Loading...
HomeMy WebLinkAboutContract 47778 CITY UV COQ 9T M mm AGREEMENT BETWEEN THE CITY OF FORT WORTH AND PARKEON, INC. FOR PARKING PAY STATIONS This CONTRACTOR AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH, a Texas home rule municipal corporation situated acting by and through its duly authorized Assistant City Manager (the "City"), and PARKEON, INC., a Delaware Corporation and acting by and through Benoit Reliquet, its duly authorized president and CEO ("Contractor" or "Parkeon"). The Contract Documents shall include: 1) This Agreement plus all attachments listed below, which are attached hereto and incorporated herein for all purposes incident to this Agreement: a) Exhibit A-Statement of Work b) Exhibit B- Payment Schedule c) Exhibit C-Spare Parts and Seed Stock List d) Exhibit D-Network Access Agreement e) Exhibit E -Verification of Signature Authority Form f) Exhibit F - RFP 2) The City of Fort Worth Request for Proposals ("RFP") No. 16-0007, and all addenda, which are incorporated herein by reference for all purposes incident to the Agreement; 3) The Parkeon, Inc. response to that proposal ("Response") dated December 10, 2015, which is incorporated herein by reference for all purposes incident to this Agreement; In the event of a conflict between the contract documents, the order of precedence is as follows: (i) this Agreement plus all attachments (ii) RFP No. 16-0007 (iii) the Response. 1. DEFINITIONS. 1.1 Com. City shall mean the City of Fort Worth, including its employees, officers, agents, or representatives. 1.2 Contractor. Contractor shall mean Parkeon, Inc. its employees, directors, officers, agents, representatives or subcontractors. 1.3 Software. Software shall mean the computer program, system and associated software, database, object code, any corrections, bug fixes, enhancements, upgrades, or other modifications, including custom modifications and user manuals. 1.4 Pay and Display Stations. Pay and Display Stations shall mean the Strada Rapide Pal. 1.5 Buyer. The Buyer shall mean the City of Fort Worth, its officers, agent_-sewaats,utb8rized 3 11►A'( OFFICIAL RECORD CITY SECRETARY �,, ` FT.WORTNo TX x employees, contractors and subcontractors who act on behalf of various City departments, bodies or agencies. 1.6 Seller. The Seller shall mean the consultant, contractor, supplier, vendor or other provider of goods and/or services, its officers, agents, servants, employees, contractors and subcontractors who act on behalf of the entity under a contract with the City. 2. SCOPE OF SERVICES. Contractor hereby agrees to provide the City with equipment, products and services for the purpose of providing Parking Pay and Display Stations as directed by the City. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit "A," Statement of Work, more specifically describing the equipment, products and services to be provided hereunder. To the extent the Statement of Work conflicts with this Agreement, this Agreement will prevail. 3. TERM. This Agreement shall commence on March 2, 2016, ("Effective Date") and shall continue in full force and effect until March 1, 2019, unless terminated earlier in accordance with the provisions of this Agreement. The City shall have two options to renew the Agreement at its sole discretion for additional one-year terms. The City shall provide Contractor with sixty(60) days written notice of its intent to renew. 4. COMPENSATION. In consideration for the goods and services to be performed under this contract, the City shall pay Contractor an estimated amount not to exceed $160,000.00 for the first two years of the contract with an option to buy up to thirty additional units through the entire term of this contract including the two one year extensions in accordance with the provisions of this Agreement and the Price Schedule attached as Exhibit "B," which is incorporated for all purposes herein. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. 5. TERMINATION. 5.1 Convenience. The City or Contractor may terminate this Agreement at any time and for any reason by providing the other party with 30 days'written notice of termination. 5.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Contractor 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. 5.3 Breach. Subject to Section 45 herein, either party may terminate this Agreement for breach of duty, obligation or warranty upon exhaustion of all remedies set forth in Section 45. Vendor Agreement Parkeon, Inc. 5.4 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor 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, Contractor shall provide the City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City information or data as a requirement to perform services hereunder, Contractor shall return all City provided data to the City in a machine readable format or other format deemed acceptable to the City. 5.5 Surviving Provisions. Any provision contained in this Agreement or any Exhibits where Contractor provides City a warranty, indemnity, or other guarantee shall survive the termination or expiration of this Agreement. 6. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 6.1 Disclosure of Conflicts. Contractor hereby warrants to the City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing. 6.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. 6.3 Unauthorized Access. Contractor 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. Contractor 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, Contractor 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. 7. RIGHT TO AUDIT. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract at no additional cost to the City. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor 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 Contractor reasonable advance notice of intended audits. Contractor 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 Vendor Agreement Parkeon, Inc. t facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. The City shall give subcontractor reasonable notice of intended audits. 8. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor 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 the City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor 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. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Contractor or any officers, agents, servants, employees or subcontractors of Contractor. Neither Contractor, nor any officers, agents, servants, employees or subcontractors of Contractor shall be entitled to any employment benefits from the City. Contractor 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. 9. LIABILITY AND INDEMNIFICATION. 9.1 LIABILITY. CONTRACTOR 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 CONTRACTOR, ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 9.2 INDEMNIFICATION. CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS,AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'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 CONTRACTOR, ITS OFFICERS,AGENTS, SERVANTS OR EMPLOYEES. 