Loading...
HomeMy WebLinkAboutContract 63597City Secretary Contract No. 63597 VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, and CYVL Inc. ("Vendor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. AI -powered asset data collection and processing on two pilot scans of 10 miles each ("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on May 22, 2025 ("Effective Date") and expires on December 31, 2025 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed Ten Thousand and 00/100 Dollars ($10,000.00). 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. 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-auuromiation 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 appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City 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 termination. 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. OFFICIAL RECORD 5. Disclosure of Conflicts and Confidential Information. CITY SECRETARY FT. WORTH, TX City of Fort Worth Vendor Services Agreement Updated 12.08.23 Page 1 of 19 AI -Powered Asset Survey Pilot City Project No. 106172 City Secretary Contract No. 63597 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third parry without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor 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 have 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. Right 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. Indenendent 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 employee 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 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 employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership 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 City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 2 of 19 City Secretary Contract No. 63597 behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTSAND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will 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 will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses 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 use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or City of Fort Worth Vendor Services Agreement Updated 12.08.23 Page 3 of 19 AI -Powered Asset Survey Pilot City Project No. 106172 City Secretary Contract No. 63597 documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non -infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. Assignment and Subcontracting. 9.1 Assignment. 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 will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, 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 of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (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 Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 4 of 19 City Secretary Contract No. 63597 $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage 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 Reauirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, 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, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. it. Compliance with Laws, Ordinances, Rules and Reiulations. 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 City of Fort Worth Vendor Services Agreement Updated 12.08.23 Page 5 of 19 AI -Powered Asset Survey Pilot City Project No. 106172 City Secretary Contract No. 63597 Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must 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, (2) delivered by electronic means with confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Marwan Hafez 100 Fort Worth Trail Fort Worth, TX 76102 Phone: 817-392-7968 Email Address: Marwan.Hafez(a,fortworthtexas. 2ov With copy to Fort Worth City Attorney's Office at same address To VENDOR: CYVL Inc. Attn: Jacob Moustafa 76 School Street Somerville, MA 02143 Phone: 617-415-8016 Email Address: iacobacvvl.ai 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. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein 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. City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 6 of 19 City Secretary Contract No. 63597 17. Governing 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 government; material or labor restrictions by any governmental authority; transportation problems; 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 hinders the Party's performance, 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 with Section 13 of this Agreement. 20. Headings not Controlling. 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 or Exhibits A, B, and C. 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. 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. 24. Warranty 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. City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 7 of 19 City Secretary Contract No. 63597 25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor 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 perform 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. 26. 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, "Work 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 Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature Authoritv. The person signing this Agreement hereby warrants 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. 28. Change 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 director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. 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 Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 8 of 19 City Secretary Contract No. 63597 the Agreement. 30. Prohibition on Bovcottina Enerav Companies. 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 $100,000 or more, which will 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 company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Consultant's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will 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 company 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. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government 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 firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes 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. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) City of Fort Worth Vendor Services Agreement Updated 12.08.23 Page 9 of 19 AI -Powered Asset Survey Pilot City Project No. 106172 City Secretary Contract No. 63597 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name: Jesica McEachern Title: Assistant City Manager Date: 07/02/25 APPROVAL RECOMMENDED: By: /111° Name: Lauren Prieur Title: Director, Transportation & Public Works q,�pU4Unq ATTEST: p ooFART o��d p_8 % Pv8 8 o b By: " nEzasaa� Name: Jannette Goodall Title: City Secretary VENDOR: CYVL Inc. By: o-,e[P ffMay16,202-17Eor) Name: Daniel Pelaez Title: CEO, CYVL Inc. Date: May 16 120 25 City of Fort Worth Vendor Services Agreement Updated 12.08.23 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Ma�a��`,`'Y22,z 5l116CDT) Name: Marwan Hafez Title: Senior Professional Engineer APPROVED AS TO FORM AND LEGALITY: QC951r— By: Douglas Black (Jul 2, 202510:47 CDT) Name: Douglas W Black Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C No.: N/A M&C Date: N/A Page 10 of 19 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX AI -Powered Asset Survey Pilot City Project No. 106172 City Secretary Contract No. 63597 FORT WORTH:, EXHIBIT A SCOPE OF SERVICES /&CYV L Cyvl Transportation Infrastructure Mapping for City of Fort Worth, Texas March 6. 2025 Prepared for: City of Fort Worth Attn: Mary Hanna Sr. Capital Projects Officer 100 Fort Worth Trail Fort Worth, TX 76102 City of Fort Worth Vendor Services Agreement Updated 12.08.23 Prepared by: Cyvl, Inc. Jacob Moustafa Account Executive 76 School Street Somerville. MA 02143 AI -Powered Asset Survey Pilot City Project No. 106172 Page 11 of 19 City Secretary Contract No. 63597 JJJ0YVL Executive Summary Cyvl (www.cvvL.corn) is a Boston based technology company that modernizes infrastructure management by integrating advanced geospatial solutions, artificial intelligence (Al), and cloud -based technologies. We empower over 300 engineering firms and government agencies to efficiently manage physical assets, enhancing efficiency, accuracy, and sustainabitity for their roadway. The City of Fort Werth manages a vast and rapidly expanding roadway network of over 3.500 centerline miles, making timely and accurate infrastructure data collection essential. As new annexations increase the city's footprint, traditional pavement and asset condition assessments struggle to keep pace. Cyvl's AI -powered technology offers a faster, more cost-effective, and highly accurate solution to enhance Fort Worth's infrastructure management. How Cyvl Works for Fort Worth: • Efficient Data Collection: Automate asset and pavement assessments to support infrastructure planning as the city expands. • AI -Driven Processing: Data is uploaded to cur secure cloud platform, where automated analysis extracts insights aligned with ASTM D6433 standards, ensuring consistency with Fort Worth's current methodology. • Cost and Time Savings: Reduce dependence on manual and costly, survey methods while receiving faster turnaround times on condition data. • Seamless Integration: Cyvl's data seamlessly integrates into Esri's ArcI, Cartegraph. and other city systems, supporting Fort Worth's existing asset management workflows. For an investment of $10.000. Fort Worth will receive: • Two pilot scans of approximately 10 mites each for the price of one, includi ng bath a near -term pilot (to be completed by April 30th) and a comparative side -by -side scan with the city's chosen LCMS vendor (to be completed within this catendar year) • Complete dataset covering pavement/concrete conditions & ROW assets (signs. streetlights, pavement markings, sidewalks, curbs, and more). • Training & support for city staff to use Cyvl's platform for visualization and analysis. Dedicated account manager to assist with imptementation and answer any questions. 2 City of Fort Worth Vendor Services Agreement Al -Powered Asset Survey Pilot Updated 09.13.23 City Project No. 106172 Page 12 of 19 City Secretary Contract No. 63597 /]]j'CYVL Overview The City of Fort Worth is seeking a technology partner to provide a scalable and cost effective method of iroadway data collection. Cyvl will provide: Efficient and Comprehensive Infrastructure Digitization Ability to Extract Conditions, Locations, and Insights . Integration into Existing Workflows and Softwares Cyvl will conduct two separate scans of designated roadway segments in Fort Worth. These scans will utilize cur advanced mobile sensor technology, combining high -resolution 3600 imagery, UDAR, and AI -powered analytics to generate a detailed assessment of road conditions and right-of-way assets. City of Fort Worth's Needs Based on our meetings, here is what we understand to be your needs: Need Desired Outcome Scalable data collection • Continuous, up to date pavement and concrete method condition data with a faster turnaround than LCMS surveys • The ability to giulckly and cast -effectively assess newly annexed roadways Reliable. Standardized Data a Accurate PCI scores that maintain consistency for Decision Making with historical data The ability to cross -validate new data with existing assessments, ensuring changes in technology do not create data discrepancies Cost -Effective & More • Lower overall assessment costs by reducing Frequent Roadway reliance on high -cost LCM'S survey vans Assessments • Have the capability to scan the entirety of the city"s road network in under a year Seamless Integrations • Easy integrations into Esri based softwares, Cartegraph, and more with custom data schemas Eliminating data silos to ensure consistency across departments 3 City of Fort Worth Vendor Services Agreement AI -Powered Asset Survey Pilot Updated 