile parking contract in 2016. In 2017,the University expanded our services as well as introduced the ate . same reservations solutions we deliver to UT Austin. Last year the University of TexasA&M University extended ParkMobile's contract through 2021. • OnDemand (Zone Parking) Smart Parking ` • The City of Huntsville is one of ParkMobile's newest State of Texas �N ctiry Ok V municipal deployments. We began operations in 2018 and °P Huntsville is an example of a 'Pay by App Only' smart parking program. ParkMobile has worked with the City to market their new City of Huntsville paid parking options. • OnDemand (Zone Parking)and Reservations Smart Parking • UNT is one of ParkMobile's most successful State of Texas partnerships. We began campus smart parking operations in 2017 and the University expanded our mobility services campus events like football games in Hr, 'r 2018. ParkMobile is now available for all UNT campus and event University of North Texas parking. Page 25 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH, ParkMobile and the Mobility Ecosystem The ParkMobile Platform is purpose built to enable all parking and mobility transactions through its unsurpassed integrations and simple,easy to use tools. The breadth of our capabilities is based on ParkMobile's ability to integrate to the entire mobility ecosystem. Through our openly available APIs as well as direct integrations,we integrate to all majors PARCs providers,enforcement systems,LPR devices,parking operators,parking and traffic data companies and payment providers,enabling our partners to adopt a best of breed approach to their mobility strategy and providing flexibility to move vendors. Integrated to the Entire Mobility Ecosystem CAIf .. ®Gated Payments ,�� r,. �;,"`n'�`• xw.xo a.�unu HUO a+n 9 SKIOATA metnc(] from tF SYSTEMS I eV Meters Charging ®Access Control 3C 0E-09 !" tb— rHASEG 1 .,,.-- (CTR DAUM< �.. , a men n RrstData Heartland PARCs 17cE-Pmr� HUB neWa&� �aQ T OPWd O 'AvyPal Point4.p8, RNPitl Len�cs St<IgATA SYSTEMS TI®n press �ServW nrfimn:e � - ........ Payment aa�o o=,,, Tsyg „,orlePay processors EreM Access Control a eA�r�Ae� CAIf parkhub 4%;10— F,.. (D Enforcemento,o y� pro o eao 1 g., fyior � Qc1.oeAL G gtechna Backoti �. GOP A metric[] 8 Reporrtingng �- ^ %W-Pprk I= rParkiN Ff 1 p�� careoorxr{� IIII S V parking I t IM sNesfs SPOTWISF; ■ar ©smarµino �b'i>St'Hi O F:-ro-.. ,. VA7S ic"—T Today, ParkMobile powers the entire range of mobility services and we support future growth and innovation as new technologies are developed,both internally and among 3rd parties which the City of Fort Worth may choose to adopt. Page 26 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile Smart Parking Payment Options ParkMobile delivers the most flexible mobile parking i Pay payment options. We lead the industry in the acceptance of innovative payment methods for m parking services and this flexibility underscores our best in brand approach. ParkMobile's range of mobile 'COP payment methods include Visa, Master Card, AMEX, Discover as well as stored value solutions like PayPal,VisaCheckout and their ParkMobile Wallet. ParkMobile OnDemand parking patrons are able to identify and pay for parking through our website as well as any WiFi enabled smart device commonly used in North America. Recently, we updated our 1 website with the latest web-based features for our 5.5+ million active members in the United States. Today,FW Park members can identify ParkMobile �� p'. �o • zone parking locations while learning about new platform. ® 96o o o locations where the can use the ParkMobile y °o°o °o p � �I ParkMobile Security and Authorization Process ParkMobile's customer care for our members incorporates 24/7/365 support as well as industry leading data security in our PCI DSS v3.2 Level 1 Service Provider environment. ParkMobile is the only vendor in the smart parking industry that manages credit/debit card data for our membership,this is the most significant platform differentiator in the smart parking industry. Other vendors hire third parties to manage this sensitive data.This important security element means ParkMobile provides unmatched platform security to our 15 million members across North America. ParkMobile will always place high importance on the security of your patron's confidential information. We demonstrate this commitment by consistently maintaining the broadest certifications and levels of insurance coverage in the industry. No other vendor can offer a higher level of transactional security and confidentiality to FW Park's mobile parking operations. DSS CERTIFIES C) NCPA SERVICE LEVEL 1 Page 27 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH, ParkMobile360' Self-Administration Portal ParkMobile 360'is ready to deliver to FW Park operations the 0 ftrkMobiI 360 industry's leading suite of smart parking self-administration tools. 