Loading...
HomeMy WebLinkAbout064693 - General - Contract - Flowbirld AmericaDocusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 CSC# 64693 ORT WORTH H � SOLE SOURCE VENDOR SERVICES AGREEMENT Flowbird America, Inc. 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 tlu�ough its duly authorized Assistant City Manager, and Flowbird America, Incorporated ("Vendor"), a New Jersey Corporation, acting by and through Benoit Reliquet, its duly authorized President and CEO, each individually refer►•ed to as a"party" and collectively referred to as the "parties." 1. Scope of Services. Vendor shall provide the City with equipment, products and services for the purpose of providing Parking Pay and Display Stations and back-office software as directed by the City. ("Seivices"), which ar•e set foi�th in more detail in E�ibit "A"— Scope of Services, are attached hereto and incorporated herein for all purposes. 2. Term. The term of this Agreement is for three year(s), beginning on the date March 2, 2026 (`Bffective Date"), unless terminated earlier in accordance with this Agreement. City will have the option, in its sole discretion, to renew this Agreement under the same tenns and conditions, for up to two one-year t•enewal option(s) (each a"Renewal Term"). Compensation. Total compensation under this Agreement will not exceed Seven Hundred and Fifty Thousand dollars and Zero Cents ($750,000.00) for the initial term, and up to Three Hundred and Twenty-Five Thousand dollars and Zero Cents ($325,000.00) annually for Renewal One and Two. City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and the provisions of this Agreement, including E�ibits "A" and "B", which is attached hereto and incorporated herein for all purposes. Vendor will 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. Prices shall remain firm and fixed through the contract term and subsequent renewals. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 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 will terminate on the last day of the fiscal period for which appropT•iations 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement . Page 1 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 4.3 Duties and Obli�ations of the Parties. In the event that this Agreement is tenninated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of tennination. Upon termination of this Agreement for any reason, Vendor will 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 will 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. S.l 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 will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 53 Public Information Act. City is a government entity under the laws of the State of Texas and all records held or maintained for 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 will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure to the Texas Attorney General. 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 must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to ha�e been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Ri�ht to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three 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 will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indeuendent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or etnployee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations Vendor Services Agreement Page 2 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and etnployees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor furthet• agrees tllat nothing herein will be construed as the creation of a pa►�tnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a co-employer or a joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will 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 contractors. S. Liabilitv and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY, INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAIISED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF I�ENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATIDN - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLDYEES, 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 VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, 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, IT.S OFFICERS, AGENTS, REPRSENTATIVES, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY WDEMNIFICATION — VENDOR AGREES TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR ACTIONAGAINST CITY FOR INFRINGEMENT OFANYPATENT, COPYRIGHT, TRADE MARK, TRA.DE SECRET, OR SIMII.A_R PROPERTY RIGHT ARISING FROM CITY'S USE OF THE SOFTWARE OR DOCUMENTATION IN ACCORDANCE WITH THIS AGREEMENT, IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND, SETTLE OR PAY WILL NOTAPPLYIF CITYMODIFIES OR MIS(7SES 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 WILL HAVE THE RIGHT TO CONDUCT THE DEFENSE OFANY SUCH CLAIM OR ACTION AND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM; HOWEVER, CITY WILL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH SETTLEMENT, NEGOTIATIONS, OR LAWSUIT AS NECESSARY TO PROTECT CITY'S INTEREST, AND CITYAGREES TO COOPERATE WITH