HomeMy WebLinkAboutContract 63883City Secretary Contract No.
SORTWORTHO
NON-EXCLUSIVE VENDOR SERVICES AGREEMENT
This NON-EXCLUSIVE 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 MARIS, WEST & BAKER ADVERTISING, INC. ("Vendor"), a Mississippi
corporation, acting by and through its duly authorized representative, each individually referred to as a
"party" and collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Non -Exclusive Vendor Services Agreement;
2. Exhibit A — Scope of Services;
3. Exhibit B — Contractor's Bid Response to City's RFQ No. 25-0149
4. Exhibit C — City's RFQ No. 25-0149; and
5. Exhibit D — Verification of Signature Authority Form.
Exhibits A, B, C, and D, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
or C, and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this
Agreement shall control.
1. Scope of Services. Services under this Agreement include labor, materials, equipment, and
resources, to perform marketing and outreach services for the Environmental Service Department on a task
order basis as deemed necessary by the City, ("Services"), which are set forth in more detail in Exhibit "A,"
attached hereto and incorporated herein for all purposes.
2. Term. The initial term of this Agreement is for one year, beginning on the date signed by
the Assistant City Manager ("Effective Date") unless terminated earlier in accordance with this Agreement
("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same
terms and conditions, for up to four (4) one-year renewal options (each a "Renewal Term")
3. Compensation.
3.1 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 the Initial Term of this Agreement will not
exceed Ninety -Nine Thousand Dollars and Zero Cents ($99,000.00). City may
award the Agreement to multiple vendors. Vendor agrees that the City is not
required to provide Vendor with any guarantee of any compensation under this
Agreement.
OFFICIAL RECORD
Non -Exclusive Vendor Services Agreement CITY SECRETARY page 1 of 17
Maris, West & Baker Advertising, Inc. FT. WORTH, TX
3.2 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.
3.3 City will pay Vendor in accordance with the Prompt Payment Act (Texas
Government Code Chapter 2251) and provisions of this Agreement, including
Exhibit "C," which is attached hereto and incorporated herein for all purposes.
3.4 Following acceptance of the Services by the City, Vendor must provide the City
with a signed, readable invoice no later than 15 days after the end of the prior
month summarizing (i) the Service(s) that have been completed during the prior
month; (ii) purchase order number, and (iii) requesting payment. If the City
requires additional reasonable information, it will request the same promptly, in
writing, after receiving the above information, and the Vendor must provide such
additional reasonable information in writing, to the extent the same is available.
Vendor must submit invoices to Supplierinvoices@fortworthtexas.gov and
ENV_Purchasing@fortworthtexas.gov. Invoices must include the applicable City
Department business unit number and complete City of Fort Worth Number (ex.
FW013-0000001234).
3.4.1 The Vendor shall submit corrected/revised invoices within seven (7)
calendar days after receiving written notice from the City for a
corrected/revised invoice.
3.4.2 Unpaid invoices and/or appeals for service performed throughout the
fiscal year (October 1 - September 30) must be resolved within thirty (30)
days of the City's new fiscal year. Vendor shall provide its invoices for the
last month of the City's prior fiscal year (September 1-30) no later 10 days
after the start of the City's new fiscal year (i.e. no later than October 10.)
No previous year invoices will be paid after October 30th of the current
year.
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
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 Oblieations 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
Non -Exclusive Vendor Services Agreement Page 2 of 17
Maris, West & Baker Advertising, Inc.
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.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and employees,
agrees that it 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.
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. Independent 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
Non -Exclusive Vendor Services Agreement Page 3 of 17
Maris, West & Baker Advertising, Inc.
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
behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors.
Liabilitv 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, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,
AGENTS, SERVANTS, 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
Non -Exclusive Vendor Services Agreement Page 4 of 17
Marts, West & Baker Advertising, Inc.
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
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.
8.4 ENVIRONMENTAL INDEMNIFICATION — THE VENDOR HEREBY
RELEASES, INDEMNIFIES, DEFENDS, REIMBURSES, AND HOLDS HARMLESS THE
CITY, ITS OFFICERS, AGENTS, EMPLOYEES, AND VOLUNTEERS, AGAINST ANY
AND ALL ENVIRONMENTAL DAMAGES, CLAIMS, AND THE VIOLATION OF ANY
AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE REMOVAL,
PACKAGING, TRANSPORTING, AND DISPOSING OF ENVIRONMENTALLY
HAZARDOUS MATERIALS.
8.4.1 Environmental Damages shall mean all claims, judgments, damages,
losses, penalties, fines, liabilities (including strict liability), encumbrances,
liens, costs, and expenses of investigation and defense of any claim,
whether or not such claim is ultimately defeated, and of any good faith
settlement or judgments, of whatever kind or nature, contingent or
otherwise, matured or unmatured, foreseeable or unforeseeable, including,
without limitation, reasonable attorney's fees and disbursements and
consultant's fees, any of which are incurred as a result of handling,
collection, transportation, storage, disposal, treatment, recovery, and/or
reuse of waste pursuant to this Agreement, or the existence of a violation
of environmental requirements pertaining to, and including without
limitation:
8.4.1.1 Damages for personal injury and death, or injury to
property or natural resources;
8.4.1.2 Fees incurred for the services of attorneys, consultants,
contractors, experts, laboratories and all other costs in
connection with the excavation, removal, and backfill of
possibly contaminated soils and related wastes or
violation of environmental requirements including, but
not limited to, the preparation of any feasibility studies or
reports of the performance of any cleanup, remediation,
removal, response, abatement, containment, closure,
Non -Exclusive Vendor Services Agreement Page 5 of 17
Marts, West & Baker Advertising, Inc.
restoration, or monitoring work required by any federal,
state, or local governmental agency or political
subdivision, or otherwise expended in connection with the
existence of such wastes or violations of environmental
requirements, and including without limitation any
attorney's fees, costs, and expenses incurred in enforcing
this contract or collecting any sums due hereunder; and
8.4.1.3 Liability to any third person or governmental agency to
indemnify such person or agency for costs expended in
connection with the items referenced in sub -paragraph 2
of this part.
8.4.2 Environmental requirements shall mean all applicable present and future
statutes, regulations, rules, ordinances, codes, licenses, permits, orders,
approvals, plans, authorizations, concessions, franchises, and similar
items, of all governmental agencies, departments, commissions, boards,
bureaus, or instrumentalities of the United States, states, and political
subdivisions thereof and all applicable judicial, administrative, and
regulatory decrees, judgments, and orders relating to the protection of
human health or the environment, including without limitation:
8.4.2.1 All requirements, including, but not limited to, those
pertaining to reporting, licensing, permitting,
investigation, and remediation of emissions, discharges,
releases, or threatened releases of hazardous materials,
pollutants, contaminants, or hazardous or toxic
substances, materials, or wastes, whether solid, liquid, or
gaseous in nature, into the air, surface water,
groundwater, stormwater, or land, or relating to the
manufacture, processing, distribution, use, treatment,
storage, disposal, transport, or handling of pollutants,
contaminants, or hazardous or toxic substances, materials,
or wastes, whether solid, liquid, or gaseous in nature; and
8.4.2.2 All requirements pertaining to the protection of the health
and safety of employees or the public.
Assignment and Subcontracting.
9.1 Assianment. 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.
Non -Exclusive Vendor Services Agreement Page 6 of 17
Marts, West & Baker Advertising, Inc.
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
$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.
Non -Exclusive Vendor Services Agreement Page 7 of 17
Marts, West & Baker Advertising, Inc.
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.
11. Compliance with Laws, Ordinances, Rules and Regulations. 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 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,
Non -Exclusive Vendor Services Agreement Page 8 of 17
Maris, West & Baker Advertising, Inc.
employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
"C&L11,011161A
Maris, West & Baker, Advertising, Inc.
Attn: Jana Bell, President
18 Northtown Drive
Jackson, MS 39211
14. Solicitation of Emolovees. 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.
17. Governine 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
Non -Exclusive Vendor Services Agreement Page 9 of 17
Maris, West & Baker Advertising, Inc.
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. Counteruarts. 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.
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.
Non -Exclusive Vendor Services Agreement Page 10 of 17
Maris, West & Baker Advertising, Inc.
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 Comvanv 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
the Agreement.
30. Prohibition on Discrimination Against Firearm and Ammunition Industries. If
Vendor has fewer than 10 employees or this Agreement is for less than $100,000.00, this section does
not apply. 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 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 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
Non -Exclusive Vendor Services Agreement Page 11 of 17
Maris, West & Baker Advertising, Inc.
association" have the meaning ascribed to those terms by Chapter 2274.001 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 signatureprovides written verification to the City thatVendor:
(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.
31. Prohibition on Bovcotting Enerev Companies. If Vendor has fewer than 10
employees or this Agreement is for less than $100,000.00, 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 $100,000 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 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 2276.001 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 boycott energy companies; and (2) will not boycott
energy companies 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, including all attachments and exhibits, 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)
Non -Exclusive Vendor Services Agreement Page 12 of 17
Maris, West & Baker Advertising, Inc.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
CITY OF FORT WORTH:
V a, W44�
By: Valerie Washington (Aug 27, 2025 14:27:13 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date: August 27 12025
APPROVAL RECOMMENDED:
Gf�Gttcu� /c�aerL
By:
Name: Wyndie Turpen
Title: Assistant Environmental Services Director,
ATTEST:
By: 1`
Name: Jannette S. Goodall
Title: City Secretary
Maris, West & Baker Advertising, Inc.
&'ze� 90-&,
By. Jan ell (Aug 27, 2025 08:51:50 CDT)
Name: Jana Bell
Title: President
Date: August 27 2025
�� FF�Ilb
ORt�Oaa
dadb naoaSO4.e
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:
Name: Lola McCartney
Title: Communication Coordinator, Environmental
Service
APPROVED AS TO FORM AND LEGALITY:
Al. ke vl� Ai" l l/( //
By: M. Kevin Anders, II (Aug 27, 2025 13:55:06 CDT)
Name: M. Kevin Anders, II
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: N/A
Form 1295: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Non -Exclusive Vendor Services Agreement Page 13 of 17
Maris, West & Baker Advertising, Inc.
City Secretary Contract No.
EXHIBIT A
SCOPE OF SERVICES
I. VENDOR'S GENERAL DUTIES
A. Vendor shall support the City's Environmental Services Department ("Department") to
support ongoing community education and outreach campaigns for the purpose of
achieving the City's outreach goals, ensuring consistency with the City's messaging and
community engagement priorities.
B. To accomplish these goals, the Vendor shall collaborate with the Department in planning,
developing, maintaining, and promoting approved media and outreach content.
II. CITY'S DUTIES
A. The City shall award work for each project on a task order basis ("Task Order"). Task
Orders shall include a scope of services and a schedule for each project opportunity. The
City makes no guarantee of any amount of work that it will assign to Vendor.
B. The City shall give Vendor fourteen (14) days to respond to a Task Order Request for Cost.
The first day shall be the first business day after the day the City notifies the Vendor of the
Task Order Request for Cost.
C. The scope of services for each Task Order may require the Vendor to provide the City with,
at a minimum, a plant of action, technical approach, a schedule of work, and a total price
for completing the project.
D. The City may award a Task Order project to Vendor based on the following criteria: price,
project approach, and timeframe in which the Vendor can meet the Task Order schedule.
Exhibit A-1 contains an example of the Task Order Request for Cost.
E. The City shall pay Vendor for work performed for each Task Order on a fixed -price basis,
which shall be specified on the Task Order for each project. The compensation amount for
the Task Order shall be the amount the Vendor included on their bid in response to the
Task Order Request for Cost.
III. VENDOR'S DUTIES
A. Vendor's Task Order Duties
Vendor shall follow the Task Order unless the Vendor and City's designated
project manager mutually agree, in writing, to Task Order change orders. All
agreed -upon change orders shall be issued as an addendum to the original Task
Order.
2. Vendor is solely responsible for thoroughly verifying all work and quantities, and
relying upon their own investigations, research, and tests to form a complete and
accurate basis for their bid. Vendor is aware that any quantities included in a Task
Non -Exclusive Vendor Services Agreement Page 14 of 17
Maris, West & Baker Advertising, Inc.
Order Request for Costs are estimates.
B. Vendor's Marketing Duties: To help create and implement community education
programs designed to significantly increase engagement related to the focus of the
Environmental Services Department, the Vendor shall provide the City:
Print and digital collaterals and campaign elements for residential educational
efforts. Vendor agrees to provide the City with access to the original and/or
native art files.
2. Photo shoot consulting
3. Website content and eLearning development
4. Video and animation consulting
Brand management and alignment services.
6. Social media campaign marketing on Facebook and Instagram for the
Department.
7. Project research and development services.
8. Special event planning and consulting services.
C. Vendor shall assist the City with developing educational content for youth and the
community.
Non -Exclusive Vendor Services Agreement Page 15 of 17
Marts, West & Baker Advertising, Inc.
City Secretary Contract No.
EXHIBIT A-1
SAMPLE REOUEST FOR COST
PROJECT NAME:
PROJECT DESCRIPTION:
SERVICES REQUESTED:
DELIVERABLES:
Expected deliverables include, but are not limited to:
ESTIMATED TIMELINE:
Task Order Award Date: (Insert date)
Kickoff Meeting: (Insert date or "Within X days of award")
Draft Deliverables Due: (Insert date)
Final Deliverables Due: (Insert date)
PROPOSAL REQUIREMENTS:
Please provide:
A brief technical approach (1 page) describing how your firm would address this
specific task.
Proposed project timeline and milestones.