9.3 INTELLECTUAL PROPERTY INFRINGEMENT (i) The Contractor 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 9C each 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. (ii) Contractor shall be liable and responsible for any and all 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. Vendor Agreement Parkeon, Inc. (iii) Contractor agrees to indemnify, defend, settle, or pay, at its own cost and expense, including the payment of attorney's fees, any 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 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 Contractor bears the cost and expense of payment for claims or actions against the City pursuant to this section 9, Contractor 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 to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect the City's interest, and City agrees to cooperate with Contractor 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, Contractor shall fully participate and cooperate with the City in defense of such claim or action. City agrees to give Contractor 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 Contractor'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, Contractor 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 Contractor, terminate this Agreement, and refund all amounts paid to Contractor by the City, subsequent to which termination City may seek any and all remedies available to City under law. CONTRACTOR'S OBLIGATIONS HEREUNDER SHALL BE SECURED BY THE REQUISITE INSURANCE COVERAGE AND AMOUNTS SET FORTH IN SECTION 11 OF THIS AGREEMENT. 10. ASSIGNMENT AND SUBCONTRACTING. Contractor 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 Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. The Contractor and Assignee shall be jointly liable for all obligations of the Contractor under this Agreement prior to the effective date of the assignment. If the City grants consent to a subcontract, the subcontractor shall execute a written agreement with the Contractor referencing this Agreement under which the subcontractor shall agree to be bound by the duties and obligations of the Contractor under this Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully executed copy of any such subcontract. 11. INSURANCE. 11.1 Contractor shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 1.Commercial General Liability a. Combined limit of not less than $2,000,000 per occurrence; $4million aggregate or Vendor Agreement Parkeon, Inc. b. 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. c. Defense costs shall be outside the limits of liability. 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. 3. Professional Liability (Errors & Omissions) in the amount of$1,000,000 per claim and $1,000,000 aggregate limit. 4. Statutory Workers' Compensation and Employers' Liability Insurance requirements per the amount required by statute. 5. Technology Liability(Errors & Omissions) a. Combined limit of not less than $2,000,000 per occurrence; $4million aggregate or b. 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. (a) Coverage shall include, but not be limited to, the following: (i) Failure to prevent unauthorized access (ii) Unauthorized disclosure of information (iii) Implantation of malicious code or computer virus (iv) Fraud, Dishonest or Intentional Acts with final adjudication language (v) 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 Contractor under this Agreement. 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 Contractor 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. 6. Any other insurance as reasonably requested by City. 11.2. General Requirements 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. 2. The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery) in favor of the City of Fort Worth. 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, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 4. The insurers for all policies shall be licensed and/or approved to do business in the State of Vendor Agreement Parkeon, Inc. Texas. All insurers shall 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. 5. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. 6. Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. 12. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Contractor agrees that in the performance of its obligations hereunder, it will 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 the City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. 13. NON-DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor'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 Contractor, its personal representatives, assigns, subcontractors or successors in interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 14. 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 The CITY: To CONTRACTOR: City of Fort Worth Parkeon, Inc. Parking Services Attn: Benoit Reliquet Attn: Peter Elliot 40 Twosome Drive, Ste.7 1000 Throckmorton Moorestown, NJ 08057 Fort Worth TX 76102-6311 Telephone: (856)234-8000 Facsimile: (817) 392-8440 Facsimile: (856)234-7178 15. SOLICITATION OF EMPLOYEES. Neither the City nor Contractor 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. 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. 16. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or Vendor Agreement Parkeon, Inc. r 4 surrender any of its governmental powers or immunities. 17. NO WAIVER. The failure of the City or Contractor 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 Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 18. 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. 19. 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. 20. FORCE MAJEURE. The City and Contractor 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. 21. 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, and are not intended to define or limit the scope of any provision of this Agreement. 22. 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 hereto. 23. AMENDMENTS. No amendment of this Agreement shall be binding upon a party hereto unless such amendment is set forth in a written instrument, which is executed by an authorized representative of each party. 24. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Contractor, 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. 25. COUNTERPARTS. Vendor Agreement Parkeon, Inc. 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. 26. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS. No officer or employee of the City shall have a financial interest, direct or indirect, in any contract with City or be financially interested, directly or indirectly, in the sale to City of any land, materials, supplies or services, except on behalf of City as an officer or employee. Any willful violation of this section shall constitute malfeasance in office, and any officer or employee found guilty thereof shall thereby forfeit his office or position. Any violation of this section with the knowledge, expressed or implied, of the person or corporation contracting with the City Council shall render the contract invalid by the City Manager or the City Council. (Chapter XXVII, Section 16, City of Fort Worth Charter). 27. ORDERS. 27.1 No employees of the City or its officers, agents, servants, contractors or subcontractors who act on behalf of various City departments, bodies or agencies are authorized to place orders for goods and/or services without providing approved contract numbers, purchase order numbers, or release numbers issued by the Buyer. The only exceptions are Purchasing Card orders and emergencies pursuant to Texas Local Government Code Section 252.022(a)(1), (2), or(3). In the case of emergencies, the Buyer's Purchasing Division will place such orders. 27.2 Acceptance of an order and delivery on the part of the Contractor without an approved contract number, purchase order number, or release number issued by the City may result in rejection of delivery, return of goods at the Contractor's cost and/or non-payment. 