9 At the outset of deployment ~..ram planning with your staff, we °�"�'"' am-"created a Zone and Rate (ZAR) workplan that includes all the details of your existing operations. . � o Fort Worth has access to all of rrrorm t ow.,,wb ParkMobile's innovative 1WN OnDemand mobility solutions cal*�i like new self-administration O toolset functionality giving your C.*.d «� staff the flexibility to change fK parking operations settings in real time. Once trained on ParkMobile 360, staff can forego contacting your Account Manager to modify operational settings such as hours of operation, parking rates as well as parking restrictions thus reducing administrative wait time. ParkMobile is ready to provide your team with training sessions so your staff understands how to manage these new products,services and integrations available through Fort Worth's existing mobile parking platform. ParkMobile 360' Analytics • Easy to read dashboard view • Scheduled reports delivered to your inbox • Robust filtering options • Downloaded data that can be exported ii111�.�111fI.�111fItt1111 � � - . 00 00000 __..■■■11■■■■■..__ 0 0 0 0 0 I Page 28 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile Marketing and Advertising Over the past 10 years, ParkMobile has launched in over 400 markets and has <e acquired over 15 million app users,becoming the#1 parking app and ranking Top Charts #3 in the Navigation category of the app store only behind Google Maps and 1 Google Maps - Waze. Through that experience, we have learned the key marketing strategies, A GPS Navigation OPEN tactics and best practices for not only introducing a mobile parking app in a new l^;�1Z VJaze Navigation `.-: 8 Live aviga OPEN market,but also continually increasing the app utilization post-launch. 3 ParkMobile- FinoParking OPEN V Transit Many of ParkMobile's top cities including Washington, DC, Minneapolis, New ©'Subway times GET Orleans, Arlington (VA) and Pittsburgh have achieved over 45% utilization of p , the app and continue to grow on a weekly basis.We are ready to build on the peeGB App GET success of the FW Park app continuing to give your City's patrons a smarter way 6 Gep ac ing® GET to park,on-and off-street. National Advertising Coverage QParkMobile ParkMobile provides extensive local marketing support for our partners, and FW ParkMobile Fort Worth' Park operations benefit from our national advertising coverage. Every year Park 7thob In Fort Worth! / WE tfE ParkMobile invests in national advertising programs that reach millions of people across the country.Our marketing program combines traditional and digital media components that provide maximum reach and efficiency. ° N. ° Geo Targeting In addition to targeting people in the Dallas and Fort Worth area, ParkMobile is ParkMobile App Perks able to create geo fencing around designated areas to target visitors coming into nen�w�r�ni ms�.� town who already have the app on their phone. Geo targeted messages let our Texas membership know that they can use the ParkMobile app all around Fort Worth.Geo targeted messages help drive the ParkMobile network effect with 30%of our customers using the app as they travel to different markets across the country. In App Messaging ParkMobile is able to push high impact in app messages to our users to provide information and drive behavior. These messages are triggered by defined user behaviors-opening the app,starting a parking session,ending a parking session,etc. This tactic can be used to communicate a variety of topics-alerts,promotions,events,etc. Social Media and Video Content ParkMobile has a very strong social media presence with over 33,000 followers on Twitter and 35,000 followers on Facebook.We will leverage our social network to raise awareness for our 1+ million members across Texas. ParkMobile has an extensive video library of demos and tutorials that can be embedded on the City of Fort Worth website and used in other digital channels. We are also able to customize these videos for white label apps. You can see our full video library of assets here: https://www.youtu be.com/cha n ne I/UCJ lQyn 508cxo H E H buXRMfBQ/featu red Page 29 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® Personnel Listing ParkMobile's entire team works to deliver the very best mobile