Staffing plan (list of team members and their roles for this project).
Firm -fixed price quote or detailed pricing breakdown.
(Example: hourly rates x estimated hours or fixed fee by deliverable.)
Non -Exclusive Vendor Services Agreement Page 16 of 17
Maris, West & Baker Advertising, Inc.
Exhibit B
Contractor's Bid Response to City's RFQ No. 25-0149
j�I MWB
We create for good.
STATEMENT OF QUALIFICATIONS
MARKETING AND OUTREACH SERVICES
ENVIRONMENTAL SERVICES DEPARTMENT
FORT WORTH, TEXAS
TABLE OF CONTENTS
SECTION 1
Executive Summary......................................................................... 3
SECTION 2
Company Overview........................................................................ 5
SECTION 3
PersonnelOverview........................................................................ 7
SECTION 4
Services Approach........................................................................... 13
SECTION 5
Sample Portfolios............................................................................. 18
SECTION 6
Recent Projects and References....................................................... 23
SECTION 7
Required Documentation................................................................ 29
z
TM EXECUTIVE SUMMARY
O
Maris, West & Baker's mission statement encapsulates our business philosophy:
Create For Good. We seek to provide our creative services to clients focused on making
W a positive impact, which is why we are deeply interested in partnering with the Fort Worth
V% Environmental Services Department. We understand the critical nature of what you as
public practitioners do for Fort Worth, as well as your needs in that pursuit, and we have
the capabilities and skills to help you execute your mission well.
Further, we understand the difficulties facing the Department of Environmental Services:
low community awareness, insufficient internal capacity to develop crucial continued public
education, and a diverse population that makes choosing appropriate mediums difficult.
MWB understands the scope of work required by the Department to help alleviate
these issues:
• Develop Strategic Campaigns: Create and implement community education programs
that significantly increase engagement, featuring integrated campaigns with social
media strategies, graphic design, and content development for both digital and
print materials.
• Provide Comprehensive Creative Services: Provide campaign support including
planning, development, and execution, as well as access to original/native art files,
along with public relations consulting and event planning support.
• Create Community Awareness and Education: Build greater community awareness of
the Environmental Services Department's programs, including youth education material
development aligned with local school district needs and community training through
eLearning modules.
• Focus on Accessibility and Inclusivity: Ensure accessibility compliance for all materials
and multi -language considerations (Spanish and Vietnamese) for Fort Worth's diverse
population, while maintaining brand consistency across all touchpoints.
It will be difficult to find a superior agency —or a better fit. MWB has a half -century of
experience in agency collaboration, implementation, and management of brand -
aligned campaigns, including significant work with public agencies and mission -driven
organizations. We have implemented public health outreach campaigns including tobacco/
vaping counter -marketing, COVID-19 response, immunizations/vaccinations promotion,
opioid addiction awareness, and disaster preparedness campaigns.
We possess extensive experience developing public information campaigns for diverse
audiences, including Women, Infants, and Children (WIC), community health worker
recruitment, mental health awareness, and government -sponsored relief programs.
A majority of these campaigns have been designed to reach minority populations —
experience that will prove invaluable when developing audience -appropriate messaging
for Fort Worth's diverse population.
N
MWB
r MWB's nimble, cross -trained staff can take on projects with limited lead time and manage
Z multiple efforts concurrently. We have extensive experience in task -order campaigns for
0 clients such as Entergy, the Mississippi State Department of Health, and Florida Power &
Light. We maintain buffer room in our scheduling to consistently deliver on time or ahead
of schedule (75% of our projects are completed ahead of deadline and 25% on time),
W ensuring operational efficiency and budget accountability, and we can scale work based on
H seasonal needs, budget cycles, and emerging priorities.
Our deep in-house talent pool positions us well to fulfill all Department requirements,
including multilingual content development, ADA compliance, and integrated digital
and traditional marketing approaches. We will provide end -to -end service from strategy
through execution, including creative development, media planning, and performance
measurement.
Perhaps more than anything, MWB understands and believes in the work of public
practitioners. We instill this commitment in every member of our staff, making us naturally
drawn toward partnerships with organizations focused on community betterment and
environmental stewardship. MWB's approach and work will ensure the Fort Worth
Environmental Services Department receives strategic, measurable, and culturally relevant
campaigns that maintain operational efficiency and budget accountability while driving
meaningful environmental behavior change.
11
MWB
N
Z
O
W
H
COMPANY OVERVIEW
Maris, West & Baker (MWB) is a full -service marketing agency and production company
based in Jackson, Mississippi. Over the past fifty-five years, MWB has developed the
capacity to provide a comprehensive suite of traditional advertising, creative, and strategic
planning services, as well as in-house photography, videography, editing, animation,
illustration, motion graphics, studio, and web development services.
MWB's work combines creative storytelling with strategic insights to create collaborative,
brand -aligned campaigns, focusing on helping local government entities do good for their
citizens. We have built a strong, half -century reputation of delivering remarkable results for
local government clients —which means they stay with us for the long run. MWB's longest -
tenured client is Visit Jackson, with whom we have been working since 1987. We have also
worked with the Mississippi State Department of Health since 2008 and Visit Mississippi
since 2020.
Relevant Capabilities
MWB employs twenty-four full-time staff members, each of whom possess a wealth of
experience and expertise in campaign development and execution (see Section 3).
Relevant capabilities on the MWB team include:
• Digital Collateral Development
• Print Collateral Development
• Graphic Design
• Copywriting
• Website Design / Coding
• Videography/Animation
• Photography
• Ideation/Concept Development
• Brand Alignment and Development
• Social Media Management
• Community Relations
• Event Planning
• Market Research
Other relevant areas of expertise (depending on task orders received) include:
• Public Relations
• Media Planning/Placement
• Video Editing
• Motion Graphics
• Illustration
'J
MWB
N Relevant Experience
OZ As it pertains to the needs of the Fort Worth Environmental Services Department, the MWB
team has deep capabilities and experience in executing integrated marketing campaigns
for government agencies. In addition to successful long-term partnerships with the tourism,
LJ.I destination, and economic development organizations of several major cities, we have
V: worked with the following public health / government clients that are comparable to Fort
Worth in size, demographic, or needs:
• Mississippi State Department of Health
• Mississippi Emergency Management Agency (MEMA)
• Mississippi Children's Museum
• Mississippi Department of Transportation
• Mississippi Emergency Management Agency
• Hancock County Port & Harbor Commission
• Delta Health Collaborative (13-county region)
• Visit Jackson
• Visit Mississippi
• Visit Hattiesburg
• Visit Vicksburg
Through our work with these clients, we've enabled communities to effectively
communicate with their citizens, helping them build awareness for their offerings and
programs and achieve their goals. This experience, along with our half -century of work in
this field, has equipped us with the skills and insights to address the unique challenges and
opportunities of working with the Fort Worth Environmental Services Department.
no
MWB
M PERSONNEL OVERVIEW
z
OAbility to Dedicate Necessary Resources
MWB has twenty-four full-time, salaried employees, including in-house website
LJ.I designers and developers, copywriters, videographers, and photographers. All are
H
available as necessary to complete task orders for the Environmental Services Department.
Leveraging our streamlined processes and the expertise of our team, we
will deliver each task order efficiently, ensuring that your requirements are fulfilled.
MWB holds all licenses and equipment necessary to operate as a full -service agency,
including our own cameras, drones, mics, lighting, recording studio, and editing suite.
Offering the full range of marketing and branding services in-house enables MW to
control costs, scheduling, and messaging consistency for our clients, delivering a high -
quality product on -time and at -budget.
The expertise of our team, combined with the breadth of our in-house equipment,
means that our work rarely requires the use of subcontractors. For the scope of services as
outlined, none appear to be necessary; should that not be the case, we will obtain approval
from the Department prior to use.
Ability to Perform Marketing Services
MWB can perform the outlined marketing services on an as -needed task -order basis.
• Your primary point of contact will be a dedicated project manager, and we internally use
Basecamp to enable us to manage discrete tasks efficiently, track progress on individual
items, and maintain clear internal and external communication.
We have built our organization to be adaptable and responsive. Clients receive same -
day (generally same -hour) communication, and we can pivot strategy quickly based
on new data and evolving client needs.
We have extensive internal expertise and bandwidth. Our team can internally fulfill
everything from collateral design to aerial videography to website development.
Any task Fort Worth needs in relation to this SOQ, MW will be able to meet.
Primary Point of Contact
Your liaison at MW will be Erica Sittler. She is always available for any question
you may have at erica.sittler@mwb.com or 601.668.9802.
The following pages provide brief staff bios for the core Fort Worth Department of
Enviromental Services team, including their relevant experience and qualifications,
followed by MW 's full org chart.
7
MWB
Erica has twenty-five years of experience in project coordination and account management
for local government clients, including the city of Jackson, Mississippi, the Mississippi
Department of Health, the Mississippi Department of Transportation, Visit Corinth, and
several EDOs. She will manage the primary communication, milestone check -ins, reports,
and coordination with the Department of Enviromental Services. Her extensive work with
local governments enables her to operate within the dynamics of committees and boards —
and to present both strong optics and strong messaging. Erica's excellent communication
and team management skills empower her to be ultra -responsive to task -order work,
keeping quality high and turnarounds tight.
Tim started with MWB as an intern in 1999 and became CEO in 2019. He has developed
a particular focus on the tourism sector, and he has driven significant growth by
spearheading brand planning and marketing strategies for clients such as the Mississippi
Development Authority / Visit Mississippi, Visit Jackson, and Visit Vicksburg. A respected
voice in marketing communications, Tim regularly shares his expertise in tourism and
economic development at national conferences. He will bring that knowledge and
experience to bear on Fort Worth projects, ensuring that each project aligns with the city's
brand and achieves its intended goals.
With a degree in English and a triple minor in Literature, Philosophy, and Spanish, Bryan
brings creative breadth to our copywriting team. He strives to identify what is unique and
captivating about each of our clients, then turn that into effective content. Whether he is
crafting long -form pieces or social media bites, Bryan's work offers the fresh perspective of
8 a youthful heart with the depth and refinement of an old soul.
MWB
Knol brings twenty-five years of hands-on development experience in delivering strategic,
technically complex interactive solutions. He has built high-performance websites and
digital tools for clients such as the Mississippi Development Authority / Visit Mississippi,
the Mississippi State Department of Health, and KLLM Transport. His technical skills span
full -stack development, including HTML, CSS, PHP, and JavaScript; CMS configuration
(Word Press) and mobile app development; and Photoshop, InDesign, and Illustrator.
Knol's comprehensive understanding of the technical and design aspects of development
ensures that digital projects are visually appealing, optimally functional, and seamless
across media, enhancing user engagement and satisfaction.
Randy Lynn's thirty-year career in advertising spans from Indianapolis to Pittsburgh —and
now Mississippi, where he serves as the executive creative director for Visit Mississippi and
Visit Hattiesburg, focusing on elevating Mississippi's profile as a prime tourist destination.
Randy also leads significant tourism campaigns for Florida's Great Northwest and Highlands
County. His work has earned him national recognition, including two One Show finalist
awards, multiple ADDY awards, and gold and silver Effie awards, culminating in being
named Creative Director of the Year by the American Advertising Federation of Jackson.
A
MWB
M
Z
O
W
H
Prior to joining MWB, Kaiyla honed her graphic design skills at Creative Distillery, a creative
firm that helps government agencies communicate well with their intended audience.
There, she was responsible for conceptualizing and creating a wide range of marketing
materials, including logos, brand identities, flyers, website layouts, and social media
graphics. Kaiyla's exceptional logo and branding work has been recognized with several
ADDY Awards. She will use her artistic talent and government client experience to enhance
Fort Worth's visual communications.across media, enhancing user engagement
and satisfaction.
Michelle Daschbach, our newest colleague at MWB, is an award -winning photographer and
designer. With a keen eye for detail and a passion for pushing creative boundaries, Michelle
invites viewers to explore her world of vibrant storytelling and embrace the endless
possibilities of self-expression. She works closely with art directors, creative directors, and
other graphic designers on numerous accounts, including Visit Jackson, Coastal Mississippi,
and Sanderson Farms Championship. Her attention to detail and ability to see through the
lens of both photographer and designer make her a strong asset to MWB's clients.
10
MWB
N
W
V
W
y
Z
W
J
V
Tim Mask
CEO / Partner
ACCOUNTS
Vlot
Ryan Kimball Erica Sittler
VP/Account5ervices VP/Strategic Affairs
a.
Elly Wurm
Account Director
MEDIA
Patience Ainsworth
Media Director
M
Misty Ainsworth
Media Coordinator
Jana Bell
President / Partner
FINANCE
I
Mike Booth
Chief Financial Officer
Paige Gousset
Finance & Accounting Director
Keith Fraser
Creative Director / Partner
INTERACTIVE
ell
Austin Cannon
VP/Interactive Creative Director
Knol Aust
Senior Interactive Developer
a, .
Willie Smith
Art Director
.A
Marc Leffler
Creative Director / Partner
DESIGN
�f,
Parker Jaynes
Associate Creative Director
Kaiyla Mackenzie
Art Director
Kellie Smith Michelle Daschba<
Graphic Designer Graphic Designer/
Photographer
Vi
Bryan Matthews
Copywriter
Ma
t2t,, D
Z
Randy Lynn �M
Creative Director / Partner ry
y
PRODUCTION
Damien Blaylock n
Director of Photography
Bobby Anderson
Lead Editor
/I. .