28. CONTRACTOR TO PACKAGE GOODS. Contractor will package goods in accordance with good commercial practice. Each shipping container, shall be clearly and permanently marked as follows: (a) Contractor's name and address: (b) Consignee's name, address and purchase order or purchase change order number; (c) Container number and total number of containers, e.g., box 1 of 4 boxes; and (d) Number of the container bearing the packing slip. Contractor shall bear the cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 29. SHIPMENT UNDER RESERVATION PROHIBITED. Contractor is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. 30. TITLE AND RISK OF LOSS. The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery after inspection and acceptance of the goods. 31. DELIVERY TERMS AND TRANSPORTATION CHARGES. Freight terms shall be F.O.B. Destination, Freight Prepaid and Allowed, unless delivery terms are specified otherwise in Contractor's bid. City agrees to reimburse Contractor for transportation costs in the amount specified in Contractor's bid or actual costs, whichever is lower, if the quoted delivery terms do not include transportation costs; provided, City shall have the right to designate what method of transportation shall be used to ship the goods. Vendor Agreement Parkeon, Inc. 32. PLACE OF DELIVERY. The place of delivery shall be set forth in the "Ship to" block of the purchase order, purchase change order, or release order. 33. RIGHT OF INSPECTION. City shall have the right to inspect the goods upon delivery before accepting them. Contractor shall be responsible for all charges for the return to Contractor of any goods rejected as being nonconforming under the specifications. 34. INVOICES. 34.1 Contractor shall submit separate invoices in duplicate, on each purchase order or purchase change order after each delivery. Invoices shall indicate the purchase order or purchase change order number. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, should be attached to the invoice. Contractor shall mail or deliver invoices to City's Department and address as set forth in the block of the purchase order, purchase change order or release order entitled "Ship to." Payment shall not be made until the above instruments have been submitted after delivery and acceptance of the goods and/or services. 34.2 Contractor shall not include Federal Excise, State or City Sales Tax in its invoices. The City shall furnish a tax exemption certificate upon Contractor's request. 35. PRICE WARRANTY. 35.1 The price to be paid by City shall be that contained in Contractor's bid which Contractor warrants to be no higher than Contractor's current prices on orders by others for products and services of the kind and specification covered by this Agreement for similar quantities under like conditions and methods of purchase. In the event Contractor breaches this warranty, the prices of the items shall be reduced to the prices contained in Contractor's bid, or in the alternative upon City's option, City shall have the right to cancel this Agreement without any liability to Contractor for breach or for Contractor's actual expense. Such remedies are in addition to and not in lieu of any other remedies which City may have in law or equity. 35.2 Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for commission, percentage, brokerage or contingent fee, excepting employees of an established commercial or selling agency that is maintained by Contractor for the purpose of securing business. For breach or violation of this warranty, City shall have the right, in addition to any other right or rights arising pursuant to said purchase(s), to cancel this Agreement without liability and to deduct from the contract price such commission percentage, brokerage or contingent fee, or otherwise to recover the full amount thereof. 36. PRODUCT WARRANTY. Contractor shall not limit or exclude any express or implied warranties and any attempt to do so shall render this Agreement voidable at the option of City. Contractor warrants that the goods furnished will conform to City's specifications, drawings and descriptions listed in the solicitation, and the sample(s) furnished by Contractor, if any. In the event of a conflict between Contractor's specifications, drawings, and descriptions, City's specifications shall govern. 37. SAFETY WARRANTY. Contractor warrants that the product sold to City shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of 1970, as Vendor Agreement Parkeon, Inc. amended. In the event the product does not conform to OSHA standards, City may return the product for correction or replacement at Contractor's expense. In the event Contractor fails to make appropriate correction within a reasonable time, any correction made by City will be at Contractor's expense. Where no correction is or can be made, Contractor shall refund all monies received for such goods within thirty (30) days after request is made by City in writing and received by Contractor. Notice is considered to have been received upon hand delivery, or otherwise in accordance with Section 14 of this Agreement. Failure to make such refund shall constitute breach and cause this Agreement to terminate immediately. 38. SOFTWARE LICENSE TO CITY. If this purchase is for the license of software products and/or services, and unless otherwise agreed, Contractor hereby grants to City, a perpetual, irrevocable, non-exclusive, nontransferable, royalty free license to use the software. This software is "proprietary" to Contractor, and is licensed and provided to the City for its sole use for purposes under this Agreement and any attached work orders or invoices. The City may not use or share this software without permission of the Contractor; however City may make copies of the software expressly for backup purposes. 39. OWNERSHIP 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 the 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, Contractor 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 the 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 the City. 40. NETWORK ACCESS. If Contractor, and/or any of its employees, officers, agents, servants or sub-contractors, requires access to the City's computer network in order to provide the services herein, Contractor shall execute and comply with the Network Access Agreement which is attached hereto as Exhibit "D" and incorporated herein for all purposes. 41. CANCELLATION. City shall have the right to cancel this contract immediately for default on all or any part of the undelivered portion of this order if Contractor breaches any of the terms hereof, including warranties of Contractor. Such right of cancellation is in addition to and not in lieu of any other remedies, which City may have in law or equity. 42. IMMIGRATION NATIONALITY ACT. The City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide Contractor with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so Vendor Agreement Parkeon, Inc. that no services will be performed by any worker who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 43. DISABILITY. In accordance with the provisions of the Americans With Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. 