parking platform to Fort Worth. ParkMobile's key personnel are active in parking industry associations across North America,including the International Parking and Mobility Institute (IPMI),the National Parking Association (NPA),and the Texas Parking and Transportation Association (TPTA). Please see details on our some of our team members who have been and will continue to be directly involved in the City of Fort Worth/ParkMobile partnership and growth: David Hoyt,SVP Sales and Account Management David manages ParkMobile's sales and account management teams.Prior to joining ParkMobile,David was National Account Manager for T2 Systems responsible for Strategic Accounts throughout North America. David began his career with Standard Parking, where he worked for 13 years and served as Vice President of Operations managing the company's portfolio of municipal and private parking operations throughout the State of Florida. Brooke Feldman, Director of Account Management Brooke joined ParkMobile in 2015 and leads the Account Management team that is responsible for helping ParkMobile's clients optimize their mobile payment programs. Prior to ParkMobile, Brooke worked in project management for the U.S. Department of Housing and Urban Development. She received her BA and MPA from the University of Georgia. Nathan Would,Account Manager Nathan joined ParkMobile in early 2017 and is our primary point of contact for the Fort Worth operations. He has experience managing ParkMobile municipal parking deployments and programs throughout North America. In addition to the City of Fort Worth, Nathan leads ParkMobile's account management efforts in Houston, Dallas, Phoenix, Minneapolis, San Diego, Sacramento, Oakland, and Berkeley. Nathan will coordinate with the Fort Worth team to ensure all program expectations are met and the City receives the necessary updates on ParkMobile's latest products,services,and functionality as they become available. Jeff Perkins,Chief Marketing Officer Jeff Perkins joined ParkMobile as Chief Marketing Officer in October 2017.He's responsible for driving awareness and engaging the company's 15+million users. Prior to ParkMobile,Jeff was the CMO of Symphony where he helped establish the brand and grow revenue 500%over a three-year period.He also has held senior marketing leadership positions at PGi and AutoTrader.com. Keith Andersen, Director of Internal Support Keith has been with ParkMobile for seven years and heads ParkMobile's Support Team responsible for ensuring all rates,policies,and zone information is configured accurately in the platform.Keith also works directly with ParkMobile's payment and integration partners. Page 30 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile Pricing Proposals Procurement Key Assumption Pricing: Revenue and Expenditure Breakout—OnDemand System Fees 37.1 Revenue from parking transaction $10,000.00 37.2 Revenue from convenience fee $1,750.00 37.3 Bank Transaction cost Paid by ParkMobile- Free to City 37.4 Other Processing costs Paid by ParkMobile- Free to Cit 37.5 Remittance to Vendor $1,750.00 37.6 Net Revenue to City $10,000.00 Revenue and Expenditure Breakout—Reservations System Fees 38.1 Revenue from parking transaction $18,000.00 38.2 Revenue from convenience fee $1,440.00 38.3 Bank Transaction cost Paid by ParkMobile- Free to City 38.4 Other Processing costs Paid by ParkMobile- Free to City 38.5 Remittance to Vendor $1,440.00 38.6 Net Revenue to City $18,000.00 ParkMobile Pricing: All ParkMobile's Standard Terms and Conditions Shall Apply to this Proposal Security&Support Fees,Hosting Fees,Maintenance Fees,Setup Fee,Data Costs Waived Decals and Off-Street Signs Waived Bank and Processing Fees Paid by ParkMobile Zone Parking Transaction Fee where ParkMobile is the Merchant of Record(MOR) $0.35 Reservations Parking Transaction Fee where ParkMobile is the Merchant of Record 13%of parking fee (MOR).City to determine whether to pass the entire fee to the customer or absorb any portion of the fee. ParkMobile OnDemand and Reservations Services Provided at No Additional Cost.ParkMobile agrees to: • Host and maintain your Smart Parking Program. • Provide both a Call Center and Customer Support at no additional cost. • Cover all social media,standard marketing and advertising costs. • Provide a cloud-based enforcement portal with secure credentials to validate active OnDemand and Reservations parking sessions for each of your locations. • Provide free access to our new ParkMobile 360 Customizable Self-Administration Toolset. Page 31 of 31 