Emily Foose
Illustrator / Animator
M
m
-'�
m
Ed Foose
Editor/ Motion Graphics
�^/\
JI
m
N
Re SERVICES APPROACH
z
0 Successful communication with a community requires a collaborative approach —combining
hMWB's expertise and Fort Worth's knowledgebase to create a high -quality, user -centric end
LJ.I product. So from the first meeting to the final deliverable, we listen, learn, and partner with
H our clients. This collaborative approach ensures measurable outcomes that support Fort
Worth's environmental compliance and community engagement objectives.
MWB will begin by requesting access to Fort Worth's Environmental Services media library
so that we can execute any task orders as quickly as possible. For task orders we receive:
• Simple tasks are assigned directly to the graphic designer, who is proficient at
completing them quickly.
• For more complex tasks, Erica Sittler receives the task, opens a job in Basecamp, and
assigns the relevant team members to it. Erica works backwards from the due date to
determine a schedule, leaving a buffer in case something goes differently
than expected.
• An internal team meeting is held to review the task order and assign roles and each task
to an individual. A to-do list is used for each team member to move as efficiently
as possible.
• Internal checkins are held periodically among account services, creative directors,
designers to keep everyone on the same page and moving forward, and external
checkins are held with the client to get feedback, create iterations, and finalize the task.
Pricing Acknowledgement
MWB understands that pricing will be requested at the task -order level. MWB uses defined
billing procedures with itemized invoices and detailed backup documentation, which
facilitates an "as -needed" service model by ensuring transparency in costs.
The following pages provide an in-depth description of MWB's approach for a full
campaign for Fort Worth's Department of Environmental Services. While MWB retains
maximum flexibility to allow for changes and optimizations over the course of a campaign,
we follow this general workflow process to keep things on track and ensure maximum
quality for your deliverables.
13
MWB
Re
Z
0
W
H
14
Communication and Responsiveness
MWB believes that effective work revolves around open, responsive communication.
While our office hours are 8:30 a.m.-5 p.m. —and our team is highly responsive
throughout that time —decades of work with government agencies have proven that our
availability cannot be limited to those hours. Your project manager will therefore always
be available, and may be called, texted, or emailed as necessary.
Beyond our availability, our expectations are an open, fluid communication and sharing
of assets and files. Three modes of communication throughout our working relationship
will help ensure task orders are completed on time and within budget:
• Remote and/or face-to-face meetings -Provide a constructive place for team
feedback from all stakeholders throughout the process, helping us create optimal
campaigns every time.
• Weekly emailed status reports -Show progress, delays, and steps being taken to
mitigate those delays, as well as completed campaign results.
• Basecamp (PMS) - Gives a real-time, detailed overview of task orders and due dates,
a single location for all project files —from draft to final iteration —as well as the ability
for the client to provide real-time feedback along the way.
MWB works collaboratively with all of our partner clients. Through all projects, MWB
project managers, creative directors, and media buyers will regularly engage with
applicable Environmental Services communications and program areas for campaign
updates, production schedules, and campaign performance.
MWB
Re Our Environmental Education Campaign Process
Z I. Discovery and Knowledge Transfer
O
The more we know about your organization and its goals, obstacles, and assets, the better
and more efficiently we are able to craft a new campaign. So each campaign begins with
W
H a discovery focused on Fort Worth's environmental priorities and community composition.
MWB will ask Environmental Services staff crucial questions, ensuring a clear understanding
of campaign goals, target audiences, key environmental messages, performance indicators,
desired timelines, and available resources.
For Ft. Worth, MWB may also perform:
• Stakeholder interviews with the Consumer Health, Environmental Quality, and Solid
Waste division leaders
• An analysis of previous campaign performance data (e.g., litter reduction metrics,
recycling contamination rates, Energy & Sustainability webpage engagement)
• Community demographic and behavioral research specific to
Fort Worth neighborhoods
• A review of existing Environmental Services brand guidelines and
communication materials
• An assessment of current public awareness levels regarding department programs
II. Scope and Campaign Strategy
Based on discovery findings, MWB will develop a collaborative project scope aligned with
Environmental Services Department goals that includes a list of recommended deliverables,
milestone timelines that accommodate city approval processes, and recommended budget
allocations. We will clearly delineate roles between our team and Environmental Services
staff, the scope of services to be provided, and the degree of collaboration required for
each component. Finally, we will develop KPIs aligned with departmental goals (e.g.,
community awareness metrics, behavior change indicators, event participation and
educational program completion rates).
III. Creative Concepts and Media Strategy
Once a scope has been agreed on, the MWB team will develop campaign concepts for your
project. Our collaborative creative concept development phase will focus on producing
culturally relevant, locally resonant messaging that drives awareness and environmental
behavior change in Fort Worth communities. Campaign branding, themes, and overall
campaign construct are developed during this phase, with a multi -generational audience
analysis taken into account, and a series of multi -platform creative asset deliverables (e.g.,
digital, print, video, social, educational materials) are identified and agreed on.
15
MWB
Re If paid media is involved in the campaign, MWB will also develop a media plan during this
Z phase. We will perform market research utilizing Fort Worth -specific demographic and
Opsychographic data, optimize platform targeting for local audience preferences, determine
budget allocation across digital, traditional, and community engagement channels,
and coordinate the timeline with seasonal environmental opportunities (e.g., Earth Day,
LJ.I recycling weeks, cleanup events) and current Environmental Services events (Cowtown
H Great American Cleanup and Earth Party and the Neighborhood Litter Stomp). Finally,
we will set key performance indicators (KPIs) to be achieved with the media campaign.
IV. Asset and Content Production
Using its extensive resources and bandwidth, MWB will concurrently develop all assets for
the new branding campaign. Assets may include:
• Digital collaterals and campaign elements
• Print materials and educational resources
• Website content development optimized for city platforms
• Video/animation production
• Social media content libraries
• Community education training materials
• Event planning and promotional support materials
Our in-house production capabilities will ensure quality control, schedule flexibility, and
cost efficiency for Fort Worth's campaign needs. We will engage with the Environmental
Services staff for approval on copy, images, talent, voice-overs, design elements, tone and
personality, etc. To ensure a high -quality end product, we provide regular progress updates
and milestone reviews and we obtain stakeholder approval at key milestones (copy, design,
talent, messaging). We also provide original files for ongoing use by
Environmental Services.
V. Implementation and Initial Evaluation
MWB will orchestrate media placement, social media engagement, and an educational
program rollout to create a unified community voice that amplifies your environmental
priorities. Event planning and execution support may extend the campaign into physical
community spaces, creating memorable experiences that reinforce digital messaging and
drive authentic resident participation. Throughout implementation, MWB will maintain
monitor KPIs that measure real community impact —not just basic metrics.
16
MWB
Re A Ongoing Optimization and Reporting
Z
OOur commitment to Fort Worth's success —and being efficient with your budget —extends
beyond campaign launch through comprehensive performance analysis and continuous
optimization. Digital campaigns are auto -optimized for your KPIs with reporting available
Hin near -real time, and monthly traditional media reports are available. We provide quarterly
comprehensive reports that integrate campaign performance with city visitation data and
program participation metrics, offering insights for ongoing initiatives, as well as a summary
report at the end of the campaign to show that ROI targets have been met.
Third -party verification through independent media auditing ensures Fort Worth
receives proper campaign delivery and performance, with credit reconciliation for any
underperforming placements. This rigorous approach to accountability, combined with ROI
analysis and budget optimization recommendations, ensures your environmental education
investment delivers measurable community behavior change and sustained engagement
with Environmental Services programs.
17
MWB
Ln SAMPLE PORTFOLIOS
z
O Mississippi State Department of Health
MWB has spent decades developing comprehensive public health outreach campaigns
IW involving critical health initiatives such as tobacco cessation, COVID-19 awareness,
V: immunization promotion, opioid addiction prevention, and maternal health programs. We
have created everything from educational infographics and social media campaigns to
billboards, brochures, and digital ads —all designed with appropriate messaging for diverse
communities including communities of color, non-English speakers, and at -risk populations.
PUBLIC HEALTH EXPERIENCE
MWB has has worked to implement public health outreach campaigns for the 24 years:
• Tobacco/vaping counter-
• West Nile
marketing and cessation
. Zika awareness
• Hypertension awareness
. Heart -healthy
• Immunizations/vaccinations promotion
. Healthy lifestyles
• COVID-19
. Opioid addiction awareness
• MylR
• Naloxone promotion
• AIDS/HIV/STI awareness
Public information campaigns MWB has developed include (but not limited to):
• Women, Infants, and Children (WIC) • Educational attainment/access
• Healthy Mothers Healthy Babies • Diabetes
• Community Health Worker recruitment • Government -sponsored relief programs
• Nurse recruitment • Mental Health
• Vital Statistics services • Disaster preparedness
• Smokefree Air policies • Healthy Delta
Working in the area of public health, a majority of these campaigns were designed to reach
populations such as communities of color, non-native English speakers, financially challenged,
LGBTQAI+, those with accessibility issues, and at -risk youth. This experience will prove
importantwhen developing audience -appropriate messaging and media implementation.
Websites: MWB has developed and implemented dozens of websites, landing pages, and
interactive portals for partner clients dating back to 1998. This includes several campaign
Websites and landing pages for Mississippi State Department of Health campaigns and an
overall site for Mississippi State Department of Health:
• Nurse recruitment • Smokefree Air
• AIDS/HIV/STI awareness • Healthy Delta
• Flu Vaccinations • WIC
WIV
MWB
Ln
Z
O
U
LU
N
19
PUBLIC HEALTH WORK SAMPLES
*All samples below are part of larger campaigns with multiple collateral pieces.
,%I
UVf WELL
Sf WELL
M155MIrpi
immv�
Wellness Expo T-shirt & Logo Design
Your Child's Early Development is a Journey
- !YEARS "HS �N
Milestones Moments Tri-fold Brochure (inside)
w �[
2023 PUBLIC HEALTH
REPORT CARD
wRiuFAu, nwRrALnY
`+x �Ez
EKTp.-E
ACCIDENTS!
LEADING
NATION IN OBESITY
i
FIREARM HIV
2023 Public Health Report Card Infographic Design
HEacjy�
u
yr° suPp°'
MWB
MyIR Mobile
kIMMUNIZATION RECORI
MADE MUCH EASIER.
Visit HealthyMs.com/MyIR and sign up
My IR Mobile Records Print Ad
SMOKERS OVER 50,�I-U& fWiW
GET A LIFE-SAVING CT SCAN
hL__ siAixem a HFn_
Low Dose CT Scan Digital Ads
GET FREE OF VAPING.
Quit Vaping Digital Ads
Get
life-saving
Naloxone.
Naloxone Outreach Social Media Post
Welcome to WIC Retractable Pull-up Banner M Welcome to WIC Postcard
LA Visit Jackson
Z For the past thirty-seven years, MWB has worked to promote the warmth and spirit of
0 Jackson, Mississippi. In that endeavor, MWB has created and produced print and digital
Vads,
the Soul Sessions podcast, an annual Visit Jackson Tour Guide, TV spots, songs, Civil
Rights tribute playing cards —and our latest endeavor, a double -sided LP.
LU
T
., WALLACE
SIZZLING CULINARY SUPERSTAR
• Chef Nick is the powerhouse behind Nick Walljac
Culinary, Nick's 26 seasoning, and the bright,
beautiful cafe at the Two Mississippi Museums
• Nick is a champion on the Food Network's
Chopped and a Top Chef alumnus.
• For his restaurant at the Two Mississippi Muse
Nick has infused the stories from the MuseumMississippi History and the Civil Rights Museuinto his menu as an homage to those who lit t
way for himself and so many others.
• Catchphrase: "Bring the heat!"
eo
Jackson is a beautiful mixed bag,
and I don't want to hide from our
stories. I can use those stories to build
my future... use them to build my food.
so
•JXN•
s T
5HIP
TRADING CARDS
SHINING LIGHTS IS A PROJECT OF VISIT JACKSON.
FIND OUT MORE AT LETITSHINEJXN.COM.
21
MWB
Visit Mississippi
MWB began working with Visit Mississippi on a new, post-COVID tourism campaign in
July 2021. Focusing on the fact that visitors have the most memorable experiences in
Mississippi when they simply wander, we created the award -winning Wanderers Welcome
campaign. MWB then supported the campaign by developing magazine ads, TV spots, a
commissioned (award -winning) song, and other collateral.
VISIT `def
MI4YPP1
T�
22
MWB
RECENT PROJECTS AND REFERENCES
Visit Jackson (Jackson CVB)
Maris, West & Baker has served as Visit
Jackson's marketing firm and primary
agency for thirty-seven years, partnering
on comprehensive marketing efforts that
span every facet of tourism promotion.
MWB's long-standing relationship with
Visit Jackson demonstrates sustained
excellence in developing integrated
Reference
Dr. Rickey Thigpen, President & CEO
rthigpen@visitjackson.com
308 East Pearl Street, Suite 301
Jackson, MS 39201
601.906.1645
campaigns that blend strategic planning, creative development, and multi -channel
execution, as well as the agency's ability to maintain consistent quality and innovation
across decades of collaboration. In May 2024, MWB launched the This Little Light
campaign to celebrate the 60th anniversary of Freedom Summer.
This Little Light - Freedom Summer 60th Anniversary Tourism Campaign
Comprehensive multimedia tourism campaign celebrating the 60th anniversary of Freedom
Summer, drawing inspiration from Jackson's civil rights legacy and the song "This Little
Light of Mine" to showcase the city's vibrant spirit, culture, and historical significance.