09.13.23 City Project No. 106172 Page 13 of 19 City Secretary Contract No. 63597 A` CYV L Cyvl's Solution Cyvl's end -to -end solution makes it easy for any user to digitize transportation infrastructure quickly, safely, and cost effectively. How It Works 1. You map infrastructure with the Cyvl Sensor a. LOAR, High -resolution 360 Imagery, GPS + RTK Corrections b. Plug -and -play with any vehicle c. No technical experience required to operate 1 Data capture & digitization 2 Data processing & analysis 3 Roadway insights & reports 2. Cyvl extracts infrastructure data with our proprietary Al a. Imagery is used to classify assets and their attributes b. LOAR is used to locate assets (latitude, longitude) and perform measurements (length, width, height. etc.) c. + / - 2 cm local accuracies for laser scans F1 City of Fort Worth Vendor Services Agreement AI -Powered Asset Survey Pilot Updated 09.13.23 City Project No. 106172 Page 14 of 19 City Secretary Contract No. 63597 A `'CYV L 3. Detiverables are available for download via the Cyvl web platform a. GIS shapefiles, 3D laser scans, and more can be downloaded and integrated into existing softwares like Esri and Autodesk. b. Georeferenced "Street View" Imagery is hosted by Cyvl to allow for virtual field visits for QA/QC as the project continuos Pilot Program Pricing For the S10,000 pilot investment, Gyvl will provide The City of Fort Worth with the folloo.eineg deliverables, and host said data on our platform for a period of 8 months: • Pavement Condition Index (PCO Scares - Industry -standard PCI calculations with AI-drivcri defect detection for Davement and concrete • High -Resolution 360" Imagery & LiDAR Point Clouds - Visual and geospatial data for accurate asset analysis. • Signs & Pavement Markings Inventory - Comprehensive identification and classification. • Street Lights & Traffic Signals - Mapped with location and condition assessments. • Utility Poles & Storm, Drains - Geospatially tagged' and categorized. • Sidewalks, Curbs. & Trees - Right-of-way asset mapping for planning and compliance. All processed data will be delivered to our web platform, in a format compatible with Fort Worth's GIS and asset management systems. 5 City of Fort Worth Vendor Services Agreement AI -Powered Asset Survey Pilot Updated 09.13.23 City Project No. 106172 Page 15 of 19 City Secretary Contract No. 63597 A jCYV L On the Cyvl Platform, the City will be able to download the project deliverables in the agreed -upon data format. The pink -colored links in the image below indicate the dowrlloadable project deliverables. _ocMO-A*nn - Boston Pitt - Femvay e051an, MA Oa7a OtvmWds: 2: Imo]"' - 7X V k %pes + Signs= StrjwV and M&Nings ± l4basri Gr:Uod r�sr _ Ou-11ons about your cWa? Contact sup part a diAI. Y1_WW 4J 4 0 0 Action Plan Ckim w6v nP&6ekud.`" e are excited to begin working with your team as soon as you are ready. Per our discussions, we believe the following represents the key next steps to moving forward. At any point in the process, please let us know if any of the dates are incorrect or seem unreasonable.: Action Item/Milestone Appi oval of Proposal by City of Fort Worth Contract approved and executed Project kick-off meeting First data capture of Industry streets with Cyvl sensor Delivery of processed data to platform Data Q&A I Walkthrough Meeting Second Collection Data Collection Delivery of 2nd processed collection to platform 2nd Collection Data Q&Al Walkthrough City of Fort Worth Vendor Services Agreement Updated 09.13.23 Target Coate Week of April 28, 2025 Week of May 5r 2025 Week of May 5.2025 Week of May 19, 2025 Week of June 2, 2025 Week of June 2, 2025 TBD TBD TBD 6 AI -Powered Asset Survey Pilot City Project No. 106172 Page 16 of 19 City Secretary Contract No. 63597 FORT WORTH, EXHIBIT B COMPENSATION I. Compensation A. Vendor shall perform the work enumerated in Exhibit A and be compensated as shown in Section II — Summary of Total Project Fees. B. Vendor will issue one invoice to City in the amount payable in one installment payment, payment terms to be net thirty (30). The invoice date will be on the project kick-off meeting date. II. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Contractor CYVL Inc. The described service in Exhibit A. $10,000.00 100 Proposed MWBE Sub -Contractors N/A Non-MWBE Sub -Contractors N/A TOTAL $ 10,000.00 100% Project Number & Name Total Fee MWBE Fee MWBE % CPN 106172 — AI -Powered Asset Survey $_10,000.00 $_N/A —N/A —% Pilot City MWBE Goal = _0.0_% Contractor Committed Goal = _0.0_ City of Fort Worth Vendor Services Agreement AI -Powered Asset Survey Pilot Updated 12.08.23 City Project No. 106172 Page 17 of 19 City Secretary Contract No. 63597 FORT WORTH. City of Fort Worth Vendor Services Agreement Updated 12.08.23 EXHIBIT C I OWN I [MIu El 9 AI -Powered Asset Survey Pilot City Project No. 106172 Page 18 of 19 City Secretary Contract No. 63597 EXHIBIT D INSURANCE REOUIREMENTS THIS PAGE LEFT INTENTIONALLY BLANK City of Fort Worth Vendor Services Agreement Updated 09.13.23 AI -Powered Asset Survey Pilot City Project No. 106172 Page 19 of 19 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: AI -Powered Asset Survey Pilot M&C: N/A CPN: 106172 CSO: DOC#: I Date: To: Name Department Initials Date Out 1. Sophia Flores TPW - initial 714L 05/16/25 2. CYVL, Inc. Daniel Pelaez Vendor - Signature 9 05/16/25 3. Marwan Hafez TPW - Signature �+— Mawan HafeE 05/22/25 4. Mary Hanna TPW -initialer 05/22/25 5. TPW AD, Patricia Wadsack TPW - initial p[,'�/ 05/23/25 6. Lauren Prieur TPW - signature k041 05/23/25 7. Doug Black Legal - signature 0 Douglas Black 07/02/25 8. Jesica McEachern CMO - signature CA 07/02/25 9. Jannette Goodall CSO -signature a end 07/03/25 10. Donnette Murphy Risk pM 00 05/22/25 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, Jay 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 ❑ FileM ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContracts aFortWorthTexas. wv at ext. 7233 or 8363, for pick up when completed. Thank you! Updated 06.21.2023 mdhm