45. INFORMAL DISPUTE RESOLUTION. Except in the event of termination pursuant to Section 5.2, if either City or Contractor has a claim, dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party's specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall commence the resolution process and make a good faith effort, either through email, mail, phone conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding mediation in Tarrant County, Texas, upon written consent of authorized representatives of both parties in accordance with the Industry Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. The mediator shall be agreed to by the parties. Each party shall be liable for its own expenses, including attorney's fees; however, the parties shall share equally in the costs of the mediation. If the parties cannot resolve the dispute through mediation, then either party shall have the right to exercise any and all remedies available under law regarding the dispute. Notwithstanding the fact that the parties may be attempting to resolve a dispute in accordance with this informal dispute resolution process, the parties agree to continue without delay all of their respective duties and obligations under this Agreement not affected by the dispute. Either party may, before or during the exercise of the informal dispute resolution process set forth herein, apply to a court having jurisdiction for a temporary restraining order or preliminary injunction where such relief is necessary to protect its interests. 46. 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 Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "E" 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. Executed in multiples this the day of 12016. CITY OF FORT WORTH: Vendor Agreement Parkeon, Inc. PARKEON, INC.: Assistant City Manager Date: S �� �, By, i fop ' , Name: Benoit Reliquet ATTEST- ® °°� Title: President By: 0 Date: /q % 16 ity ° ATTEST: \.. lP°°aR7A APPROV7//hf/-� TO FORM AND LEGALITY` By. By: As ant bty Attorney Sv?", CONTRACT AUTHORIZATION: M&C: ( - I (�r.3 CJ Date Approved: Ce R ICIAL RECORDY SECRETARY WORTH, TX Vendor Agreement Parkeon, Inc. EXHIBIT A STATEMENT OF WORK 1. CONTRACTOR RESPONSIBILITIES. The Contractor, Parkeon, Inc. shall deliver parking pay station equipment, products and services to the City of Fort Worth, (City), in accordance with the terms of this Agreement. The items, quantities, descriptions and unit prices that the Contractor will provide under this agreement are as defined herein. 1.1 Parking Pay and Display Station Units. Twenty(20) Strada parking pay and display station units at a price of$6,750.00 each, with the following features: 1.1.1 Installation of pay and display units at$300.00 per unit within thirty(30) days of the start date as agreed upon by the City and Parkeon and as defined by the Agreement, 1.1.2 Units meet ADA requirements for access and operation, in effect at the time of Unit manufacture, 1.1.3 Magnetic stripe, Smart and Chip capable cards with EMV capability, 1.1.4 Thermal printer, 1.1.5 Color: Titanium Grey, 1.1.6 Three language options, 1.1.7 Integrated Solar Power Panels 1.1.8 Lithium batteries for memory support in case of solar panel failure, 1.1.9 4G Internal Modem for wireless communication capability, 1.1.10 Installation of all City supplied unit graphics, 1.1.11 Keys: three (3) maintenance door keys; three (3) lower door keys; three (3) coin box keys; three (3) electronic lock key for collection cabinet: and three (3) electronic lock key for access cabinets. Unit keying requirements will be specified at time of order, Additional 10 sets of Keys will be provided, 1.1.12 Shipping and delivery cost of the pay and display units at$300.00 per unit, 1.1.13 Five (5)year warranty including software, 1.1.14 Possession of Strada units by the City upon installation, testing, and acceptance of units upon final agreed upon street location, 1.1.15 Units to be configured in Hold and Send Mode with no limits, and 1.1.16 Receipt to print both the start time and stop time. Vendor Agreement Parkeon, Inc. 1.2 Options. 1.2.1 Option to purchase up to thirty(30) additional units at a price of$6,750.00 each. 1.2.2 Options for extended warranty as defined in Exhibit B— Payment Schedule. 1.3 Training. 1.3.1 Parkeon shall provide on-site on-the-job terminal maintenance and collection training as required especially with regards to implementation of new features and new technology. 1.4 Service Fee. 1.4.1 Annual fee including service, maintenance, gateway and license fees of$48.50 per month per unit or$582.00 per year per unit. 1.4.2 Field service rate of$100.00. 1.5 Receipt Ticket Stock. Strada self-adhesive single-issue receipt ticket stock, 3,000 tickets per roll, with a three- color print format. Estimated order quantities: 1.5.1 $32.00 per roll through five years of warranty coverage. 1.6 Operational Failure. Parkeon agrees to provide alarms of operational failure in real time via cell phones through email and text formats in addition to notice through Parkfolio®. Parkeon is responsible for resolving gaps in the communications coverage for areas of Strada unit installation. Parkeon will equip the unit(s)with the proper equipment to provide these alarms at no additional cost to the City. 1.7 Wireless Service Provider. City reserves the right to prior approve any change in wireless service provider, and approval will not be unreasonably withheld. 1.8 Parkfolio, City News, Path to Park&Analytics Access and Support. Parkeon to provide the Analytics, City News, Path to Park and Parkfolio®support to the City for the aforementioned monthly subscription rate: 1.9.1 Provide full support for all aspects of the Parkfolio®system. City staff will not be required to provide any application support. Cost of this support included in the monthly Parkfolio subscription fee, 1.9.2 Provide application use support, such as troubleshooting and problem correction, within one (1) business day of notification by the City, 1.9.4 Create semi-custom environment on web page as specified by City, including organizing machines into zones/circuit/groups, Vendor Agreement Parkeon, Inc. 1.9.5 Ensure successful City system upgrade migrations by providing updated system documentation and any necessary training and issue resolution support required by City personnel, 1.9.6 Revise up to six(6) machine software originations (customizations) per year for the programming of the pay stations through Parkfolio as requested by City outside of City access to Analytics module. Contractor will make its best efforts to make changes within twenty four hours of receipt of the change request, 1.9.7 Provide the results of any research required by disputed transactions, 1.9.8 Create and reset passwords as requested by the City, 1.9.10 Maintain and regularly update the Parkfolio®system and other software and hardware as required to ensure effective and secure City operations, 1.9.11 Assist the City to develop custom reports and data sets by providing access to the data dictionary, file formats, etc., 1.9.12 Real-time credit card authorization and transaction data communications services, including wireless communication links for transmitting all transaction information from the pay stations to the financial institution, to meet City credit card transaction security requirements, and 1.9.13 Real-time credit card authorization services are provided by Credit Call, as a subcontractor, to the Contractor. City reserves the right to approve any change in credit card authorization service provider. 