Annual campaign with May 2024 launch (ongoing)
Deliverables and Outcomes:
Deliverables: Original music composition, multi -video content series, social media
campaign assets, digital advertising materials, website development (LetltShlneJXN.
com), strategic media placement across Meta platforms
Outcomes: Generated 569,864 ad impressions, reached 154,556 users, and achieved
11,620 clicks with exceptional engagement metrics. Campaign delivered highest
engagement per user (1.35) of any channel and achieved 99.87% site engagement rate.
Successfully drove tourism interest from key markets including Chicago, Dallas, Atlanta,
Memphis, Houston, and New Orleans, with New Orleans leading in site engagement
rate and engaged sessions per user.
"MWB consistently brings highly creative and innovative ideas to the table, fostering a
truly cooperative working relationship. Their core staff is stable, always seeking to expand
valuable capabilities and talent. We are extremely satisfied with our relationship and work —
as evidenced by our 37-year partnership —and look forward to continuing to work with MWB
well into the future."
- Rickey Thigpen, President/CEO, Visit Jackson
23
MWB
"LET'S REMEMBER
THE PEOPLE WHO
HAVE GIVEN
THEIR
LIVES iN FOR '
BELIEV ,
THAT G O ��rr
CREATED
US ALL ❑
EQUAL.ITI
- DR. ROBERT SM
A S-rop
Y
W'7-14H;iAR-r�
�-
t SPIR
AND
LEARN MORE
�Y
1.
Mississippi Development
Authority (Visit Mississippi)
Reference
Rochelle Hicks, Executive Director
Maris, West & Baker has served as the rhicks@mississippi.org
agency of record for Visit Mississippi 501 N West Street, Jackson, MS 39201
since 2019, delivering comprehensive 601.940.3132
marketing campaigns that have helped
propel Mississippi to one of the top
performing states for tourist visitation in
the U.S. The partnership encompasses extensive research on state, regional, and national
levels, resulting in strategic campaigns like "Wanderers;' which are developed through
rigorous A/B testing and focus group validation.
MWB's work with Visit Mississippi has included complete rebranding initiatives, full print/
digital/social campaigns across regional and national markets, podcast series, event
planning for biannual summits, website development with SEO and ADA compliance,
trail maps (Blues Trail, Hamburger Trail), and ongoing civil rights awareness campaigns
highlighting African American voices and disparate communities. Our excellent work
has resulted in a full task -order list from Visit Mississippi, and we are usually running
4-5 concurrent campaigns for the organization. In the summer of 2024, MWB created a
giveaway campaign to build awareness for the GRAMMY Museum in Cleveland, Mississippi.
Taylor Swift Eras Tour Exhibit Promotion & Ticket Giveaway
Digital and social media campaign designed to drive awareness and visitation
visitmississippi.org and to the Taylor Swift exhibit at the GRAM MY Museum Mississippi in
Cleveland through a strategic sponsorship leveraging Taylor Swift's Eras tour popularity.
Summer 2024 (leading up to October 26, 2024 concert date)
Deliverables and Outcomes:
Deliverables: Custom landing page (https://visitmississippi.org/go/taylor-swift-exhibit/),
digital and social media campaign assets, contest management system,
promotional materials
• Outcomes: Generated more than 9,000 entries for each concurrent campaign from
nearly all fifty states, successfully combining awareness generation with actionable
tourism promotion. The campaign effectively used concert ticket giveaways (for the
New Orleans show) paired with GRAMMY Museum exhibit tickets to drive both online
engagement and physical visitation to Mississippi.
"MWB has continuously demonstrated excellence and professionalism. Their innovative
approach to crafting compelling messages delivers impactful results... I wholeheartedly
recommend Maris, West & Baker. They have a highly creative team, and we would definitely
use their services again."
- Rochelle Hicks, Director, Visit Mississippi
25
MWB
140
0
W
26
LUXURY
/ SUITE
TICKETS
TilYtOR SMFT
THE FKAS TOU
MWB
Mississippi State
Department of Health
Mississippi WIC Program
Comprehensive six-month multimedia
campaign to revamp and refresh the
Mississippi Women, Infant and Children
(WIC) program's statewide outreach,
targeting underserved communities,
pregnant women, and expecting parents
across Mississippi with an emphasis on
the Mississippi Delta region.
Summer 2024
Deliverables and Outcomes:
Reference
Lauren Hegwood,
Communications Director
Lauren. Hegwood@msdh.ms.gov
570 Woodrow Wilson Drive, Suite 100
Jackson, MS 39216
601.218.9675
Deliverables: Complete collateral material refresh for statewide distribution, in -
health department advertising materials (posters and brochures), direct mail postcard
campaign, promotional items for state -hosted events, integrated statewide advertising
campaign spanning radio, television, social media (Facebook & Instagram), and digital
platforms, Spanish -language commercial production
Outcomes: Campaign executed under budget while generating 1,666,873 total
impressions, reaching 524,362 individuals, and achieving 1,996 clicks. Social media
component delivered targeted messaging to expecting mothers and pregnancy
audiences across Mississippi, combining broad awareness generation with direct
program enrollment actions through geographic targeting and multilingual
content delivery.
"Maris, West & Baker has been an invaluable partner for the MS State Department
of Health, consistently delivering comprehensive marketing campaigns that drive
measurable community engagement and education. Their approach to integrated
campaign development has proven highly effective in reaching diverse audiences with
complex public health messaging. MWB's team excels at juggling multiple projects while
maintaining exceptional quality and meeting deadlines"
- Lauren Heywood, Communications Director, MS State Department of Health
27
MWB
MI
T:;4
., `
01
WEVCOME TO Wit
HEALTHY FOODS AND HELPFUL
ADVICE: THAT'S WHAT WIC 15
ALL ABOUT
I -W
1 I
WEVCOME TO WIC
HEALTHY FOODS AND HELPFUL ADVICE:
114iTHAT'S WHAT WIC I5 ALL ABOUT
You want to keep your family healthy and strong.
The Women, Infants, and Children Nutrifion Program helps
you do just that. WIC helps lighten your load by giving you:
MONTHLY BENEFITS TO BUY
...yyy HEALTHY FOODS LIKE:
allWhol g,oi. betobles
� e Whole grain breads, tortillas, brown rice,
Cereal
Milk
Yogur
Cheese
Eggs
Beans, pea and peanat butter
Bobyloodss
AN EWIC CARD AND SMARTPHONE
APP TO MAKE SHOPPING FOR WIC
FOOOSEASY
TIPS ON HOW TO SHOP FOR
r` HEALTHY FOOD, HOW TO COOK IT,
AND HOW TO ENCOURAGE YOUR
,j KI05 TO EAT IT.
THE WIC TEAM INCLUDES:
Nutrition ed—t—
Registered Dietitians
Registered Nurses
Breasffeeding specialists
INTRODUCE YOU TO CARE
1Es BEYOND WIC, INCLUDING:
Healthcare professionals
Im mza Io c
Other services shot can help you!
SEE IF YOU'RE
ELIGIBLE HERE
VISIT HEALTHYMS.COMIWIC OR
CALL 1.800.338.6747
1� fulsslss RPI
m.rn....La Ro.l
e`
\ I.
IB1 Bll I B�
a
V11C serves P'<gnont, bre'sfa^ children up
postpartum women, inlan
to 5 Years of age• anaioas
WIC Provides, at no c dletl NWiNon and
I meet Y1 ur IRefermle for other
foodswsupp< „se ing
breoafeedin9 coa
Mip{ulscrvices
M1�351�p:
1ILLt/h
E410384E NENE
o ,o
Iai31T HERLTNYE6.CgH1NIC
DPYa441.8Oa.33a.aTM�
zr %!:
WELCOME TO WIC
HEALTHY FOODS AND HELPFUL ADVICE:
THAT'S WHAT WIC IS ALL ABOUT
Ypu want to keep your lamuy healthy and droop. The Supplemental Nutnbm
Program for Women, Inlann, and Children helps you do lust that.
WIC nelps Ighten your load by g-ng you:
Monthly benefits to buy healthy foods
• Frmts and wgetables
• Whole Q." Dreads.ta'tlllas, Dmemnce,and pasta
Cereal
• Mllk
pgvn
cheese
Eqg
• Beans. peas.aM peanut Dutter
Baby food
An eW IC card and s—tpl,on, app to make shopping for WIC foods easy
Tips on how to shop and cook healthy foods for your family
The WIC team includes
• Nulruwn educalws
' Reglslered dletll—, SEE IF YOU'RE ELIGIBLE HERE:
• Regrslered nurses O O
' Breasth"'t ng Deercwnselprs
Introduce you tc care beyond WIC .
Oe
• Heauh.,e vmless�mals
• Immunitaaonse—es VISIT HEALTHYMS.COMAmC
• other seryEes that wn help yowl OR CALL 1.810.330.6747
wINA 44
aw,mmw�a aW wR�
6
MWB
z
REQUIRED DOCUMENTATION
O
V
W
FORT WORTH
CITY OF FORT WORTH
ENVIRONMENTAL SERVICES DEPARTMENT
100 FORT WORTH TRAIL
FORT WORTH, TEXAS 76102
REQUEST FOR QUALIFICATIONS
RFQ: 25 — 0149
MARKETING AND OUTREACH SERVICES
Legal Name of Respondent: rCW S I WP.a 3 1
D/B/A Name of Respondent: M W B
City of Fort Worth Bid�d]err//S,upplie'�r ID or Federal ID Number (TIN): UeI : sDK 76T 5EVR--
Address: � � �r � yT'v '1 ,Ur t\& J aImGk50)1 S 39 Z I (
Name of the Authorized Representative:
Title: 01 0AId ?), T
The undersigned, by his/her signature, represents that he/she is submitting a binding Statement of
Qualifications and is authorized to bind the respondent to fully comply with the solicitation
document contained herein. The Respondent, by submitting and signing below, acknowledges that
he/she has received and read the entire document packet for this RFQ and agrees to be bound by
the terms therein.
The undersigned agrees if the Statement of Qualifications is accepted, to furnish any and all items
and/or services upon the terms, conditions, and scope/specifications contained in this RFQ.
Signature of the Authorized Representative: 9 W 1. "
Email:() . idl (� Y1rlok . (!xm Phone: W • $4z • $741
29
MWB
N
Z
0 FORTWORTH, CITY OF FORT WORTH— ENVIRONMENTAL SERVICES
I- DEPARTMENT PROPRIETARY INFORMATION,
V QUALIFICATION QUESTIONNAIRE, AND MANDATORY
W REQUIREMENTS
Ni RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 1 of 5
RFQ Title: RFO Marketing and Outreach Services
Legal Name of Respondent: roads we51 3 R016e (
1.0 PROPRIETARY INFORMATION
i. All material submitted to the City becomes public property and is
subject to the Texas Public Information Act upon receipt.
ii. If a Respondent does not desire information that it believes to be
proprietary in the bid to be disclosed, the Respondent must list each
page number in the chart below and must clearly mark and identify each
page by including the word "PROPRIETARY" in all caps and
highlighted yellow on the bottom center of each page at the time of
submittal. The City will, to the extent allowed by law, endeavor to
protect such information from disclosure. The final decision as to the
information that must be disclosed lies with the Texas Attorney
General. Note: Pricing may not be marked proprietary and will be made
publicly available in the form of a bid tab following evaluation of all
bids. By submitting a response, Respondents agree that pricing is not
proprietary and may be released.
iii. Failure to identify proprietary information, as required in 9.2, will result
in all unmarked sections being deemed non-proprietary and available
upon public request.
Pages with information Please indicate if only specific sections
believed to be on the page are believed to be
Proprietary Proprietary
0 n0yl.?,
Page 1 of 5
30
MWB
N
Z
0
I- FORT WORTH CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPARTMENT
W —J I CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, each Leg., Regular Session, OFFICE USE ONLY
This quesionnane it oeurg filed in acocrdance welt. Chapter 17, 6. Local Govarnment Coop. by a vendor who Date tlecaiwd
has a business relaticitship as dohned by Secion 176 o0lit-al with a local govormrtontal entity and the
vender meets requvernenIS urtdar Section 176.0061al
By law this questionnaire must be filed with the records administrator of the local govemrrrontal en* not lave;
than the 7th business day after the date the venoot becomes aware of tars that require the statement to be
filed. See Section 176.006(a-0, Lo:W Govemment Code
A vendor commits an offense it the vendor krawitio vrolaw Socaon 176.006, Local Government Code. An
offense undot this se-norl is a rrisdemaanor
J Name of vendor who has a business relationship with local governmental entity
N [A
J Check this box it you are film an update too previously filed questionnaire. (The law res that ou trio an
Y 9 Pd P sly q roqui y updated
completed queshonnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
NIA
Name of Officer
4J Describe each employment or otter business relationship with the local government officer. or a family rnember of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local govemment officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
NSA
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income. from the vendor?
F7Yes ONo
B. Is the vendor receiving or likely to receive taxable income. other than investment income. from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes �No
J Describe each employment or business relationship that the vendor named in Section t maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
❑Chock this box if vie vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-11. N 1
J �
sgnalure at verloor oomg business wan silo govemrnerltai onttN va p
Form provided by Texas Ethics Commission www.ethics-stale.hi us Re used t!1fd721
31
MWB
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL
SERVICES DEPARTMENT
REFERENCE SHEET
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-04 Page 1 of 1
RFQ Title: RFQ Marketing and Outreach Services
Legal Name of Respondent: ty)(W i 5 _ N JN;� 3 )O-kv -Tnc.�
Respondent shall furnish the following information with their Statement of
Qualifications, for at least three (3) recent clients/customers to whom subject
services were provided that are similar to the requirements stipulated in this
RFQ. References may be contacted during evaluation. Please be sure references
are available via phone and/or email when contacted.