VENDOR INDOING SO. IN THE EVENT CITY, FOR WHATEi�ER 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 Vendor Services Agreement Page 3 of 2] Docusign Envelope ID: C99E7CC3-EOEF-4D9S-BD3A-47288C594468 WILL HAVE THE SOLE RIGHT TO CONDUCT THE DEFENSE OF ANY SUCH CLAIM OR ACTIONAND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM; HOWE i�ER, VENDOR WILL FULLY PARTICIPATE AND COOPERATE WITH CITY IN DEFENSE OF SUCH CLAIM OR ACTION. CITYAGREES TO GIVE VENDOR TIMELY WRITTENNOTICE OFANYSUCH CLAIM OR ACTION, WITH COPIES OF ALL PAPERS CITYMAY RECEIVE RELATING THERETO. NOTWITHSTANDING THE FOREGOING, CITY'S ASSUMPTION OF PAYMENT OF COSTS OR EXPEN.SES WILL 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 Z7SE THEREOF IS ENJOINED OR RESTRAINED OR, IF AS A RESULT OF A SETTLEMENT OR COMPROMISE, SUCH USE IS MATERIALLYADVERSELYRESTRICTED, iJENDOR WILL, AT ITS OWNEXPENSEAND 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 MATERIALLYADVERSELYAFFECT CITY'SAUTHORIZED USE OF THE SOFTWARE AND/OR DOCUMENTATION; OR (C) REPLACE THE SOFTWARE AND DOCUMENTATION WITH EQUALLYSUITABLE, COMPATIBLE, AND FUNCTIONALLY EQUIVALENT NON-INFRINGING SOFTWARE AND 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 ANYAND ALL REMEDIES AT�AILABLE TO CITY UNDER LAW. 9. Assi�nment and Subcontractin�. 9.1 Assi�nment. Vendor will 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 will 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 will be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assigmnent. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies ofthe following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10. ] Covera�e and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate Vendor Services Agreement Page 4 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Se►vices under this Agreement. "Any vehicle" will be any vehicle owned, hired and non-owned. (c) Wocker's Compensation: Statutor•y limits accoi•ding to the Texas Wo►•kers' Compensation Act or any other state workers' compensation laws where the Services are 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 speciiic to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must 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 must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additiona] insured thereon, as its interests may appear. The term City includes its employees, officers, off cials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must 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 must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 100 Fort Worth Trail, 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. Al] insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial Vendor Services Agreement Page 5 of21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-4728SC594468 strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is yequired. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. ( fl Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City pi•ior to Vendor proceeding with any work pursuant to this Agreement. 11. Comnliance with Laws, Ordinances, Rules and ReEulations. Vendor 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 City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor tnust immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will 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, CONTRACTORS, SUBCONTRACTORS, 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 will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 To VENDOR: Flowbird America, Incorporated Benoit Reliquet, President and CEO 40 Twosome Drive Moorestown, NJ 08057 With copy to Fort Woi�th City Attorney's Office at same address 14. Solicitation of Emnlovees. Neither City nor Vendor will, 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 will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. Vendor Services Agreement Yage 6 of21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 15. Governmental Powers. It is tmderstood and agreed that by execution of this Agreement, City does not waivc 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 does 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. Governin� Law / Venue. 'This Agreement will 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 will 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 will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will 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; epidemics or pandemics; government action or inaction; orders of goverrunent; material or labor restrictions by any governmental authority; transportation probletns; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinde►•s the pai•ty's pe►•formance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance the notice section of this Agreement. 20. Headin�s Not Controllin�. Headings and titles used in this Agreement are for reference purposes only, will 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 will not be employed in the interpretation of this Agreement, Exhibit A, and Exhibit B. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including ��ibits A and B, contains the entire understanding and agreement between City and Vendor, tlleir 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. Vendor Services Agreement Page 7 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 25. Warrantv of Services. Vendor warrants that its services will be of a high 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 will 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. Immi�ration and Nationalitv Act. Vendor must verify the identity and employment eligibility of its etnployees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must 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 perfortn such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Wock Product"). Further, City will 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 will 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 will 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 Yroduct, 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. Si�nature Authoritv. The person signing this Agreement hereby warcants that they have 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. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Chan�e in Companv Name or Ownership. Vendor must 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 dic•ector's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation may adversely impact invoice payments. Vendor Services Agreement Page 8 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BQ3A-47288C594468 30. No Bovcott 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 2271 of the Texas Governrr►ent Code, the City is prohibited from entering into a contract with a company for goods of• se►vices 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 tei•m of the contract. The te�•ms "boycott Ist•ael" and "company" has the meanings ascribed to those terms in Chaptec 2271 of the Texas Goveriunent Code. By signing this Agreement, Vendor certifes 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 Agreement. 31. Prohibition on Bovcotting Ener�v Companies. 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 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $] 00,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certi�es that Vendor's signature provides written verification to tlie City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 32. Prohibition on Discrimination Against Firearm and Ammunition Industries. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Glapter 2274 of the '1'exas Government Code, the City is prohibited fi•om entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with l0 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Governrrient Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a�rearm entity or firearm trade association during the term of this Agreement. 33. Electronic Si�natures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all pu�poses and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. (signature page follows) (remainder of this page intentiona[[y left blank) Vendor Services Agreement Page 9 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 ACCEPTED AND AGREED CITY OF FORT WORTH: i By: �—� Name: Jesica McEachern Title: Assistant City Manager Date: 02/10/2026 Approval Recommended: �4.c� �/ru.R.Rn_ By: Lauren Prieur (Feb 2, 2026 18:05:19 CST) Name: Lauren Prieur an4 .o �ppi�r flp Title: Director ;,°�°°° °���oaaA °�` Sp•�0 v_o o�� o=d Attest: pP°*��° '�*' aaan nEzpaq.a4 By: Name Title: ���.��. � � Jannette Goodall City Secretary VFNDOR: Flowbird America, Inc. Sipn�d by: C���f �0{�',�,(,�' B}�. C76F6224F9C74D6... Name: Beniot Reliquet Title: President and CEO 1/15/2026 Date: Contract Compliance Manager: I3y signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. I�, , l : , By: Name: Peter Flliott Title: Administrative Services Manager Approved as to Form and Legality: �� ��_ �.._ //_ r. _�..�._ _ . � By: Name: Amarna Muhammad Title: Assistant City Attorney Contract Authorization: M&C: 25-1134 Date M&C Approved: December 9, 2025 Form 1295: 50203817 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 10 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 EXHIBIT A SCOPE OF SERVICES l. VENDOR'S RESPONSIBILITIES The Vendor, Flowbird America, 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, descriptions, and unit prices that the Vendor will provide under this agreement are as defined herein. 1.1 Parking Pay and Display Station Units StradaPAL Rapide Pay Station units at a price of $7,249.00 each, with the following features: 1.1.1.1 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 Flowbird America, Inc, 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 M1000 Card Reader (EMV Certified) 1.1.4 Thermal Graphical Printer 1.1.5 Color: Titanium Grey 1.1.6 Multilingual button 1.1.7 Integrated Solar Power Panel 1.1.8 7" Color Display 1.1.9 Coin acceptance 1.1.10 One (1) Koll of Receipt Paper 1.1.11 One (1) Coin Canister 1.1.12 Electronic or Mechanical Lock for Collections Compartment 1.1.13 Personalized Software including Programming and Testing 1.1.14 Credit Card Software & Smartfolio License Fees 1.1.15 Alphanumeric Capacitive Keyboard 1.1.16 Five (5) Year Limited Warranty including Software 1.1.17 Magnetic stripe, Smart and Chip capable cards with EMV capability 1.1.18 Lithium batteries for memory support in case of solar power failure 1.1.19 4G Internal Modem for wireless communication capability 1.1.20 Installation of all City supplied unit gcaphics 1.1.21 Keys: three (3) maintenance door keys; tl�u•ee (3) lower door keys; three (3) coin box keys; three (3) electronic lock keys for collection cabinet; and three (3) electronic lock keys for access cabinets. Unit keying requirements will be specified at time of order; additional 10 sets of keys will be provided. 