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® ParkMobile References DepartmentREFERENCE: District . . (DDOT): Partner Since 2010 Reference Name District Department of Transportation Mobile Payment Number of Program Spaces Address 55 M Street,Suite 400 20,000 Spaces City,State,Zip Washington,DC 20003 Contact Person Evian Patterson Phone Number 202.671.2800 Email Evian.Patterson@dc.gov System ParkMobile began OnDemand smart parking operations in the District as a pilot Description in 2010 in direct competition with another parking vendor. ParkMobile has developed and deployed the most successful smart parking program in the world today. We collect nearly 60% of all on-street meter revenue in the District and were the first smart parking company to market with dynamic pricing in designated areas of DC (including around the Washington Nationals Ballpark) and state of the industry analytics that have been used in industry periodicals. ParkMobile's operations in Washington,DC underscore our commitment to municipal partners and ability to modify operations based on their needs and feedback. ParkMobile's contract was renewed in 2018. DepartmentREFERENCE:City of Milwaukee Reference Name City of Milwaukee (MKEPark) Mobile Parking Program Number of Spaces Address 841 N Broadway 6,700 Spaces City,State,Zip Milwaukee,WI 53202 Contact Person Thomas Woznick Phone Number 414.286.3635 Email thomas.woznickPmilwaukee.gov System ParkMobile earned this smart parking contract in August 2015 through an RFP Description procurement where we competed against all the established North American industry vendors. ParkMobile created a customized app,MKE Park.com and the program is extremely successful. As a result of our success with the City, the University of Wisconsin at Milwaukee, the University of Wisconsin at Madison and the City of Lake Geneva have all become ParkMobile partners. Page 1 of 3 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® Parking Authority of • • 2015 Reference Name Parking Authority of Pittsburgh (Go Mobile PGH) Number of Spaces Mobile Parking Program Address 232 Boulevard of the Allies 10,000 Spaces City,State,Zip Pittsburgh,PA 15222 Contact Person Dave Onorato Phone Number 412.560.2511 Email donorato@pittsburghparking.com System ParkMobile won this smart parking contract through an RFP process where all Description the major competitors in the market submitted bids. In our first eleven months ParkMobile processed over 1,300,000 transactions and the City's average transaction price increased by 25%. ParkMobile created a customized app for the Authority available for Apple and Android smart device Montgomery1 Reference Name Montgomery County,MD Montgomery County Number of Department of Transportation Spaces Address 100 Edison Park Drive,4th Floor 23,000 Spaces City,State,Zip Gaithersburg,Maryland 20878 Contact Person Jose Thommana,Division Chief Phone Number 240.777.8740 Email mcdot.parkingPmontgomerycountymd.gov System ParkMobile earned this mobile contract in 2017 through an RFP process where Description we competed against all the established North American vendors. Similar to our operations across the Midwest, ParkMobile has earned a Network Effect in the Mid-Atlantic with municipal partnerships in Philadelphia and Washington, DC where we have over 1 million members. Page 2 of 3 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 FORT WORTH® REFERENCE:City of Houston: Partner Since 2011 Reference Name City of Houston(ParkHouston)Mobile Parking Program Number of Spaces Address 2020 McKinney 8,000 City,State,Zip Houston,TX 77003 Contact Person Mariah Irshad Phone Number 832.393.8643 Email Maria.lrshad@houstontx.gov System ParkMobile began operations with Houston in 2011 and they are our oldest Description municipal partner in Texas. In 2016, the City expanded our operations and renewed our on-street mobile parking contract in 2017. ParkMobile also created the City's customized ParkHouston App used daily to pay for parking for spaces. The City also recently added Reservation capabilities to allow ParkHouston users access to a City owned garage during the Houston Rodeo. REFERENCE:Texas A&M: Partner Since 2016 Reference Name Texas A&M Mobile Parking Program Number of Spaces Address 1250 TAMU 8,200 City,State,Zip College Station,TX 77843 Contact Person Peter Lange Phone Number 979.862.6585 Email plange@tamu.edu System ParkMobile began operations with TAMU at the beginning of 2016.After a Description successful first year which saw a big jump in transactions from what the previous mobile payment vendor was able to achieve,the University