1. Company's Name: M5 `LIU= 1'�Name of Contact: (:OUI'(4.4�1 S��
Title of Contact: lAtvtrni liCQ,�'10Y15-DITjoy-
Address: 5'0 t0ooe�row 1JIIsQy, Dri\ -, Su,� 100 , JazkSph,►�t53�121Cn
Phone No. W. Q1% •�'iPS Email: �aurp� i @msd�,• r,s•goJ
Type of Services Provided: �r r4ra�o�l '—RiS� des
Of +W' k
2. Company's Name: qi5;} Jam, 6-Aw Cal CVS)
Name of Contactr��f. 11�ie1c�U,Trhil peii
Title of Contact: 1'rks,-A�k " I
Address: W% ?f wl '5�{ I S loll 301 JacZO , M5 39,20)
Phone No. 601. 90(fl . 145 _ ,Soh • COhC
Email: r (c�Vts�% p.�
d Type of Services Provided: r SvIS �niri�'� swot I A ) I
i Gvj11,1's /Tna�l cries; �I(,I �5, aJ� �
,M,�n5 p, cm ,rt�i
3. Company's Name: iYli5Si5Sl' �OQrhel'�`C ��O L+Y (�O+1'vI�SSiSSi�
Name of Contact: kOJI610, i ;C s
Title of Contact: &Whve, -U(U�'Oy,
Address: `SDl N YfQ ),SMckSoh ) M5 5920
Phone No. (001 9 �0 - W5Z Email: rhiC�S�wli55�Ssipnt.br4 ,'
Type of Services Provided: br" s17�1 �*cuv ��caF,.
S n tC o, �6o*N e„ r d,�' ,,�L
r
5oucd , v A0 Jx Y* rap cis ,�g've xu�s,'ev; , Vd s
a�t�v�s y► v15 p� �p���Jane eft , t2oye 3owf �a�
4.,JQ*1 G4a•aa5v uR�s ,Tiabt SL1ou)S� tA1� d irk'
32
MWB
N
Z
0
W
H
is
33
(Offlre of S'mrta q of o itzrU
Tcacksort
(Ieztifirizte of �nr=yoration
Of
MARIS, WEST 8c BAKER, INC.
The undersigned, as Secretary of State of the State of Mississippi
hereby certifies that duplicate originals of Articles of Incorporation for
the above named corporation duly signed and verified pursuant to the
provisions of the Mississippi Business Corporation Act, have been re-
ceived in this office and are found to conform to law,
ACCORDINCLY the undersigned, as such Secretary of State,
and by virtue of the authority vested in him by law, hereby issues
this CERTIFICATE OF INCORPORATION, and attaches hereto a
duplicate original of the Articles of Incorporation.
OFGiven under my hand and Seal of Office,
.
•,.If
A this the 20th day of July,
C'n: ! 1970.
J'J'''' �FFIC�Q�;r�QQ SECRETARY OF STATE.
glF�f MISS�s�
aC
MWB
THANKYOU.
WE'RE EXCITED
TO HELP YOU BUILD YOUR
CREATIVE �I:
MWB is a creative company that focuses MWB
on creating positive social impact while
helping partners maximize their brands.
#CreateForGood We create for good.
FORT WORTH CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, lath Leg., Regular session. OFFICEUSEONLY
This guestonna.re is aecr q filed in accordance with Chapter 176. Local Govemmeni Cade. try a verhdnr who Late Reca,red
has a business relationshio as defined by Secfts n 176.001r1-a) with a beat 9wornmental entity and the
vendor meets reginromants undar Section 176.0061ai
By taw this questionnaire must be tiled with the records adminisnator of the local govemmental entry nor hater
than the 7th business day after the date #w vendot becomes aware of facts Ihat require the statament to be
W. Sae SBclidni76,006ia-,i.LomiGovaanmentCDde
A vendor commits an offense 0 the verv.$w knowingly violates Seclian 17 6.006. Local Government Code An
offense undoi this sDnw is a msdameano;.
J Name of vendor who has a business relationship with local governmental entity.
�j 14
J ❑Check this box it you are riling an update to a previously filed questionnaire. (The law requires that you fife an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Nome of local government officer about whom the information is being disclosed.
Name of Officer
1 Describe each employment or other business relationship with the local government officer. or a family member of the
officer. as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business retalronshipdescribed. Attach additional pages to this Form
CIO as necessary.
N lA
A. Is the loyal government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income, from the vendor?
a Yes F__] No
B. Is the van-oi receiving or likely to receive taxable income, other than investment income. from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
aYes E_1No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with inspect to which the local government oNicer series as an officer or director, or holds an
ownarship interest of one percent or more.
N I
J
❑ t. in
this box if the vendor has given the local government officer or a family member of the officer one or more g�11.
as described in Section 176.003(at(2)(B), excluding gdescribed Section 176.003(a-1), N 11Tl
J � �/
Pau Aoveft� oingc�m sins �6" 1ne gmernritai eniy iaj'
Form provided by Texas Ethics Commission www ethics.state.lx us Revised VVM21
FORT WORTH::
CITY OF FORT WORTH
ENVIRONMENTAL SERVICES DEPARTMENT
100 FORT WORTH TRAIL
FORT WORTH, TEXAS 76102
REQUEST FOR QUALIFICATIONS
RFQ: 25 - 0149
MARKETING AND OUTREACH SERVICES
Legal Name of Respondent: Main S , We4 3 SakfX r 141c.
D/B/A Name of Respondent: M W $
City of Fort Worth Bid'dle_r//SSupplier ID or Federal ID Number (TIN): UPS
Address: 1 � N0'f'C140l� JJr ,\R, J aGI 50111 yn S 397,11 �"' •��
Name of the Auth-orize_dQ,Representative: o' 1
Title: lofts1UQ,YTTL
The undersigned, by his/her signature, represents that he/she is submitting a binding Statement of
Qualifications and is authorized to bind the respondent to fully comply with the solicitation
document contained herein. The Respondent, by submitting and signing below, acknowledges that
he/she has received and read the entire document packet for this RFQ and agrees to be bound by
the terms therein.
The undersigned agrees if the Statement of Qualifications is accepted, to furnish any and all items
and/or services upon the terms, conditions, and scope/specifications contained in this RFQ.
11 �nn l�
Signature of the Authorized Representative:
g P
Email: • QI�I0 . Y 61 MLjk . C.0M Phone: ��� • $�2 • $� �
J
Name of Contact Person 1: Ec C.Q. S l 1C/►
Title of Contact Pcrso�� nn, 1: � f cz MS�TC IdY l , f<,
m Eail: �l C.Q.• STL1W 1� M06 • C)V-rvl Phone: iRO( • UC09.9VOZ
Name of Contact Person 2: 110�rl
Title of Contact Person 2: ?0-11 �l
' . (p lob• �
Email: rA.Y1dj • 1 �V1Y1 `P mWI� • C.�� Phone: too I 1'1
Name of Contact Person 3: T N mw{
Title of Contact Person 3:—LEO
Email: @ MWb • C.OV-K Phone:—(. OI . 95 1 . 09(,03
Please answer each question below:
Will the,agreement be available for Cooperative Agreement use?
Yes )C No
Prompt Payment Discount Terms: Percent Days (i.e. 3% Net 15, etc.)
we, do nc+ usually do -Proyv%Tk ,m pa em�� * c.O"AE �T MS, bu�
on open ib a1scAA55lor) off' Sohn m5 iske
1
2
of 74,lfisnis5T"T
(office of 'Searfm-q of '�$#zdr
�arhsnrt
&rtiftrafr of '�nrorpurzdfim
MARIS, WEST & BAKER, INC.
The undersigned, as Semvtary of State of the State of Mississippi
hereby certifies that duplicate originals of Articles of Incorporation for
the above named corporation duly signed and verified pursuant to the
provisions of the Mississippi Business Corporation Act, have been re-
ceived in this office and are found to conform to law.
ACCORDINGLY the undersigned, as such Secretary of State,
and by virtue of the authority vested in him by law, hereby issues
this CERTIFICATE OF INCORPORATION, and attaches hereto a
duplicate original of the Articles of Incorporation.
Given under my hand and Seal of Office,
this the 20th day of July,
1970.
SECRETARY OF STATE.
ARTICLES OF INCORPORATION
OF
We, the undersigned natural persons of the age
of twenty-one years or more, acting as incorporators of
a corporation under the Mississippi Business Corporation
Act, adopt the folloving Articles of Incorporation for
such corporation:
FIRST: The name of the corporation is Naris,
West g Baker, Inc.
SECOND: The period of its duration is ninety-nine
(99) years.
THIRD: The specific purpose or purposes for vhich
the corporation is organized stated in general terms are:
To design, vrite, prepare, place, publish, and
display, in any manner, advertisements and publicity devices
and innovations of all kinds for itself or for others; to
print, publish, and distribute newspapers, books, pamphlets,
magazines, periodicals, handbills, pictures, cartoons, posters,
display cards; to arrange for the placing of advertisements
in publications of all kinds; to do bill posting; to manufacture,
install, supply, maintain, and operate billboards, signboards,
and illuminated signs; to give or arrange for the giving of
demonstrations and exhibitions for advertising purposes; to
supervise the preparation and production of moving picture
advertisements and publicity devices; to supervise the pre-
paration of radio and television advertisements and publicity
devices; to do a general advertising, press agency, and
publicity business in all its branches; and to make all
contracts and do all things proper, incidental, and conducive
to the complete attainment of such purposes.
FOURTH: The aggregate number of shares which the
corporation shall have authority to issue is five thousand
(5,000) of the par value of One Dollar (a1.00) each.
FIFTH: The corporation -will not commence business
until consideration of the value of at least $1,000 has been
received for the issuance of shares.
SIXTH: Provisions granting to shareholders the
preemptive right to acquire additional or treasury shares
of the corporation are: Sone.
SEVENTH.: The post office address of its initial
registered office is 1440 First National Bank Building,
Jackson, Mississippi, and the name of its initial registered
agent at such address is Leigh B. Allen, III.
EIGHTH: The number of directors constituting the
initial board of directors of the corporation, which must be
not less than three (3). is four and the names and addresses
of the persons who are to serve as directors until the first
annual meeting of shareholders or until their successors
are elected and shall qualify are:
NAME STREET AND POST OFFICE ADDRESS
Gerrit A. Maris 5127 Saratoga Drive, Jackson, Mississippi
;iorms.n L, West Hallmark Garden. Apartments
Jackson, Mississippi
Roy A. Baker 3715 Desoto, Jackson, Mississippi
Harry C. Brown 107 Elcrest, Jackson, Mississippi
NINTB. The name and post office address of each
incorporator is:
NAME STREET AND POST OFFICE ADDRESS
Gerrit A. Maris 5127 Saratoga Drive, Jackson, Mississippi
Norman L. West Hallmark Garden Apartments
Jackson, Mississippi
Roy A. Baker 3715 Desoto, Jackson, Mississippi
Harry C. Brown 107 Elcrest, Jackson, Mississippi
Restrictions on the transfer of stock in the
corporation may be imposed by provisions in the corporate
bylaws or by a stockholder's agreement.
ARI
WE T
ROW
I a 0 0 R P 0 R A T 0 R S
Dated July %r%, 1970
ACKNOWLEDGMENT
STATE OF MISSISSIPPI
COUNTY OF HINDS
This day personally appeared before me, the
undersigned authority, GERRIT A. MARTS, NORMAN L. WEST;
ROY A. BAKER, and HARRY C. BROWN, iacornorstors of the
corporation known as MARTS, WEST & BAKER, INC. who
acknowledged that they signed and executed the above
and foregoing articles of incorporation as their act' -and
deed on this the _-?Ic day of July, 1970.
NOTARY PUBLIC
MY COMMISSION EXPIRES:
e;7— J,3'" ',-Z'
(xotarial seal)
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL
SERVICES DEPARTMENT
REFERENCE SHEET
RFQ Ref. #: 25-0149 1 Doc. Ref#: RFQ-04 Page 1 of 1
RFQ Title: RFQ Marketing and Outreach Services
Legal Name of Respondent: ft-w(s �-JP4 3 ' Cak -r _ Inc.)
Respondent shall furnish the following information with their Statement of
Qualifications, for at least three (3) recent clients/customers to whom subject
services were provided that are similar to the requirements stipulated in this
RFQ. References may be contacted during evaluation. Please be sure references
are available via phone and/or email when contacted.