1.1.22 Possession of Strada units by the City upon installation, testing, and acceptance of units upon final agreed upon street location. 1.1.23 Units to be confgured in Hold and Send Mode with no limits. Vendor Services Agreement Page 11 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 Strada SS Rapide Pay Station units at a price of $7,650.00 each, with the following features: 1.1.20.1 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 Flowbird America, Inc. and as defined by the Agreement. 1.1.21 Units meet AUA requirements for access and operation, in effect at the time of unit manufacture. 1.122 M1000 Card Reader (EMV Certified) 1.1.23 Thennal Graphical Printer 1.124 Color: Titanium Grey 1.1.25 Multilingual button 1.1.26 Integrated Solar Power Panel 1.127 9,7" Color Touch Display 1.1.28 Coin acceptance 1.1.29 One (1) Roll of Receipt Paper 1.1.30 One (1) Coin Canister 1.1.31 Electronic or Mechanical Lock for Collections Compartment 1.1.32 Personalized Software including Programming and Testing 1.1.33 Credit Card Software & Smartfolio License Fees 1.1.34 Five (5) Year Limited Warranty including Software 1.1.35 Magnetic stripe, Smart and Chip capable cards with EMV capability ].1.36 Lithium batteries for memory support in case of solar power failure 1.1.37 4G Internal Modem for wireless communication capability 1.1.38 Installation of all City supplied unit graphics 1.1.21 Keys: three (3) maintenance door keys; three (3) lower door keys; three (3) coin box keys; three (3) electronic lock keys for collection cabinet; and three (3) electronic lock keys for access cabinets. Unit keying requirements will be specified at time of order; additional 10 sets of keys will be provided. 1.1.22 Possession of Strada units by the City upon installation, testing, and acceptance of units upon final agreed upon street location. 1.1.23 Units to be configured in Hold and Send Mode with no limits. 1.1.24 Receipt to print both the start time and stop time. 1.2 Options 1.2.1 7one Cap Unit 12.2 Extended Warranty Per Machine — 6 to 10 years 1.2.3 TPAL Color Screen Upgrade Kit 1.2.4 Color Touchscreen Upgrade Kit 1.2.5 ADA Housing 1.2.6 4G Modem Kit 1.2.67 A 1000 Contactless Reader 1.3 Shipping ].4 Cale Max Single Space Meter 1.4.1 Retrofit onto existing housing $90.00 $375.00 $2,100.00 $3,199.00 $1,800.00 $450.00 $450.00 $300.00 $599.00 Vendor Services Agreement Page 12 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 1.4.2 Includes top hat and mechanism 1.4.3 Color: Black 1.4.4 Solar Power 1.4.5 Warranty 13 months hardware warranty 1.5 Cale Max Dual Space Meter 1.5.1 Retrofit onto existing housing l.5.2 Includes Top hat and mechanism 1.5.3 Color: Black 1.5.4 Solar Power 1.5.5 Warranty 13 months hardware warranty 1.6 Options 1.6.1 4G Modem Kit (Cale Max) 1.7 Shipping Per Unit 1.8 Installation Per Unit $858.00 $185.00 $14.00 $14.00 *Flowbird will insert a mechanism and secure top hat to existing meter and provide training, review preventative maintenance and troubleshooting. Removal of top hat and mechanism is not included. 1.9 Cale WebOffice Management System Per Space Per Month 1.9.1 Single $7.69 1.9.2 Dual $12.96 1.9.3 *No transaction fees 1.10 Training 1.10.1 Flowbird America, Inc. shall provide on-site on-the job tenninal maintenance and collection training as required, especially with ►•egard to implementation of new features and new technology. 1.11 Service Fee 1.11.1 Annual fee including service, maintenance, gateway and license fees of per meter per month: $52.38 1.11.2 Field Service Hourly Rate: $100.00 l .12 Receipt Ticket Stock Strada self-adhesive single-issue receipt ticket stock, 3,000 tickets per roll, with a tlu•ee-color print format. Estimated order quantities: $32.00 per roll through five years of warranty coverage. 1.13 Operational Failure Flowbird America, Inc. agrees to provide alarms of operational failure in real time via cell phones tiv-ough email and text formats in addition to notice through Parkfolio�. Flowbird America, Inc. is responsible for resolving gaps in the communications coverage for areas of Strada unit installation. Flowbird America, lnc. will eGuip the unit(s) with the prope�• equipment to provide these alarms at no additional cost to the City. Vendor 3ervices Agreement Page 13 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 1.14 Wireless Service Provider City reserves the right to prior approve any change in wircless service provider, and approval will not be wu�easonably withheld. 