1.10 Operating Manuals. Five (5) copies of operating manuals complete with wiring diagrams and specifications, for installation, maintenance and use. Manuals will be in English and provided during the City training period. In addition, electronic versions of the manuals are to be supplied, including the right for the City to edit and change the manuals for its own use only. 1.11 Spare Parts. Parkeon shall provide the City a twenty percent(20%) price discount from the Parkeon List Price for all parts purchased through Contractor or an exchange price if this is lower than the 20% discounted price, including for all future upgrades of modular components and repair materials, parts supplies and new features purchased within the terms of this agreement. The Contractor guarantees that parts or parts compatible with parts currently used for the units will be available for ten (10)years from the date of the award. See RFP response for comprehensive list of part prices. 1.12 Test Tokens. Parkeon shall provide to the City twenty(20) test tokens at a price of$2.00 per token. 1.13 Configuration. Parkeon shall configure units to the City specifications, within unit's current capabilities, including mode of operation, coin and token acceptance, languages, and periods of operation. Configuration of the units shall be included in the cost of the Strada units. 1.14 Out of Scope Site Prep Work Vendor Agreement Parkeon, Inc. Parkeon will provide the construction of installation sites that are outside the scope of the statement of work identified by this Agreement. Parkeon will pass on the cost, and the City agrees to pay for the construction of these concrete pad locations. The cost will be$560.00 for a 2"X2" level concrete pad in dirt or in a place with a slope. All costs include labor and material. 1.15 Delivery. Parkeon shall deliver all goods of operable, configured units to site for installation. 1.18 Enhancements. 1.18.1 Parkeon shall provide support for future upgrades and enhancements and new communications technology. The City, prior to commencement of any work, will require cost estimates for the revised requirements/specifications for authorization. 1.18.2 Parkeon will provide the City free of charge any new software releases (including parking management and printer software). Specific developments made for the City under this Agreement will not be included in future standard releases unless agreed to in writing by the Contractor. 1.19 Guarantee. The Contractor guarantees, for a period of five (5) years from the date of installation, to repair and/or replace any part or modular component determined to be defective in material or workmanship under normal use and service at no additional cost to the City. 1.20 Zone Caps and Cash Vaults. Parkeon agrees to provide zone caps to the City at the cost of$75.00 per cap. This price shall be valid for the City's initial order and for five (5)years from the date of award.Zone caps will correspond with the City's current parking identifiers—Orange— Red and Blue 1.21 Credit/Smart Cards. Parkeon agrees to configuration of stations to accept credit/smart cards when communication system goes down with relay of that information completed immediately upon restoration of communications. Notice must be sent to the City whenever the communications system goes down via email or text alerts. 1.22 Meter Status. Parkeon agrees to provide meter status through Parkfolio0 using a Google maps platform. Vendor Agreement Parkeon, Inc. 1.24 Accuracy of Deposit. Parkeon agrees that pay and display unit is to be accurate to 99% of actual deposit on credit card and coin and also provide audit report capability to compare actual count to audit amount and the unit software can access greater than the last three collections internally. 1.25 Technical Overview. Parkeon agrees to provide technical overview and assist with the initial preventative maintenance period. 1.26 Response Time. Parkeon agrees to return all service calls within four(4) operational hours and provide technical assistance service from 7:00 AM to 7:00 PM (Central Standard Time) Monday through Saturday with customer service provided Monday through Friday with similar hours. Parkeon agrees to provide a point of contact for after-hours requests and weekends with a four(4) hour response time. 1.27 Maintenance Schedule. Parkeon agrees to deliver detailed schedule based maintenance guidelines to the City. 1.28 Parkeon to perform all tasks as outlined in the Exhibit A Statement of Work. 1.29 PCI Compliance. PCI compliance is a requirement for continued business with the City. As proof of continued PCI compliance, vendor will submit a copy of their fully executed Attestation of Compliance before the start of service and annually thereafter. 2. CITY RESPONSIBILITES. The City will be responsible to specify the following: 2.1.1 Mode of operation (pay and display)for each Strada unit, 2.1.2 Coins and tokens accepted, 2.1.3 Credit cards accepted, 2.1.4 Parking rate structure, 2.1.5 Periods of operation, 2.1.6 Provide graphics design and printed material for unit graphics, 2.1.7 Provide receipt configuration within unit's current capabilities, content design input and final approval, 2.1.8 Provide delivery schedule for calendar 2016-7 as follows: Best efforts to support 2016 Installation goals 10 units 2017 installation goal 10 units Vendor Agreement Parkeon, Inc. 2.1.9 Delivery schedules for 2016-17 will be communicated in writing at least thirty(30) days prior to the first expected delivery, 2.1.10 Identify and provide Parkeon with installation locations, and 2.1.11 Collect and remove single or multiple space meter heads at time of change. 3. EQUIPMENT PERFORMANCE STANDARDS. 3.1 Failure Rate. A machine failure shall be defined as an out-of-order condition (unit displaying a red indicator light). Easily remedied, non-repeating or maintenance negligence-caused out-of-order conditions resulting from acts of God, abuse, vandalism, minor.system failures (e.g., battery failure, no receipts, coin box full, blown fuse and other failures that are minor in nature)will not be considered machine failures. Machines that are diagnosed as chronic(as described in Section 3.3)will be replaced and not included in the calculation as described in this section. The average failure rate for units taken across new installations (within 500 days of installation) shall not exceed one failure per machine per year when Contractor-recommended maintenance procedures are followed. 3.2 Each newly installed pay station will be monitored for faults and/or defects during a thirty day (30-day) burn-in period. Following that period, failures of any hardware components resulting in that unit being out of service will count against the overall standard. 3.3. The City shall have the right to exercise the five-year(5-year)warranty clause in the contract to remedy machine failures. In addition, the City has the right to demand that a unit be replaced within 72 hours in the event that the unit experiences either a system failure that cannot be corrected in the field or is determined to have a pattern of chronic equipment failures. A unit that is deemed to have chronic equipment failures is a unit that has had three (3) non Out-of-order equipment failures (out-of-order failures defined in 3.1) in any twelve-month (12- month) period that rendered the unit non-usable. 3.4 The Contractor is responsible for any installation costs involved in replacing a unit that cannot be repaired in the field or has chronic equipment failures (as defined above). Replacement of a unit does not constitute removal from the performance requirement for overall failure. 3.5 In the event that the average failure rate following 425 days of operation exceeds the parameters defined in Section 3.1 above, the City shall have grounds for contract termination. 3.6 In the event that a design flaw is identified during the warranty period, any required hardware or software replacements or site labor costs will be at the Contractor's expense. The Contractor is required within 30 days of identification of a design flaw to communicate in writing the plan to correct the flaw and to perform such correction. 