1. Company's Name: M5 3bk YLM4 0� ! -$
Name of Contact: L&W AA26
Title of Contact: Nrn,rn wlca,-h4y1.S -Nf?40r
Address: 5'+0 t000c yot,-, WAsoy, DriVie— 1 3q,i 100 ) ,_)aC k50MJ N5 -1921LP
Phone No. LQO - Q1% •91(0-4-S Email: L"MI. Ms.0\/
Type of Services Provided: by-s+rx�a , COiw Kj dpsi�iS ! t'apa6hS
2. Company's Name: (�-Aw�cn l CVF))
Name of Contact: �t"• i�iThla_
Title of Contact: r,0-51'deV+ 3
(:&
Address: �M a4 ?mil � 'Q� I ski* aJ I � �)aGkSbi�) , Y�15 39,2b1
Phone No. KI- 9D Email: Y-4 - pw 11[�sr+Ja.C� - COht-
d Type of Services Provided: by J m1co- Caw} Is dry} l scow I A, '4t,
}
eC�yl !4 Gv,l dues Ail / mGTI, J
c�� nrecu 4,tfe Clb orl
3. Company's Name: 1�1i55tiSSi opme�r� C»'r�'� Ns+ 1'vlisSiSstppjl
Name of Contact: p'oc�vj. ,
Title of Contact: &Wx�vQ,-]r'(U, O{
Address: `So 1 N 00,,� ',iYUf y . �wkSon I M5 592,01
Phone No. (001 9 '�0 • *W5Z Email: ri�iC,kS�a wl�S5�5Sipb�.b�Q
Type ofServicesProvided: brt 5f� CAxx�asrto
S r�-�f,t1, *+��►e�Jlvs� d'' ',
yJUGJ i Vf►C dxoyw D 1-6 �;'"1 ,zj,
s aJ QCtivtsr� ft �Y}5 Sit �� �+ E3l �ia2� f G . I?o5e 3oc��(
�ervE C6C-0.su IAu" Z�F-Fm . 5lroaas, cott�x� ar►d '^d 5
FORT WORTH: CITY OF FORT WORTH -ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149
Doc. Ref#: RFQ-08 i Page 1 of 5
RFQ Title: RFO Marketing and Outreach Services
Legal Name of Respondent: rs)a,f+S , welSl I ?06r 1 :nnr . .
1.0 PROPRIETARY INFORMATION
i. All material submitted to the City becomes public property and is
subject to the Texas Public Information Act upon receipt.
ii. If a Respondent does not desire information that it believes to be
proprietary in the bid to be disclosed, the Respondent must list each
page number in the chart below and must clearly mark and identify each
page by including the word "PROPRIETARY" in all caps and
highlighted yellow on the bottom center of each page at the time of
submittal. The City will, to the extent allowed by law, endeavor to
protect such information from disclosure. The final decision as to the
information that must be disclosed Jies with the Texas Attorney
General. Note: Pricing may not be marked proprietary and will be made
publicly available in the form of a bid tab following evaluation of all
bids. By submitting a response, Respondents agree that pricing is not
proprietary and may be released.
iii. Failure to identify proprietary information, as required in 9.2, will result
in all unmarked sections being deemed non-proprietary and available
upon public request.
Pages with information Please indicate if only specific sections
believed to be on the page are believed to be
Proprietary Proprietary
J0
1
1
1
Page 1 of 5
FORT WORTH CITY OF FORT WORTH —ENVIRONMENTAL SERVICES
-�' DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149
Doc. Ref#: RFQ-08 I Page 2 of 5
RFQ Title: RFO Marketinw, and Outreach Services
2.0 RESPONDENT'S QUALIFICATION QUESTIONNAIRE
The information provided on this questionnaire and in the Statement of
Qualifications (SOQ), submittal will be used to determine the
responsiveness of the SOQ. Please answer each question thoroughly.
Answers may be provided on a separate sheet as long as each response is
labeled according to the question.
i. How long has your company been in business? (A minimum of 5 years is
required) 55
(Attach information that can be used to verify your years of experience.)
ii. What percentage of your work is with public agencies or other mission -
driven organizations? $(361
0
iii. Do you have an email address that is regularly monitored?
r • Atk -leuvt sl%, f e-►*Als.
Email Address: �,ticA..sii�ieY a wtwb• �.bvvl
ral,ldy.lr�% Vnnwb. c-owki
iv. How often will emails be responded to?
LLAll n -kA-t V oL rr
Aa, o ouxs vv%" JUVI bu5�nt5� l�ttr'S
V. What are your business hours and days?
� Soa...T• ). 5T.•' ) -
vi. What is your average response time to new requests?
leas -6 act 12. khn , > UWAJ11 WrEWYN two Fours rH,aac
ck"mq m0ow- bus►of ss ►vkcs
Page 2 of 5
FORT WORTH.
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149
Doc. Ref#: RFQ-08 Page 3 of 5
RFQ Title: RFO Marketinp, and Outreach Services
vii. Has your Company ever defaulted on a contract? If so, why weren't you able
to fulfill the obligation?
nla
viii. What platforms or tools do you use for creative development, collaboration
and campaign reporting?
n�;rxosr4. 4'c� rAAAt i
�! oWOr�{oi r� � �A,S+e.COtx�t,Q � ea..YY151 r'�oo»c _ 1 .1Sna,lsh a�x:��
�Yiv4� iS� and Or}�RY �_na� n1 c •�
ix. How do you incorporate equity, accessibility and inclusive messaging into
your campaigns? L }
MR.V k (-t&ArC �L) Cd lY1'l 11$ j f TAn rce+ aU
_�r rf all) dp *11, 0n 4.�� -t'U+t,�D�S �n� �f,(� � ay
C.e . _ xni� eYl
3.0 VEND REQUIREMENTS -)yVUSh iMmq c#nn-trur�s��cmS
The Respondent shall include a comprehensive Statement of Qualifications V0�"esf
(SOQ). The information provided in this Statement of Qualifications will be
used to determine the responsiveness of the Vendor, within this, the
Respondent is expected to address the following key aspects.
i) Company Overview
i) Provide an overview of the company, an executive summary detailing
the Vendor's interest and understanding of the scope of services.
i) Provide Vendor's background, number of years in business, licenses,
qualifications, and experience. Include experience related to the
requirements within this RFQ, past performance with projects of
similar size and scope, relevant past work, and any related items.
ii) Personnel and Staff Overview: Submit an organization chart depicting
contact arrangement from City to Vendor, team structure, and resumes for
key personnel, including experience and the number of years working with
Vendor.
ii) Statement of Vendors' ability to perform marketing services on an as -
needed, task -order, basis.
Page 3 of 5
FORT WORTH
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149
Doc. Ref#: RFQ-08 I Page 4 of 5
RFQ Title: RFO Marketing and Outreach Services
ii) Vendor's ability to dedicate the necessary resources to the work
described in the solicitation such as the number of personnel,
equipment, digital material, platforms, and software. Demonstrate the
Vendor's ability to deliver projects within scheduled timeframes.
ii. Approach to Perform Services
i) Provide Vendor's project approach for completing and managing projects.
This document must include the methodology and approach for
completing the services, outline projects steps taken from initial
consultation through maintenance, and social media and/or digital
promotions, print advertising, and an outreach campaign that includes print
collaterals and digital promotions.
ii) Vendor shall submit at least three sample portfolios relating to either
government or integrated campaign deliverables and quality of services.
(a) Portfolio examples shall include, but not be limited to, the
following: digital graphics (web, social media, eBlasts, etc.),
printed collaterals (fliers, handouts, postcards, etc.), promotional
collaterals (giveaways, t-shirts, etc.), paid advertisements/media
buys, written publications, event promotions, portraying content
creation and development
iii) Acknowledgement that pricing will be requested at the task order level.
(No price proposals are to be submitted in response to this RFQ)
iii. References: SOQs shall list a minimum of three (3) references from projects
similar in nature, size and scope completed or has undertaken in the past 12
months. References shall include the following items:
i) Client name and contact information.
ii) Project Title and Description
iii) Project timeline (start and end dates)
iv) Summary of project deliverables and outcomes
v) Client satisfaction (e.g., letters of recommendation, performance
evaluations, or a brief narrative of client feedback)
Projects should demonstrate the Respondents ability to deliver quality
services on time and within budget.
Page 4 of 5
FORT WORTH. CITY OF FORT WORTH -ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 I Doc. Ref#: RFQ-08 Page 5 of 5
RFQ Title: RFO Marketing and Outreach Services
4.0 DOCUMENTS REQUIRED FOR RESPONSE TO BE CONSIDERED
RESPONSIVE
The following documents and information are required to be submitted to be
considered responsive:
i. Completed RFQ-02-Form CIQ.
ii. Completed RFQ-03-Authorized Signature and Contact Details.
iii. Completed RFQ-04-Reference Sheet.
iv. Completed RFQ-08-Questionnaire and Requirements.
V. Signed Addendum(s) acknowledging receipt. Note: If no addendum is
issued, please attach a page stating "No Addendum Issued".
vi. Comprehensive Statement of qualifications including all requirements in
Section 3.
Page 5 of 5
FORTWORTH,
0
*10ir
ADDENDUM TO REQUEST FOR QUALIFICATIONS NO. 25-0149
MARKETING AND OUTREACH SERVICES
ENVIRONMENTAL SERVICES DEPARTMENT
ADDENDUM NO. 1 DATE ADDENDUM ISSUED: May 16, 2025
REQUEST FOR QUALIFICATIONS (RFQ): 25-0149 RFQ
OPENING DATE: May 29, 2025 (EXTENDED)
RFQ No. 25-0149 issued May 7, 2025, is hereby amended as follows:
1. The deadline for submissions has been extended to May 29th, 2025 at 2:OOPM local time.
2. Questions and Answers received at the pre -qualification conference and via the
procurement portal are hereby incorporated, in full text, Exhibit A pages 2-3.
All other ter sand conditions remain unchanged.
Sarah Czec icz
Purchasing Manager
By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the
above -referenced REQUEST FOR QUALIFICATIONS. ,n/I
COMPANY NAME: Ml�yf �� i 1�&1 � � ��Vvj�c (6'�'A- ► Y O U-10
1 �j n
SIGNATURE: �(� ` vk "4�
NOTE: Companyhr me and signature must be the same as on the original bid documents. Failure
to return this form with your sealed bid may constitute grounds for rejection of your offer.
EXHIBIT A
1. What campaigns do you have coming up?
a. There are multiple projects and campaigns coming up. One of the larger campaigns
will be the refresh of the Litter: Stop it! Report it! Pick it Up! Campaign.
2. Are all campaigns already planned out for the year?
a. Most of the campaigns are planned, but we do occasionally have impromptu
requests depending on service needs.
3. What is the hardest part of execution?
a. The hardest part of execution is making sure we are identifying and reaching the
appropriate audiences. With the extent of our services and diversity of our
residents/visitors, we need to make sure we are utilizing the right outlets and
collaterals to ensure they are receiving our messages.
4. For website work, would the consultant be asked to handle any programming or just
content and design?
a. All web programming and maintenance will be handled internally. The consultant
will be assisting with designs of graphics and collaterals that may be used on the
website.
5. What design programs does the city work in?
a. Adobe Creative Suite is the primary design program. Other programs are also
utilized for smaller tasks.
6. How often does the city anticipate needing support for events?
a. There are two major events that Environmental Services/Keep Fort Worth Beautiful
host —1) Cowtown Great American Cleanup and Earth Party, and 2) Neighborhood
Litter Stomp. There are also several smaller events throughout the year that our
department oversees that may need support.
7. For event support, is the expectation that the consultant would be on site for them or to
be a planning partner, working remotely?
a. The expectation from the consultant is to help with the concept and development
of material (i.e. graphics, fliers, advertisements, giveaway items, branded
collaterals, etc.) that will be used to promote the events with a goal of building
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 2 of 5
engagement and increasing participation. Strategic planning may be asked of the
consultant, depending on the size of the event. The consultant is not required to be
on -site for these events.
8. Does the city have any data from the last year on stakeholder awareness levels,
behavior, or attitude with respect to litter, recycling, and energy/sustainability? If yes,
what does the city have?
a. The Environmental Services Department has reported data from the last year
related to its major services. This information may be made available to the
selected vendor upon request.
9. A price proposal is mentioned in a few places; however, it also mentions price does not
need to be included. Can you confirm that we do not need to submit a price, since this is
for an as -needed basis contract?
a. No price proposals are requested, the work performed will on an as -needed basis.
10. Can you confirm if our submittal shall be 20 or 25 pages? Also, can the cover page, table
of contents, and resumes and sample portfolio as appendices be excluded from the page
limit?
a. Responses shall be limited to 25 pages, the cover page, table of contents, resumes
and sample portfolio may be excluded from the 25-page limit.
11. Can the headers, footers, tables, charts, and graphics be excluded from the 12-pt. font
size as long as the main body text is legible?
a. Yes.
12. Can the headers and footers, such as page numbers, be excluded from the margin limit?
a. Yes
13. Can the deadline be extended?
a. Yes, the deadline will be extended to May 29th, 2025 at 2:0013M CST.
14. Can you provide an overall annual estimated budget?
a. The Environmental Services Department budgets up to $99,000 annually.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 3 of 5
15. Are there any preferred vendor qualifications? Local preference?
a. We may prefer companies with a reputable work history, and has experience with
local government/municipal clients. Proximity and location of the respondent's
business may be considered as part of the evaluation process.
16. How are Blue Cart success metrics relative to effective communications performance
currently tracked and reported?
a. Effective communications will be based on improved residential recycling behaviors
and the decrease in percentage of contamination from our Blue Carts. Currently,
the Blue Cart metrics are tracked weekly and reported quarterly.
17. Can you provide specific website links to the current Energy & Sustainability pages that
are stated as needed updates?
a. The Energy & Sustainability website link is:
www.fortworthtexas.gov/departments/environmental-services/environmental-
quality/energy. The webpage is currently being updated internally, however, we
will need support in building educational pieces that will be utilized or referenced
to on the page.
18. Will the behavioral outcomes you must want to achieve through these campaigns be a
combination of awareness and action?
a. Yes, it will be a combination of awareness and action.
19. Will the city provide access to any existing performance data (e.g. recycling rates) to the
selected vendor?
a. Yes, the City may provide relevant existing performance data, other applicable
metrics, to the selected vendor upon request. Access to this information may be
subject to the execution of a confidentiality or data -sharing agreement, if
applicable.