1.15 Parkfolio, City News, Path to Park & Analytics Access and Support Flowbird America, Inc. to provide the Analytics, City News, Path to Park and ParkfolioOO support to the City for the aforementioned monthly subscription rate 1.15.1 Provide full support for all aspects of the Parkfolio� system. City staff will not be required to provide any application support. Cost of this suppoc�t included in the monthly Parkfolio subscription fee, ].15.2 Provide application use support, such as troubleshooting and problem con•ection, within one (1) business day of notification by the City, 1.153 Create semi-custom envirorunent on web page as specified by City, including organizing machines into zones/circuiUgroups, 1.15.4 Ensure successful City system upgrade migrations by providing updated system documentation and any necessary training and issue resolution support required by City personnel, 1.15.5 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. Vendor will make its best efforts to make changes within twenty-four hours of receipt of the change request, 1.15.6 Provide the results of any research required by disputed transactions, 1.15.7 Create and reset passwords as requested by the City, l.15.8 Maintain and regularly update the ParkfolioOO system and other software and hardware as required to ensure effective and secure City operations, 1.15.9 Assist the City to develop custom reports and data sets by providing access to the data dictionary, file formats, etc. 1.15.10 Real-time credit card authorization and transaction data communications services, including wireless communication links for transmitting all transaction infarmation from the pay stations to the financial institution, to meet City credit card transaction security requirements, and 1.15. ] 1 Real-time credit card authorization services are provided by Credit Call, as a subVendor, to the Vendor. City reserves the right to approve any change in credit card authorization service provider. 1.16 Operating Manuals Five (5) copies of opet•ating 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, 1.17 Spare Parts Flowbird America, Inc. shall provide the City a twenty percent (20%) price discount from the current Flowbird America, Inc. List Price for all parts purchased tl�u•ough Vendor 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 Vendor 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. 1.18 Test Tokens Flowbird America, Inc. shall provide to the City twenty (20) test tokens at a price of $2.00 per token. 1.19 Configuration Vendor Services Agreement Page 14 of21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 Plowbird America, Inc. 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 w�its. 1.20 Out of Scope Prep Work Flowbird America, 1nc. will provide the construction of installation sites that are outside the scope of the statement of work identified by this Agreement. Flowbird America, Inc. 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. 1.21 Delivery Flowbird America, Inc. shall deliver all goods of operable, configured units to site for installation. 1.22 Enhancements 1.22.1 Flowbird America, Inc. shall provide support for future upgr•ades 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. ].22.2 Flowbird America, Inc. 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 Vendor. 123 Guarantee The Vendor 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 materia] or workmanship under normal use and service at no additional cost to the City. 1.24 Zone Caps and Vaults Flowbird America, Inc. 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 1.25 Credit Cards/Smart Cards Flowbird America, Inc. 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. , 1.26 Meter Status Flowbird America, Inc. agrees to provide meter status through Parkfolio� using a Google maps platform. 1.27 Accuracy of Deposit Flowbird America, Inc. 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 tlu•ee collections internally. 1.28 Technical Overview Flowbird America, Inc. agrees to provide technical overview and assist with the initial preventative maintenance period. 1.29 Response Time Flowbird America, Inc. agrees to return all service calls within four (4) operational hours and provides 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 si►nilar hours. Flowbird Vendor Services Agreement Page 15 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-8D3A-47288C594468 America, Inc. agrees to provide a point of contact for after-how�s requests and weekends with a four (4) hour response time. 1.30 Maintenance Schedule Flowbird America, Inc. agrees to deliver detailed schedule-based maintenance guidelines to the City. 1.31 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 RESPONSIBILITIES 2.1 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.l .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 a delivery schedule; delivery schedule will be communicated in writing at least thirty (30) days prior to the first expected delivery, 2.1.9 Identify and provide Flowbird America, Inc. with installation locations, and 2.1.10 Collect and remove single or multiple space meter heads at time of change. 3. EOUIPMENT 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-oi•der 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. Vendor-recotnmended 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. 