added ParkMobile reservations.The University continues to leverage the ParkMobile application for Zone Parking and event reservations. Page 3 of 3 City of Fort Worth RFP No.19-0213 Parking Pay by Phone&Parking Reservation System ParkMobile Submission September 5,2019 DocuSign Envelope ID:A7D22D16-808B-4627-9BE9-FFA5725E9C43 Exhibit F—Milestone form—Parking Reservation System ParkMobile will work with the City of Fort Worth and Amano to have ParkMobile Reservations live Summer,2020. The ParkMobile Reservation implementation milestones outlined below apply to the two City owned garages identified in the RFP as well as any other garages/lots added throughout the term of this Agreement: Milestone Who's Responsible Approx.Timeline Onboarding Packets: • Locations/Inventory Ft.Worth-Gate Vendor-ParkMobile 1-2 Weeks • W9/ACH Information Kickoff Meeting Ft. Worth-Gate Vendor-ParkMobile 1 Week Client Review Ft.Worth Location(s)Built ParkMobile 2-3 Weeks Client Review Ft.Worth Go-Live Ft. Worth-Gate Vendor-ParkMobile 1 Week Implementation hand-off to Account Management ParkMobile 2 Months after Go-Live Vendor Services Agreement—PARKMOBILE,LLC. City of Fort Worth, Texas Mayor and Council Communication DATE: 03/03/20 M&C FILE NUMBER: M&C 20-0108 LOG NAME: 13P 19-0213 PARKING MANAGEMENT SERVICES TPW JC SUBJECT Authorize Execution of a Contract with Parkmobile, LLC,for Parking Pay-By-Phone Services and Parking Reservation System Services at No Cost to the City of Fort Worth and Authorize a Three-Year Contract with the Option for Two,One-Year Renewals(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Parkmobile,LLC,for parking pay-by-phone and parking reservation system services at no cost to the City of Fort Worth and authorize a three-year contract with the option for two,one-year renewals. DISCUSSION: The City of Fort Worth (City)began using pay-by-phone technology in FY2016 after City Council approved M&C C-27507,which authorized a contract with Parkmobile, LLC,for pay-by-phone services. The City will use a new contract with Parkmobile, LLC,to continue the pay-by-phone payment option and implement a parking reservation system.The parking reservation system will be a new service offering for the City. Pay-by-phone technology(i.e.smart phone application)enables customers to pay for metered on-street parking via a smart phone, receive alerts before time expires,and remotely extend a parking session up to the maximum time allotted for the spot.A parking reservation system,accessed through a smart phone application, enables visitors to reserve a space ahead of time at Convention Center garages or City Partner parking facilities.Availability of City facilities and non-City facility spaces and their locations will be integrated into the parking reservation system. RFP ADVERTISEMENT-A Request for Proposals(RFP)was advertised in the Fort Worth Star-Telegram on Wednesdays between July 17, 2019,and September 9,2019,with detailed specifications for parking pay-by-phone services. Evaluation factors included ability to comply with RFP requirements,company and proposed service personnel experience and qualifications, performance record,and net revenue potential to the City. Twelve vendors were solicited from the purchasing vendor database system;five responses were received. Proposals were reviewed by an evaluation committee consisting of Transportation and Public Works staff and Sundance Square and Downtown Fort Worth, Inc.staff. PRICE ANALYSIS—The pay-by-phone offering will be provided at no cost to the City of Fort Worth.All costs associated with the program will be absorbed by the customer. CONTRACT TERMS-Upon City Council's approval,the Contract will begin upon City Manager's approval for a three-year term. RENEWAL OPTIONS-This Contract may renew automatically for up to two successive one-year terms in accordance with the terms of the Contract. The renewal action would not require City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. M/WBE OFFICE-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE office in accordance with the BDE Ordinance. The waiver was approved because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and execution of the contract,funds will be deposited into the Municipal Parking Fund. The Transportation&Public Works Department(and Financial Management Services)is responsible for the collection and deposit of funds due to the City. Submitted for City Manager's Office by. Kevin Gunn 2015 Originating Business Unit Head: Reginald Zeno 8517 Additional Information Contact: Cynthia Garcia 8525 Jeff Cope 8313