20.Our team is fluent with multiple workflow platforms. Is there a preferred platform the
City uses?
a. The City has multiple workflow platforms, as well. The City Communications
Department utilizes Basecamp.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 4 of 5
21. Will the City share metrics from relevant previous campaigns to the selected vendor?
a. Yes, the City may provide relevant existing performance data, other applicable
metrics, to the selected vendor upon request. Access to this information may be
subject to the execution of a confidentiality or data -sharing agreement, if
applicable.
22. We have capabilities for over 15 languages and braille. Would all campaigns require
translations into different languages and braille?
a. Yes, ideally all campaigns will need to be translated from English to Spanish, and
sometimes Vietnamese. All information used on the website must be ADA
compliant.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 5 of 5
4
Maris, West & Baker
RFQ Ref. #: 25-0149
May 29, 2025
EXCEPTIONS: Any and all exceptions to the RFQ must be listed on an item -by -item basis and
cross-referenced. If there are no exceptions, the Firm must expressly state that no exceptions
are taken; the Firm must also understand that listing exceptions within their documentation
does not guarantee acceptance by the City.
MWB has No Exceptions to stipulate or
add to this RFQ.
Tim Mask /Chairman & CEO
18 Northtown Drive Jackson MS 39211 601.668.9802
Exhibit C
City's RFQ No. 25-0149
FORT WORTH:, CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
TABLE OF CONTENTS
1.0
BROWSERS.........................................................................................................................4
2.0
SUPPORT.............................................................................................................................4
3.0
QUESTIONS.........................................................................................................................4
4.0
CLARIFICATIONS AND ISSUANCE OF ADDENDA.....................................................4
5.0
SCHEDULE OF EVENTS....................................................................................................5
6.0
CLOSE DATE AND TIME..................................................................................................5
7.0
SUPPORTING DOCUMENTATION (PUBLIC FILES).....................................................5
8.0
SUBMISSION INSTRUCTIONS.........................................................................................6
9.0
REQUEST FOR QUALIFICATION....................................................................................6
10.0
RESPONSE.......................................................................................................................7
11.0
RESPONDENT.................................................................................................................7
12.0
UNAUTHORIZED COMMUNICATIONS......................................................................7
13.0
NON -ENDORSEMENT AND PUBLIC COMMENTS...................................................8
14.0
PRE -RESPONSE CONFERENCE....................................................................................8
15.0
PREPARATION OF RESPONSES...................................................................................8
15.1
Tax Exemption..................................................................................................................9
15.2
Response Adequacy...........................................................................................................9
15.3
Response Page Limit: ........................................................................................................
9
15.4
Response Summary and Company Overview....................................................................9
15.5
RFQ Exemptions: ............................................................................................................
10
15.6
Proprietary Information...................................................................................................10
15.7
Business Equity Division (M/WBE) Documents: ...........................................................
11
15.8
Alternate Responses........................................................................................................11
15.9
Response Preparation Costs: ............................................................................................
11
15.10
Free on Board (FOB) Point..............................................................................................11
15.11
Prices: ..............................................................................................................................
11
16.0
MODIFICATION OR WITHDRAWAL OF RESPONSE..............................................12
16.1
Modification of Response................................................................................................12
16.2
Withdrawal of Response..................................................................................................13
17.0
OPENING OF RESPONSE.............................................................................................13
18.0
EVALUATION AND AWARD......................................................................................13
18.1
Evaluation........................................................................................................................13
18.2
Award..............................................................................................................................13
18.3
Acceptance of Response..................................................................................................14
18.4
Reservations.....................................................................................................................14
Page 1 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
18.5
Negotiations...................................................................................................................15
18.6
Period of Acceptance.....................................................................................................15
19.0
DOCUMENTS REQUIRED FROM RECOMMENDED RESPONDENT ..................15
19.1
Certificates of Insurance................................................................................................15
19.2
Certificate of Interested Parties Form 1295...................................................................15
20.0
AGREEMENT TERM...................................................................................................16
21.0
UNIT PRICE ADJUSTMENT......................................................................................16
22.0
INVOICE AND PAYMENTS.......................................................................................17
22.1
Registration....................................................................................................................17
22.2
Invoice...........................................................................................................................17
22.3
Payment.........................................................................................................................19
23.0
PROTEST PROCEDURE.............................................................................................19
24.0
COOPERATIVE PURCHASING.................................................................................19
25.0
GENERAL PROVISIONS............................................................................................20
26.0
SUBCONTRACTORS..................................................................................................20
27.0
BEST AND FINAL OFFER..........................................................................................20
28.0
ASSIGNMENT.............................................................................................................20
29.0
ERRORS OR OMISSIONS...........................................................................................21
30.0
TERMINATION...........................................................................................................21
31.0
RIGHT OF ASSURANCE............................................................................................21
32.0
CHANGE ORDERS......................................................................................................21
33.0
VENUE.........................................................................................................................22
34.0
CONFLICT OF INTEREST..........................................................................................22
35.0
INSURANCE................................................................................................................22
36.0
CONTRACT CONSTRAINTS AND CONDITIONS..................................................22
37.0
CHANGE IN COMPANY NAME OR OWNERSHIP.................................................22
Page 2 of 19
FORT WORTH.
1.0
2.0
3.0
4.0
BROWSERS
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
The Procurement Portal (Bonfire Portal) can be accessed using Microsoft Edge, Google
Chrome, or Mozilla Firefox. Javascript must be enabled.
Browser cookies must be enabled.
SUPPORT
For technical questions about the Procurement Portal, visit Bonfire's help forum at
httns://vendorsunnort.izobonfire.com/hc/en-us or contact the Bonfire support team at
Subborta,,GoBonfire.com or by calling 1-800-354- 8010.
To get started with Bonfire, watch this five-minute training video:
httr)s://vendorsupport.2obonfire.com/he/en-us/articles/6796500613655- Vendor-
Re2istration-and-Submission-VIDEO-
QUESTIONS
All questions, explanations, clarifications, or interpretations desired by Qualified
Respondents regarding any part of the solicitation must be electronically submitted to the
City of Fort Worth's Bonfire Public Procurement Portal (Procurement Portal) through
the "Vendor Discussion" section under the respective Project/Request for
Qualification (RFQ) before the Questions Due Date and time specified in the
Procurement Portal.
CLARIFICATIONS AND ISSUANCE OF ADDENDA
The Environmental Services Department of the City of Fort Worth (City) will post an
Addendum on the Procurement Portal with answers to all questions received before the
deadline before the submission Close Date and Time.
Interpretations, corrections, or changes to the RFQ made in any other manner are not
binding upon the City, and Qualified Respondents shall not rely upon such
interpretations, corrections, or changes. Oral explanations or instructions given before the
award of the Contract are not binding.
If the City, in its sole discretion, determines that a change or additional information is needed
or a clarification is required, the City shall issue an Addendum in the Procurement Portal
regarding such change, additional
Page 3 of 19
FORT WORTH.
5.0
6.0
7.0
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
information, or clarification. Sole authority for issuing of Addendum shall be vested in
the City's Environmental Services Department. Qualified Respondents are advised to
check the Procurement Portal frequently for any Addendum issued.
SCHEDULE OF EVENTS
Tentative Schedule of events are available in the facing page of Bonfire. The City reserve
the rights to change those dates as and when required. Qualified Respondents are advised
to recheck those dates frequently.
CLOSE DATE AND TIME
The deadline date and time for submission(s)/Responses against a Project/RFQ shall be
specified in the Procurement Portal.
Your Responses must be finalized, uploaded, and submitted on the Procurement Portal
prior to the posted Close Date and Time for the Project/RFQ. The City reserves the
rights to change those dates as and when required. Qualified Respondents are advised to
recheck those date frequently.
Electronic submission is subject to electronic interface latency, which can result in
transmission delays. All Qualified Respondents assume the risk of late
transmission/submission. The City shall not be held liable if an interested Respondent is
unable to submit a complete Response before the published deadline due to transmission
delays or any other technical issues or obstructions. The City strongly recommends
allowing sufficient time to complete the submission process (ideally a week before the
deadline) to begin the uploading process and to finalize your submission to give adequate
time in the event an issue arises.
SUPPORTING DOCUMENTATION (PUBLIC FILES)
Supporting Documentation (Public Files) attached to the Procurement Portal are integral
part of the Project/RFQ. Bidders should download and review all those documents.
Bidders should complete required documents and upload those to "Required
Information" section of the Project in the Procurement Portal.
Page 4 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
8.0 SUBMISSION INSTRUCTIONS
All submissions/Response(s) must be submitted electronically prior to the close date
and time under the respective Project/RFQ via the Procurement Portal:
httos://www.fortworthtexas.2ov/departments/finance/Durchasin2/online- biddin2-
platform
Failure to submit all completed required information listed in the respective RFQ will be
grounds for rejection of a Response as non -responsive. No late Responses shall be
accepted. Responses delivered in any other manner than using the Bonfire Platform
(Procurement Portal) will not be accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material
conformance to the requirements of the procurement specifications cannot be
ascertained, such submission will be rejected without liability to the City, unless such
Respondent provides clear and convincing evidence (a) of the content of the submission
as originally submitted and (b) that the unreadable condition of the Electronic Response
was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal).
Failure to scan a clear or readable copy of a Response into the system does not constitute
and shall not be considered an error or malfunction of the Bonfire Platform (Procurement
Portal). Qualified Respondents are encouraged to fully review each page of every
document within their submission prior to submitting to ensure all documents are clear,
legible, and complete.
9.0 REQUEST FOR QUALIFICATION
A Request for Qualification (RFQ) is the publication of the City's intent of requesting
qualified statements on the means and methods of how they will provide the requested
goods and/or services to the City. It may also be referred to as a Project or Solicitation.
The purpose of the RFQ is to describe the goods and/or services to be procured. Qualified
Respondents are expected to examine all documents that make up the RFQ. Qualified
Respondents shall promptly notify the City of any omission, ambiguity, inconsistency, or
error that they may discover upon examination of the RFQ.
Page 5 of 19
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
The City assumes no responsibility for any errors or misrepresentations that result from
the use of incomplete RFQ.
The evaluation criteria to award a contract from an RFQ shall be Best Value. The award
of contract shall be made to the responsible Qualified Respondents whose Response is
determined to be the most advantageous to the City considering the relative importance
of price and the other evaluation factors included in the RFQ.
10.0 RESPONSE
An offer/submission by a Respondent for goods and/or service submitted in the
Procurement Portal against the RFQ before the submission Close Date and Time.
Response may also be referred to as a Bid.
11.0 RESPONDENT
An entity (which could be a person or a business) that (i) seeks or has the potential to do
business with the City and serve as a Supplier (also referred to as Seller, Vendor,
Contractor, Consultant, etc.) and (ii) responds to a City procurement. Respondent may
also be referred to as Bidder.
12.0 UNAUTHORIZED COMMUNICATIONS
Cone of Silence: the period of time that begins when a RFQ has been released until the
Intent to Award has been published. During this period of time, Qualified Respondents'
contact regarding this RFQ with employees or officials of the City other than the
Environmental Services Staff, the Business Equity Division, or as otherwise indicated in
the RFQ is prohibited and may result in disqualification from this procurement process.
No officer, employee, agent, or representative of the Respondent shall have any contact or
discussion, verbal or written, with any members of the City Council, City staff, or City's
consultants, or directly or indirectly through others, seek to influence any City Council
member, City staff, or City's consultants regarding any matters pertaining to this RFQ,
except as herein provided. Any violation of this prohibition may result in the Respondent
being disqualified from the procurement process. Any oral communications are
considered unofficial and non -binding with regard to this RFQ.
Qualified Respondents should refrain from making comments regarding a specific
solicitation or its subject matter — in the media or otherwise — until the selection process
is complete. For the selected Respondent, such comments are also inappropriate until the
contractual engagement with the City has ended.
13.0 NON -ENDORSEMENT AND PUBLIC COMMENTS
If a Response is accepted, the successful Respondent shall not issue any news releases or
other statements pertaining to the award or servicing of the agreement that state or imply
Page 6 of 19
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
the City's endorsement of the successful Respondent's services.
Qualified Respondents shall refrain from making comments regarding this RFQ or its
subject matter —in the media or otherwise —until the selection process is complete.
For the selected vendor, such comments are also inappropriate until the study has
concluded and the final report has been issued.
14.0 PRE -QUALIFICATION CONFERENCE
If a pre -qualification conference is held, the time, place, and nature of the conference
will be specified on the Procurement Portal section under the respective RFQ.
Attendance at pre -qualification conferences is not mandatory but is highly encouraged.
15.0 PREPARATION OF RESPONSES
Each Respondent must furnish all information required by a RFQ on the documents
provided and/or in the format required, unless otherwise stated. Responses submitted on
different forms or in different formats than required in the RFQ shall be considered non-
responsive. Any attempt to alter the wording in the RFQ is ineffective and may result in
rejection of the Response. In order to be considered, Response must include all the
documents and information requested in this RFQ.
Page 7 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
15.1 Tax Exemption:
Purchases of Goods or Services for City use are usually exempt from City, State,
and most Federal Taxes. Responses shall not include exempted taxes. The
successful Respondent should request a Tax Exemption Certificate from the
Environmental Services Department. Under no circumstances shall the City be
liable to pay taxes under any Contract for which the City has an exemption.
15.2 Response Adequacy:
Responses should adequately address all evaluation factors listed on RFQ and
include required details and documents that will be used as part of the evaluation.