33 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 defned in 3.l) in any twelve-month (12-month) period that rendered the unit non-usable. Vendor Services Agreement Page 16 of 2l Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 3.4 'I'he Vendor 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 Vendor's expense. The Vendoc 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. 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 Vendor within one (1) business day of final submittal of all required data. 4.2 Alartn, statistical and financial transaction data will be available on the back office (Parkfolio) Web site to City staff within 60 seconds of their occurrence. 43 Vendor will provide the City, on a monthly basis, reports that describe hardware and software performance, including, but not limited to, datatransfer rate, the response time to system queries and access availability (including, but not limited to, website availability). 4.4 The Vendor'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 Vendor 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 Vendor 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 Vendor will provide proof of third party audited PCI compliance on an annual basis. 5.6 The Vendor will notify City within one (1) business day of any system securiTy breach involving Vendor or its subcontractor systems. 5.7 The Vendor 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 Vendor will make its best effort to have less than 525 minutes (0.1 %) of "off-line" time pe►• year with the wireless communications system. Vendor Services Agreement Page 17 of21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 7. TECI�NICAL SUPPORT PERFORMANCE STANDARDS. 7.1 The Vendor or an authorized subcontractor will provide technical responses to problems within one (l) business day of a City request. 72 The Vcndor or an authorized subcontractor will maintain a local parts and system software inventoi•y 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 The City expects to collaborate with the Vendor 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 - Descrintion of Activities Flowbird America, Inc. will perform all basic civil work, which includes the drilling and setting of installation bolts into concrete sidewalks 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 a warning to highlight a trip hazard 9.2 Meter Installation — Description of Activities This activity involves the installation of Pay Station units at the designated locations as outlined by the City. 93 Meter Installation — Scope of Work Set meter on pre-mounted bolts and tighten down. Level meters using internal meter leveling plate and leveling bolts. NO'I'E -Production and installation schedules will be confirmed 10 days in advance. 9.4 Sin�le Snace Parkine Meter Removal — Description of Activitv 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 Vendor 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). Vendor Remove pole by cutting meter pole at base to be flush with ground grade. Pole to be filled 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 ineter heads and poles to local warehouse and unloading of ineter 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 Services Agreement Page 18 ofll Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 EXHIBIT B PRICE SCHEDULE The following nricin� shall remain firm throu�hout the contract term and subsequent renewals. StradaPAL Rapide Pav Station $ 7,249 EA 7" Color Display Integrated Solar Panel M1000 Card Reader (EMV Ce►-tified) Coin Acceptance 1 Roll of Receipt Paper 1 Coin Canister Thermal Graphical Printer Electronic or Mechanical Lock for collection compartment Multilingual Button Personalized Software including Programming & Testing Credit Card Software & Smartfolio License Fee Titanium Grey Color Alphanumeric Capacitive Keyboard 5 Year Limited Warranty Strada SS Rapide Pav Station $ 7,650 EA 9.7" Color Touch Display Integrated Solar Panel M1000 Card Reader (EMV Certified) Coin Acceptance 1 Roll of Receipt Paper 1 Coin Canister Thermal Graphical Printer Electronic or Mechanical Lock for collection compartment Multilingual Button Personalized Software including Programming & Testing Credit Card Software & Smartfolio License Fee Titanium Grey Color 5 Year Limited Warranty Shipping $ 300 Vendor Services Agreement Page 19 of21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 Installation Ontions: Extended Warranty per machine - Years 6-]0 Zone Caps Per Unit Field Service Houcly rate TPAL Color Screen upgrade kit Color Touchscreen upgrade kit ADA Housing A l 000 Contactless Card Reader 4G modem kit Text Message Receipt Extend by Text Smartfolio Back Office Management system (per meter per month) Pay & Display Pay by Space Pay by Plate EMV Gateway Fee (per meter per month) Cale Max Sin�le Space Meter Retrof' it onto existing meter housing Includes Top Hat & Mechanism Color: Black Solar Power Warranty 13 Month Hardware Warranty Cale Max Dual Space Meter Retrofit onto existing meter housing Includes Top Hat & Mechanism Color: Black Solar Power Warranty 13 Month Hardware Warranty Options: 4G Modem kit Shipping (per unit) Installation (per unit) *Flowbird will insert