3.7 The unit will meet the above performance requirements while operating in an environment with a temperature range of-13 degrees to 130 degrees F and 97% non-condensing humidity. Vendor Agreement Parkeon, Inc. 4. PARKING INFORMATION MANAGEMENT SYSTEM PERFORMANCE STANDARDS. 4.1 City change requests to rates, rate structures, receipt information, displayed text, payment acceptance, etc., will be processed by the Contractor within one (1) business day of final submittal of all required data. 4.2 Alarm, statistical and financial transaction data will be available on the back office (Parkfolio)Web site to City staff within 60 seconds of their occurrence. 4.3 Contractor will provide the City, on a monthly basis, reports that describe hardware and software performance including, but not limited to, data transfer rate, the response time to system queries and access availability(including, but not limited to, website availability). 4.4 The Contractor's information management system will have less than (0.1%) of"off-line" time per year. 5. TRANSACTION PERFORMANCE AND SECURITY STANDARDS. 5.1 The pay and display unit, regardless of mode of operation (pay-and-display or pay-by- space), will complete a credit card authorization transaction in less than eighteen (18) seconds from receipt print request. Results will be based on a statistical average of 100 transactions. 5.2 Cash transactions will be completed within ten (10) seconds of a receipt print request. Results will be based on a statistical average of 100 transactions. 5.3 The Contractor will make its best effort to have less than (0.1%) of"off-line" time per year with the credit card verification system. 5.4 The Contractor and each of their subcontractors will exercise an appropriate standard of due care for the management and processing of all data and the related information systems involved, as defined by the applicable CISP specifications. 5.5 The Contractor will provide proof of third party audited PCI compliance on an annual basis. 5.6 The Contractor will notify City within one (1) business day of any system security breach involving Contractor or its subcontractor systems. 5.7 The Contractor and his subcontractors will provide their best efforts to format credit card data to minimize financial institution processing costs. 6. WIRELESS TWO-WAY COMMUNICATION PERFORMANCE STANDANDS. The Contractor will make its best effort to have less than 525 minutes (0.1%)of"off-line" time per year with the wireless communications system. Vendor Agreement Parkeon, Inc. 7. TECHNICAL SUPPORT PERFORMANCE STANDARDS. 7.1 The Contractor or an authorized subcontractor will provide technical response to problems within one (1) business day of a City request. 7.2 The Contractor or an authorized subcontractor will maintain a local parts and system software inventory that will be available to send to the City within one (1) business day of a request to replenish seed stock requirement. 8. PLANNING FOR UPGRADES. 8.1.1 The City expects to collaborate with the Contractor on developing and testing software and/or hardware upgrades. 9. DESCRIPTION OF PROJECT ACTIVITIES The project involves three major activities, Site Preparation, Meter Installation and Single Space Parking Meter Removal. 9.1 —SITE PREPARATION DESCRIPTION OF ACTIVITIES Parkeon will perform all basic civil work, which includes the drilling and setting of installation bolts into concrete sidewalk up to but not including the pouring of concrete pads. City will provide all required permits and rights of way. Drilling 4 5/8 inch holes 3-4 inches deep at designated locations Installing and securing of 5/8 inch lag bolts. Put up warning to highlight trip hazard 9.2 -METER INSTALLATION DESCRIPTION OF ACTIVITY This activity involves the installation of Pay Station units, at the designated locals as outlined by the City. 9.3 METER INSTALLATION SCOPE OF WORK Set meter on pre-mounted bolts and tighten down. Level meters using internal meter leveling plate and leveling bolts. NOTE—Production and installation schedules will be confirmed 10 days in advance. 9.4-SINGLE SPACE PARKING METER REMOVAL DESCRIPTION OF ACTIVITY Vendor Agreement Parkeon, Inc. This activity is for the removal of Single and Multiple Space Parking Meters in the City. This will be completed during and after the installation of the Pay Station units. Meter heads will be removed by the City's team and meter poles will be removed by contractor and sent to salvage. SINGLE SPACE PARKING METER REMOVAL SCOPE OF WORK City to collect and remove Parking Meter Head (requires unbolting of internal bolt that secures meter head to the support pole). Contractor Remove pole by cutting meter pole at base to be flush with ground grade.Pole to be filed flush with the sidewalk and/or ground grade Perform basic civil work to return meter area back to sidewalk and/or ground grade including filling of meter post hole with concrete and if applicable covering with dirt and grass Transportation of meter heads and poles to local warehouse and unloading of meter heads and poles NOTE—Removal schedules will be confirmed 10 days in advance. City will collect and bag meters at time of MSM turn up. Vendor Agreement Parkeon, Inc. EXHIBIT B Price List 1.00 STRADA PARK AND PAY DISPLAY METERS ITEM UOM Unit Price Total Cost Park and Pay Display Meters- inciddes a (5) five year $ $135,000 1.1 standard warranty. 20. 6,750.00 $ $6,000.00 1.2 Shipping 20.EA. 300.00 $ $6,000.00 1.3 Installation 20. 300.00 20. $11,640.00 Annual Fee (includes Service, Maintenance, Gateway 1.5 and License Fees). $582.00 TOTAL INITIAL INVESTMENT $7982.00 $159,640.00 ON— GOING 2.0 FEES Option I - Extended Warranty for years 6-10- 2.1 $375.00/unit/ ear if paid in the respective years. EA. $375.00 Option II - Extended Warranty for years 6-10- 2.2 $350.00/unit/ ear if paid upon contract execution. EA. $357.00 $ 2.3 Field Service Hourly Rate HR. 100.00 Optional Items 1. Zone indicators: $75/unit 2; Upgrade of existing, already deployed Fort Worth Stradas to full color display screens: Qty 1-50: $1,950 Qty 51 and above:$1,650 3. Warranty extension for existing,already deployed Fort Worth Stradas: $375/unit/year Notes: 1. Annual fee: Our pricing is based on$582/meter/year. This fee includes access to myParkfolio and Analytics plus the City Ne feature and Path to Park. 2, Extended warranty is$375 when paid in respective years. The meters will come with a 5 year warranty. The extended warra starts in year 6. We did not provide a total cost because the warranty extension is optional. 3. Extended warranty is$357 when paid upon contact execution. The meters will come with a 5 year warranty. The extended warranty starts in year S. We did not provide a total cost because the warranty extension is optional. 4. Field service.hourly rate is$100/hour. We did not provide a total cost because hours needed are unknown. Vendor Agreement Parkeon, Inc. EXHIBIT C SPARE PARTS AND SEED STOCK LIST Life Expectancy of Discounted Exchange Recommended Major Reference Description Unit Price Price Price QTY Components ELP1000009195 Main Board-NEOPS $1,877 $1,502 $1,251 1 10 to 12 years Upper front fitted with enhanced keyboard MECI 000018070 for 7'dis lay) $530 $424 1 1 5 to 7 years MEC1000019038 7'screen module guard glass $97 $78 1 ELM1000019264 7'color screen module $1,032 $826 1 5 to 7 years ELP1000017093 Interface Board'Connector Board $137 $110 1 400770311 4A Skov Slow Fuse Pack of 10) $11 $9 1 ELM1000008737 Thermal Printer 51,081 $865 $751 1 10 to 12 yeafs Programmed Coin Selector(.05_10_25. .25. 126094 1.00) $948 $758 1 7 to 10 years ELM1000001431 NEOPS Datapack $125 $100 1 EPSUM M900 Card Reader(no magneftc 404304570 strip kit) 51,376 $1,191 $1,185 1 5 to 7 ears 404304511 EPSUM M900 Magnetic Strip Kit $278 $222 1 CAR1000016441 3G Modem $1,507 $1,206 $660 1 10 to 12 years CAT1000018056 3G Modem Antenna $74 $59 t 404001714 Relay board $83 $66 1 125277 Escrow $256 $205 1 8 to 10 years 143430 Equipped Rack $846 $677 1 PHM SDA-x==Upper Door Lock ball a without ke $161 $129 i SVT CAS 18 Upper Door Key $60 $48 1 MECi000012432 Lower Door Look'Square for trap door $49 $39 1 135078 Square Key $29 $23 1 148117 Reinforced Display Glass and Gasket $47 $38 1 146107 Tariff Glass and Gasket $34 $27 1 Ticket Bowl with Antistatic Brush&e-lock MEC1000006542 interface $187 silo 1 120341 Ticket Bowl Fla $24 $i9 1 135410 Coin Bond $66 $53 1 135493 Coin Bovd Flap $25 $20 1 Life Expectancy of Discounted Exchange Recommended Major Reference Rapid e Units On Unit Price Price Price QTY Components ELM1000010471 Electronic Lock it $1,233 $986 $720 1 1 7 to 10 years Life Expectancy of Discounted Exchange Recommended Major Reference Solar Units Only Unit Price Price Price QTY Components' 404002394 Solar Charger Board $139 $111 1 8 to 10 years Three channel charger board for extended CAR1000618359 solar power $139 $111 1 ELM1000017902lntegratedSofarModule-16.5 watts $1;113 $890 1 10 to 12 years 404402613 Cable for Solar Power Supply $49 $39 1 Life. Expectancy of Discounted Exchange Recommended Major Reference Consumables Unit Price Price Price QTY Components TICKETS/BLNKlSNGL Standard ticket roll(Qty 100 or more) $36 $29 lea TICKETSISTUBfADH Sticky back ticket roll(Qty 100 or more) $39 $32 100 LABEL EXT KEYBRD Alphanumeric label for extended keyboard $60 $30 20 400600403 12V 27AH Rechargeable Battery $190 $152 2 CAT1000018180 12V 42AH Rechargeable Battery $297 $238 2 146545 Coin canister $265 $212 1 IUeeneo preventative maintenance CAT100003452 cleaning kit $66 $53 1 5 NB: The Recommended Spare Parts List will be purchased on an "as needed basis"with a (20) percent discount off Parkeon List Price on all parts from this list as well as all parts in the pay and display unit as listed in the parts list in the contractor response to the RFP. Vendor Agreement Parkeon, Inc. EXHIBIT D NETWORK ACCESS AGREEMENT 1. The Network. The City owns and operates a computing environment and network (collectively the "Network"). Contractor wishes to access the City's network in order to provide data on revenue derived from the Pay Station units, in order to account for an reconcile revenue flow from parking transactions. In order to provide the necessary support,Contractor needs access to the City's Network to provide above mentioned service. 2. Grant of Limited Access. Contractor is hereby granted a limited right of access to the City's Network for the sole purpose of providing revenue,transactions, operational and maintenance related information to the City such that the City can provide parking related services to the public in an efficient and effective manner. Such access is granted subject to the terms and conditions forth in this Agreement and applicable provisions of the City's Administrative Regulation D-7 (Electronic Communications Resource Use Policy), of which such applicable provisions are hereby incorporated by reference and made a part of this Agreement for all purposes herein and are available upon request. 3. Network Credentials. The City will provide Contractor with Network Credentials consisting of user IDs and passwords unique to each individual requiring Network access on behalf of the Contractor. Access rights will automatically expire one (1) year from the date of this Agreement. If this access is being granted for purposes of completing services for the City pursuant to a separate contract,then this Agreement will expire at the completion of the contracted services, or upon termination of the contracted services,whichever occurs first. This Agreement will be associated with the Services designated below. ❑ Services are being provided in accordance with City Secretary Contract No. ❑ Services are being provided in accordance with City of Fort Worth Purchase Order No. X Services are being provided in accordance with the Agreement to which this Access Agreement is attached. ❑ No services are being provided pursuant to this Agreement. 4. Renewal. At the end of the first year and each year thereafter,this Agreement may be renewed annually if the following conditions are met: 4.1 Contracted services have not been terminated. 4.2 Within the thirty (30) days prior to the scheduled annual expiration of this Agreement, the Contractor has provided the City with a current list of its officers, agents, servants, employees or representatives requiring Network credentials. Notwithstanding the scheduled contract expiration or the status of completion of services, Contractor shall provide the City with a current list of officers, agents, servants, employees or representatives that require Network credentials on an annual basis. Failure to adhere to this requirement may result in denial of access to the Network and/or termination of this Agreement. 5. Network Restrictions. Contractor officers, agents, servants, employees or representatives may not share the City-assigned user IDs and passwords. Contractor acknowledges, agrees and hereby gives its authorization to the City to monitor Contractor's use of the City's Network in order to ensure Contractor's compliance with this Agreement. A breach by Contractor, its officers, agents, servants, employees or representatives, of this Agreement and any other written instructions or guidelines that the City provides to Contractor pursuant to this Agreement shall be grounds for the City immediately to deny Contractor access to the Network and Contractor's Data, terminate the Agreement, and pursue any other remedies that the City may have under this Agreement or at law or in equity. 5.1 Notice to Contractor Personnel—For purposes of this section, Contractor Personnel shall include all officers, agents, servants, employees, or representatives of Contractor. Contractor shall be responsible for Vendor Agreement Parkeon, Inc. specifically notifying all Contractor Personnel who will provide services to the City under this agreement of the following City requirements and restrictions regarding access to the City's Network: (a) Contractor shall be responsible for any City-owned equipment assigned to Contractor Personnel, and will immediately report the loss or theft of such equipment to the City (b) Contractor, and/or Contractor Personnel, shall be prohibited from connecting personally-owned computer equipment to the City's Network (c) Contractor Personnel shall protect City-issued passwords and shall not allow any third party to utilize their password and/or user ID to gain access to the City's Network (d) Contractor Personnel shall not engage in prohibited or inappropriate use of Electronic Communications Resources as described in the City's Administrative Regulation D7 (e) Any document created by Contractor Personnel in accordance with this Agreement is considered the property of the City and is subject to applicable state regulations regarding public information (f) Contractor Personnel shall not copy or duplicate electronic information for use on any non-City computer except as necessary to provide services pursuant to this Agreement (g) All network activity may be monitored for any reason deemed necessary by the City (h) A Network user ID may be deactivated when the responsibilities of the Contractor Personnel no longer require Network access 6. Termination. In addition to the other rights of termination set forth herein, the City may terminate this Agreement at any time and for any reason with or without notice, and without penalty to the City.Upon termination of this Agreement, Contractor agrees to remove entirely any client or communications software provided by the City from all computing equipment used and owned by the Contractor, its officers, agents, servants, employees and/or representatives to access the City's Network. 