the mechanism and secure the top hat to existing meter and provide training, review preventative maintenance and troubleshooting. Removal of top hat and the mechanism is not included. Cale WebOffice Management System $ 300 $ 375 $ 90 $ 100 $ 2,100 $ 3, l 99 $ 1,800 $ 450 $ 450 $ 0.03 $ 0.35 $ 52.38 $8 $ 599 $ 858 $ 185 $14 $14 Vendor Services Agreement Pa�e 20 of 21 Docusign Envelope ID: C99E7CC3-EOEF-4D98-BD3A-47288C594468 Per Space per Month Single Space Dual Space *No transaction fees Spare Parts $ 7.69 $ 12.96 Flowbird America, Inc. shall provide the City a twenty percent (20%) price discount from the 2026 Flowbird America, Inc. List Price foc all parts purchased through Vendor. At the City's request, and when feasible, Vendor shall provide non-OEM parts at a lower rate than the 20% discounted price. Prices shall remain frm and fixed through the contract term and subsequent renewals. A FULL PRICE CATALOG WILL BE SUBMITTED WITH PSK DOCUMENTATION ANll IS INCORPORATED BY REFERENCE HEREIN. Vendor Services Agreement Page 21 of 21 CERTIFICATE OF INTERESTED PARTIES Complete Nos. i-�4 and 6 if t�ere are interested parties. Complete Nas. i, 2, 3, 5, ar�d 6 if there are no interes#ed parties. � Natr�e of business er�tity flling torm, and the oity, state and country of fhe business entity's place of business. ��ai,3�aircl 1`t�tJ�v�c..a 1�nc., �t0 Iwr�v�►lf�.i�, S�'•� �����1 � ���'� 2 tVame of governmental entity or state agency that is a party tn the contract for which the form is being filed. �i� � 4-� � ��� �o�r�� 't��c�5 FORM 1295 OFFtCE USE ONtY 3 Pro�)de ihe identificafion number used by the ga�ernmentaE entity or state agency to irack or identEfy the contract, and provide a descrtpt�on of the goads or ser�ices ta be provided under the conirac#. 4 Ciiy, State, Country Nature nt Interest {eheck applica6le} I�ame of Interested Party tp���� �t f��siness) Conlrollfng Intermedlary � d f� � C���fi nnly ii there is NO Interested Party, 1�1 �I � p�FlDAVIT� � I swear, or affi m, under penalty perjury, ihat the abnve disclosure is true and c4rrect. . o�eo�w� cn��o�a - ', Notary f'�blic, Slate of New d v , � � �� �� Canm. # 50203817' —__�_—�--� '' �y �m��� �r� �������� 5ignature ot authorized agent of coniracting I�usiness entiry AFFIX NOTARY� S7AMP / S�AL A6C7VE � Sworn a ar�d su6scribed before me, by the said �����h �� g �-�`-� h of ...�� �. . . 20 �-� , to certify whloh, witness my hand and seal af office. ,l A�L�{.1 �ti _ J�C� _.-,+i.'G'��.� 4� ��CZ �# CiIP C� Signature of o cer adm€n stering oatlz Printed name of nffiner adminlstering oath m ADD ADDITIONAL PAGES AS NECESSARY , E�is lhe �{� � day ��Cc�ac�v,-��n ��P�'�,,, Title qf o(iicer admiri�tering oath e �orm provided by Texas �thics Cornmission www.elh[csstate.ix.us Atiopted 1 0/5120 1 6 I DATE (MM/DDIYYYY) A�� �� CERTIFICATE OF LIABILITY INSURANCE 1/15/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Laura McDonald Arthur J. Gallagher Risk Management Services, LLC I PHONE aic, No1: 678-393-5220 1050 Crown Pointe Pkwy, Ste 600 taic. No. e:cr 678-393-5200 I Atlanta GA 30338 I ADDR�ess: laura_mcdonald@ajg.com I INSURER(S) AFFORDING COVERAGE NAIC # iNsuReRa: ACE American Insurance Company 22667 INSURED FLOWINC-04 iNsuReRs: Great Northern Insurance Company 20303 FLOWBIRD AMERICA INC 40 TWOSOME DR. � iNsuReRc: Federal Insurance Company Moorestown NJ 08057 I iNsuReRo: Chubb National Insurance Company 10052 I INSURER E : I INSURER F : COVERAGES CERTIFICATE NUMBER:907774282 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER (MM/DDIYYYY) (MM/DDIYYYY) B X COMMERCIALGENERALLIABILITY 99513166 1/1/2026 5/1/2026 EACHOCCURRENCE $1000000 � CLAIMS-MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: � POLICY � PR� � LOC JECT OTHER: B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWNED AUTOS ONLY AUTOS ONLY C X UMBRELLA LIAB I X I OCCUR EXCESS LIAB IHI CLAIMS-MADE DED I X I RETENTION $ q � ��� p WORKERS COMPENSATION AND EMPLOYERS' LIABILITY �, � N ANYPROPRI ETOR/PARTN ER/EXECUTIV E OFFICER/MEMBEREXCLUDED? � N � A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Cyber/Technology E&O Liability 73659203 56729349 71835263 D02964934 12/31/2025 5/1/2026 DAMAGETO RENTED PREMISES (Ea occurrencel $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL&ADVINJURY $1,000,000 GENERALAGGREGATE $ 1,000,000 PRODUCTS - COMP/OP AGG $ 1,000,000 $ COMBINED SINGLE LIMIT $ 1,000,000 (Ea accidentl BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE $ (Per accidentl Coll $ 1,000 5/1/2025 5/1/2026 I EACH oCCURRENCE $ 10,000,000 I AGGREGATE $ 10,000,000 $ 12/31/2025 5/1/2026 IX I STATUTE I I�RH I E.L EACH ACCIDENT $ 1,000,000 5/1/2025 5/1/2026 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 Aggregate Limit $10,000,000 Per Claim Limit $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Fort Worth, its officers and employees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability and Automobile Liability policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Transportation and Public Works Dept 311 West 10th Street AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ����� � ��� O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD M&C Review A CITY COUNCIL AGEND