7. Information Security. Contractor agrees to make every reasonable effort in accordance with accepted security practices to protect the Network credentials and access methods provided by the City from unauthorized disclosure and use. Contractor agrees to notify the City immediately upon discovery of a breach or threat of breach which could compromise the integrity of the City's Network, including but not limited to,theft of Contractor-owned equipment that contains City-provided access software, termination or resignation of officers, agents, servants, employees or representatives with access to City-provided Network credentials, and unauthorized use or sharing of Network credentials. ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACTOR NAME: J l.� By: By: ACM Name Name: or 't •q 0Q Assistant City ager �aO� ., Title: i cos;c1 �, Date: �l ° Date: 15/ 1 ATTES — / �8® ° By: i c`� By- ty Aecre r °Omoxa°° "� ame:`Kwolcl Woe) _ Title: 0�o APPROVEVS TO7 AND LEGALITY: By: Assistant City orn M&C: one requirdO OFFICIAL RECORD CITY SECRETARY Vendor Agreement FT. WORTH, TX Parkeon, Inc. EXHIBIT E VERIFICATION OF SIGNATURE AUTHORITY Full Legal Name of Company: Legal Address: Services to be provided: Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind the Company and to execute any agreement, amendment or change order on behalf of Company. 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 Company. Company 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 revised1 Form that has been properly executed by the Company. 1. Name: r?""u Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of Presidelt Other Title: Date: Vendor Agreement Parkeon, Inc. 0 FO T ORTII CITY COUNC.41LAGENDA COUNCIL ACTION: Approved on 3/1/2016 REFERENCE ** 13P16-0007 PAY/DISPLAY DATE: 3/1/2016 NO.: P-11839 LOG NAME: METERS BH TPW CODE: P TYPE: CONSENT PUBLIC NO NO SUBJECT: Authorize Execution of an Agreement with Parkeon, Inc., in the Amount of$160,000.00 for the First Year, for Pay and Display Parking Meters for the Transportation and Public Works Department (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Agreement with Parkeon, Inc., in the amount of$160,000.00 for the first year with three-year initial term and two one-year renewal options, for pay and display meters for the Transportation and Public Works Department. DISCUSSION: The Transportation and Public Works Department (TPW) will use this Agreement to purchase additional on-street parking pay stations and repair parts to keep the parking pay station infrastructure operational. The City currently has 2,700 metered parking spaces throughout the Fort Worth Central Business District, the University/Berry Street District, the Cultural District and the Hospital District. Since February 2012, the City of Fort Worth has bought and installed over 110 parking pay stations covering 750 parking spaces which account for greater than 50 percent of all parking transactions. Installation of these parking pay stations has led to an improvement in service to the citizens and visitors of Fort Worth, which is most evident in the change from 100 percent of transactions purchased via coin prior to installation and now greater than a third of all parking transactions are completed via credit and debit cards. Through the use of these parking pay stations, the City has seen significant improvements in parking meter uptime, now in excess of 99.92 percent and significant reductions in parking meter operations and maintenance processing time. This new Agreement will enable the City to continue to meet the needs of our populace, widening the coverage of parking pay stations across the City, thus extending the ease and simplicity of the parking process for the public. This Agreement includes an initial estimated purchase of 20 pay and display parking stations with an option to purchase 30 additional units, shipping, onsite training, installation and a 5 year warranty in the amount of$160,000.00. This Agreement also includes annual fees (including service, maintenance, gateway and license fees). RFP ADVERTISEMENT- The Request for Proposals was advertised in the Fort Worth Star-Telegram on November 11, 2015, November 18, 2015, November 25, 2015, December 2, 2015 and December 9, 2015. Twenty-seven vendors were solicited from the purchasing system database and three proposals were received. PRICE ANALYSIS - The previous estimated purchase quantity of Pay and Display Parking Meters was 80 meters, this purchase will be for 20 meters with the option for 30 more. The unit price of the meters has increased by 2 percent over the previous Agreement. TPW and Purchasing staff have reviewed the pricing and determined it to be fair and reasonable. Logname: 17ED COMFORWOMEN Page 1 of 2 M/WBE OFFICE -A waiver of the goal for MBE/SBE for subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with BIDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERM - Following City Council's approval, the initial term of the Contract shall be for a three-year term beginning on March 2, 2016 and ending on March 1, 2019. RENEWAL OPTIONS - This Agreement may be renewed for up to two additional one-year terms at the City's option. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as appropriated, of the Municipal Parking Fund and that prior to an expenditure being made, the Transportation and Public Works Department has the responsibility to validate the availability of funds. BQN\16-0007\13H TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year I (Chartfield 2) FROM Fund Department Account Project�Pro� ramgActivity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Aaron Bovos (8517) Additional Information Contact: Jack Dale (8357) Brandie Harris (2279) ATTACHMENTS Form 1295 - Parkeon.pdf Logname: 17ED COMFORWOMEN Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES N - I I N`31, 0 FORM 1.295 101`1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Parkeon, Inc. 2016-4206 Moorestown, NJ United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/20/2016 being filed. City of Fort Worth Date Acknowledged: 3--u1 -1 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract 16-0007 Pay&Display Parking Meters 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT April E Apfelbaum I swear,or affirm,'under penalty of perjury,that the above disclosure is true and correct. Notary Public, State of New Jersey My Commission Expires Aug 22,2017 !� 1D #2424221 Signature of authorized agent of contracting business entity AFF.X NOTARY STAMP/SEAL ABOVE Sworn,to and subscribed before me,b the said 1 10+I C� �i (l(V� Y P W ,this the 1� — day of _J 1 , 20 to certify which,witness my hand and seal of office. �i��1 l�.�l'���f,-7 �/Jti �. ;�i��/�✓Gtr✓r'7 f"l�� �Qrxa�,��� . ignature of o icer administering oath Printed name of offic r administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032