Create New From This M&C DATE: 12/9/2025 REFERENCE NO.: ��M&C 25- LOG NAME: Za2026 PAY STATION 1134 CONTRACT CODE: G TYPE: CONSENT PUBLIC N� HEARING: SUBJECT: (CD 7 and CD 9) Authorize Agreement with Flowbird America, Inc., in an Amount Up to $750,000.00 for a Three-Year Initial Term and Two One-Year Renewal Options in an Amount Up to $325,000.00 Annually for Product, Parts, and Services for Pay and Display Parking Meters for the Transportation and Public Works Department RECOMMENDATION: It is recommended that the City Council authorize an agreement with Flowbird America, Inc., in an amount up to $750,000.00 for a three-year initial term and two one-year renewal options in an amount up to $325,000.00 annually, for pay and display parking meter products, parts, and services for the Transportation and Public Works Department. DISCUSSION: On March 1, 2016, Mayor and Council Communication (M&C) P-11839 authorized an agreement with Parkeon, Inc., for parking equipment and services for Transportation and Public Works Department (TPW). The contract began on March 2, 2016, and ended on March 1, 2021. On December 15, 2020, M&C 20-0950 authorized an agreement with Parkeon Inc., for parking equipment and services for TPW. The contract began on March 1, 2021, and ends on February 28, 2026. TPW will use this agreement with FlowBird America (formerly known as Parkeon Inc.) to purchase additional on-street parking paystations, smart meters, maintain back-office connectivity and purchase repair parts to keep the parking infrastructure operational. The City currently has 3,100 metered parking spaces throughout the Fort Worth Central Business District, the University/Berry Street District, the West 7th Urban Village, Cultural District, and the Hospital District. BID ADVERTISEMENT - This procurement is exempt from the competitive bidding requirements as provided for under Section 252.022(7)(A) of the Texas Local Government Code because Flowbird America, Inc., is the sole provider of parking paystation meter products and services. On August 22, 2025, a sole source exemption was approved by the City Attorney's Office. Funding is budgeted in the Municipal Parking Fund and the Municipal Parking Capital Proj Fund for the MPS Parking Stations project for the TPW Department. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budgets, as previously appropriated, in the Municipal Parking Fund and the Municipal Parking Capital Proj Fund for the MPS Parking Stations project to support the approval of the above recommendation and execution of the agreement. Prior to an expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO I Fund I Department Account Project Program Activity Budget Reference # Amount � ID ID Year (Chartfield 2) FROM I Fund I Department Account Project I Program I Activity Budget Reference # Amount ID ID Year (Chartfield 2) , Submitted for Citv Manaaer's Office bv: Oriainatinq Department Head: Additional Information Contact: Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 202026 PAY STATION CONTRACT fid table.xlsx (CFW Internal) 202026 PAY STATION CONTRACT funds avail.docx (CFW Internal) Approved Chapter 252 Exemption Form Flowbird-Parkeon 2025.pdf (CFw Internal) Form 1295 Flowbird America 20250925.pdf (CFW Internal) MC Map 2026PavStationContract.pdf (CFW Internal) Page 1 of 1 off��ciai see of er,e c�ry of rort worm, i exas FORT i�'ORTI I _�'�'__ http://apps.cfwnetorg/council�ackeUmc review.asp?ID=33995&councildate=l2/9/2025 1/20/2026 F�RT �aRTH� Routing and Transmittal Slip Transportation & Public Works DOCUMENT TITLE: M&C: 25-1134 Date: 1/20/2026 Vendor Services Agreement: Flowbird America, Incorporated CPN: CSO: DOC#: To: Name Department Initials Date Out 1. Justin McLaughlin TPW - Signature �M JFM 1/20/2026 2. Lora Caroseilli TPW — Initial � 3. Peter Elliott TPW — Initial �E,_ 4. Chelsea St. Louis TPW — Initial �� 5. Martin Phillips TPW — Initial ,;��� 6. Lauren Prieur TPW — Signature � 7. AmarnaMuhammad TPW - Signature'�"' 8. Jesica McEachern CMO — Signature 9. Katherine Cenicola CMO - Initial �� 10. Jannette Goodall CMO - Signature 11. Allison Tidwell CMO 12. Justin McLaughlin TPW 13. Tabitha Giddings TPW DOCUMENTS FOR CITY MANAGER'S SiGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No NEXT DAY: ❑YES �No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Thank you! F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Flowbird America, Incorporated SUb� eCt Of the AgPeeTrleTit. CD 7& 9 Authorize an Agreement with Flowbird America, Incorporated in an Amount Up to $750,000.00 for a Three-Yeai Initial term and two one year renewal options in an Amount up to $325,000.00 For Product Parts, and Services for Pay and Display Parking Meters for the Transportation and Public Works Department. M&C Approved by the Council? * Yes ❑✓ No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No ❑✓ If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes ❑ No 0 If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 3/1/2026 Expiration Date: 3/1/2026 If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑✓ No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. n/a *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.