Responses should be prepared as simply as possible and provide a
straightforward, concise description of the Respondent's capabilities to satisfy
the requirements of the RFQ. Utmost attention should be given to accuracy,
completeness, and clarity of content. Responses shall be completed in
accordance with the requirements of this RFQ. Statements made by a
Respondent shall be without ambiguity, and with adequate elaboration, where
necessary, for clear understanding. All parts, pages, figures, or tables should be
numbered and clearly labeled. Response information should be limited to
pertinent information only.
15.3 Response Page Limit:
Unless stated otherwise, Responses shall be limited to a maximum of twenty-
five (20), Letter size (8-1/2" x 11") pages using a font size no smaller than 12-
point Times New Roman or Arial and margins of at least one inch in each
direction. The required/requested Attachments and Exhibits and Addendums are
not of this page limit.
15.4 Response Summary and Company Overview:
Response must include the following information, failure to provide all the
information will deem the Response non- responsive:
i. Executive Summary - The purpose of the Executive Summary is to
provide a high-level description of the Respondent's ability to meet the
requirements of the RFQ. Briefly state your
Page 8 of 19
FORT WORTH
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
understanding of the services to be performed and make a positive
commitment to provide the services as specified;
11. Company History and Ownership - Qualified Respondents shall provide
a brief overview of company history and current ownership in narrative
form. If owned by a private equity or investment Respondent, please
provide the name of the private equity or investment Respondent and when
the operating entity was acquired. All subcontractors must be identified,
including the role of each subcontractor.
111. Company Experience - Respondent shall demonstrate they have the
preferred minimum experience and list years of experience for which the
Respondent has provided services similar to the size of the City.
Respondent shall briefly describe in narrative format the Respondent's
experience. The Respondent shall communicate their company
background and history, with a specific focus on history in Fort Worth,
Dallas -Fort Worth Metroplex and Texas.
15.5 RFQ Exemptions:
Response Exemptions - Any and all exceptions to the RFQ must be listed on an
item -by -item basis and cross- referenced. If there are no exceptions, the
Respondent must expressly state that no exceptions are taken;
15.6 Proprietary Information:
i. All material submitted to the City becomes public property and is subject
to the Texas Open Records Act upon receipt.
ii. If a Respondent does not desire information that it believes to be
proprietary in the Response to be disclosed, the Respondent shall attach a
listing of each page number in a chart as shown below and must clearly
mark and identify each page by including the word "PROPRIETARY" in
all caps and highlighted yellow on the bottom center of each page at the
time of submittal. The City will, to the extent allowed by law, endeavor to
protect such information from disclosure. The final decision as to the
information that must be disclosed lies with the Texas Attorney General.
Note: Pricing may not be marked proprietary and will be made publicly
available in the form of a bid tab following evaluation of all Responses.
By submitting a response, Qualified Respondents agree that pricing is not
proprietary and may be released.
Page 9 of 19
FORT WORTH
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
Pages with information Please indicate if only specific
believed to be Proprietary sections on the page are believed
to be Proprietary
iv. Failure to identify proprietary information, as required in above paragraph
will result in all unmarked sections being deemed non-proprietary and
available upon public request.
15.7 Business Equity Division (M/WBE) Documents:
If a Business Equity Goal has been established for the RFQ, the applicable
documents must be submitted by all Qualified Respondents wishing to continue
in the RFQ evaluation process within two (2) City business days after the RFQ
Close Date, exclusive of the Close Date, to the Procurement Portal.
15.8 Alternate Responses:
Respondent may offer an "equal" product as an alternate Response. Final "approved
equal" determination remains with the City.
15.9 Response Preparation Costs:
All costs associated with preparing a Response in response to a RFQ shall be
borne by the Respondent.
15.10 Free on Board (FOB) Point:
Freight Terms shall be FOB Destination, Freight Prepaid and Allowed. The
Respondent should quote its lowest and best price, with the goods delivered to the
place specified, at the Respondent's expense and risk, and their tender delivery to
the City. Responses offering any other delivery terms are not acceptable and may
be cause for rejection.
15.11 Prices:
Responses shall be Respondent -priced offers unless otherwise specified.
ii. In the event of a discrepancy between unit price and extended price, the
unit price shall govern.
iii. Prices shall be offered in the United States Dollars and cents.
iv. Unit prices shall include all costs associated with the specified
good/service unless specified in the RFQ, including but not limited to
handling, delivery, fuel charges, fees and certifications fees. No
additional charges will be accepted or paid by the city.
Page 10 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
V. The quantities listed on the RFQ are only estimates based on previous
usage and do not indicate intent to purchase or a guarantee of future
business. The City is obligated to pay for only those goods or services
actually ordered by an authorized City employee and then received as
required and accepted by the City. Qualified Respondents should extend
their best price based on the estimated quantities included in the RFQ, but
it is understood that the City may purchase more or less of any item
included in the RFQ.
vi. Following the award, additional services of the same general category
that could have been encompassed in the award of the contract, and that
are not already on the contract, may be added based on the discount price
sheet provided with the Response so long as such inclusion does not
violate state or local law.
vii. Any services that have been omitted from this RFQ that are clearly
necessary or in conformance shall be considered a requirement although
not directly specified or called for in the RFQ.
16.0 MODIFICATION OR WITHDRAWAL OF RESPONSE
16.1 Modification of Response:
Response may be modified in the Procurement Portal at any time prior to the
Close Date and Time.
16.2 Withdrawal of Response:
Response may be withdrawn in the Procurement Portal at any time prior to the
Close Date and Time. Withdrawn Response may be resubmitted, with or without
modifications in the Procurement Portal, before the Close Date and Time. No
Response may be withdrawn after the Close Date and Time without forfeiture of
the Response/Bid guarantee, if any, unless there is a material error in the
Response.
17.0 OPENING OF RESPONSE
For Projects/RFQ that requires a public opening as per state law, the Purchasing
Department representative responsible for opening Response(s) will publicly open and
read each Respondent Title (name) aloud in the Fort Worth City Council Chambers
located at 200 Texas, Fort Worth, Texas 76102, at 2:00 PM after Close Date and Time,
unless otherwise noted in the RFQ.
18.0 EVALUATION AND AWARD
18.1 Evaluation:
Qualified Respondents may furnish pricing for all or any portion of the RFQ
Page 11 of 19
FORT WORTH.
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
(unless otherwise specified). However, the City may evaluate and award the
contract for any item or group of items shown on the RFQ, or any combination
deemed most advantageous to the City. Responses that specify an "all or none"
award may be considered if a single award is advantageous.
18.2 Award:
The method of award is detailed in the respective RFQ. The City can award
contracts to the Respondent who offers represents the "best value" to the City.
The following criteria may be considered to determine the best value (see section
252.043 of the Texas Local Government Code):
i. Purchase Price;
ii. Reputation of the Respondent and of the Respondent's goods and/or
services;
iii. Quality of the Respondent's goods and/or services;
iv. Extent to which the goods and/or services meet the City's needs;
v. Respondent's past relationship with the City;
vi. Impact on the ability of the City to comply with laws and rules relating to
contracting with historically underutilized businesses, including
Certified Minority Women -Owned Businesses, and non-profit
organizations employing persons with disabilities;
vii. Total long-term cost to the City to acquire the Respondent's goods and/or
services; and
viii. Any relevant criteria specifically listed in the RFQ.
18.3 Acceptance of Response:
Acceptance of a Response will be in the form of a Purchase Order or a contract.
Subsequent purchase releases may be issued as appropriate. The contents of a
Response shall become a part of the contract. Under no circumstances will the
City be responsible for goods and/or services provided without a Purchase Order
issued through the City's PeopleSoft system.
18.4 Reservations:
The City expressly reserves the right to:
i. Specify approximate quantities in the RFQ;
ii. Extend the RFQ Close Date and Time;
Consider and accept alternate Responses, if specified in the RFQ, when
most advantageous to the City;
Page 12 of 19
FORT WORTH
19.0
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
iv. Waive as an informality, minor deviations from specifications provided
they do not affect competition or result in functionally unacceptable goods
and/or services;
v. Waive any minor informality in any RFQ procedure (a minor
informality is one that does not affect the competitiveness of the
Qualified Respondents);
vi. Add additional terms or modify existing terms in the RFQ;
vii. Reject a Response because of unbalanced unit prices Response;
viii. Reject or cancel any or all Response;
ix. Reissue a RFQ;
x. Procure any item by other means; and/or
xi. Award to multiple Qualified Respondents on a non-exclusive award basis,
or primary and secondary Qualified Respondents.
18.5 Negotiations:
The City reserves the right to negotiate all elements that comprise the successful
Respondent's response to ensure that the best possible consideration be afforded to all
concerned.
18.6 Period of Acceptance:
Respondent acknowledges that by submitting the Response, Respondent makes an
offer that, if accepted in whole or part by the City, constitutes a valid and binding
contract as to any and all items accepted in writing by the City. Unless specified
otherwise, the period of acceptance of Responses is one hundred and eighty (180)
calendar days from the Close Date.
DOCUMENTS REQUIRED FROM RECOMMENDED RESPONDENT
19.1 Certificates of Insurance:
When insurance is required, the Respondent must provide Certificates of
Insurance in the amounts and for the coverages required to the Purchasing Office
within 14 calendar days after notification of award, or as otherwise required by
the Solicitation.
Page 13 of 19
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
19.2 Certificate of Interested Parties Form 1295:
If the Purchase Agreement must be approved by the City Council before
execution, the successful Respondent is required to complete the Certificate of
Interested Parties Form 1295 and submit the form within two (2) City business
days to the Purchasing contact listed in the solicitation before the
purchase/contract will be presented to the City
Council. The form may be completed at
https://www.ethics.state.tx.us/whatsnew/elf info—form129 5.htm
20.0 AGREEMENT TERM
Unless specified otherwise, the initial term of the agreement shall be one year. Upon the
expiration of the initial term, the agreement shall renew automatically under the same
terms and conditions for up to four (4) one- year renewal periods, unless City or
Supplier provides the other party with notice of non -renewal at least 90 days before the
expiration of the initial term or renewal periods. In the event no funds or insufficient
funds are appropriated by City in any fiscal period for any payments due hereunder,
City will notify supplier/vendor of such occurrence and the contract 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.
21.0 UNIT PRICE ADJUSTMENT
Suppliers/vendors may require that unit prices be adjusted for increases or decreases in
Supplier's cost during the contract period using the following procedure:
i. The Supplier must submit its price adjustment request, in writing, at least 30 days
before the requested effective period. The Supplier shall provide written proof of
cost increases with the price adjustment request.
ii. If the City concludes that the rate increase being requested is exorbitant, the City
reserves the right to adjust the rate request, or reject the rate request in its entirety
and allow the contract to expire at the end of the contract term. If the City elects
not to exercise the renewal option, the Environmental Services Department will
issue a new solicitation.
Prices shall remain Respondent for the term of the Agreement and shall
include all associated freight and delivery costs, unless otherwise
specifically stated and agreed to by City.
Page 14 of 19
FORT WORTH
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
iv. Prices offered shall be used for Response analysis and for the contract. In cases
of errors in extensions or totals, the unit prices offered will govern.
v. Upon expiration of the contract term the successful Respondent, agrees to hold
over under the same terms and conditions of the contract for a reasonable period
of time to allow the city to re-solicitate an agreement, not to exceed ninety (90)
days.
vi. The provision of goods and/or services shall not be suspended by the Supplier
except as expressly allowed by the contract's terms and conditions.
22.0 INVOICE AND PAYMENTS
22.1 Registration:
Successful Respondents are required to register for direct deposit payments prior
to providing goods and/or services using the forms posted on the City's website
at https://www.fortworthtexas.gov/departments/finance/pur chasing/register
22.2 Invoice:
The Supplier shall send invoices electronically to the City's centralized Accounts
Payable department invoice email address:
supplierinvoices@fortworthtexas.gov.
This email address is not monitored so please do not send correspondence
to this email address. The sole purpose of the supplier invoices email
address is to receipt and process supplier invoices.
Please include the following on the subject line of your e-mail: Supplier name,
Invoice number, and PO number, separated by an underscore (ex: Example,
Inc._123456_FW022-0000001234)
To ensure the system can successfully process your invoice in an expedient
manner, please adhere to the following requirements:
All invoices must be either a PDF or TIFF format.
ii. Image quality must be at least 300 DPI (dots per inch).
Invoices must be sent as an attachment (i.e. no invoice in the body of
the email).
iv. One invoice per attachment (includes PDFs). Multiple attachments per
email is acceptable but each invoice must be a separate attachment.
V. Please do not send handwritten invoices or invoices that contain
handwritten notes.
vi. Dot matrix invoice format is not accepted.
Page 15 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
vii. The invoice must contain the following information:
a. Supplier Name and Address;
b. Remit to Supplier Name and Address, if different;
C. Applicable City Department business unit# (i.e. FW013)
d. Complete City of Fort Worth PO number (i.e. the PO number
must contain all preceding zeros);
e. Invoice number;
f. Invoice date; and
viii. Invoices should be submitted after delivery of the goods and/or services.
To prevent invoice processing delays, please do not send invoices by mail and
email and please do not send the same invoice more than once by email to
supplierinvoices@fortworthtexas.gov. To check on the status of an invoice,
please contact the City Department ordering the goods/services or the Central
Accounts Payable Department by email at:
ZZ FIN—AccountsPayable@fortworthtexas.gov.
If you are unable to send your invoice as outlined above at this time, please send
your invoice to our centralized Accounts Payable department instead of directly
to the individual city department. This will allow the city staff to digitize the
invoice for faster processing.
If electronic invoicing is not possible, you may send your paper invoice to:
City of Fort Worth
Attn: FMS Central Accounts Payable 200
Texas Street
Fort Worth, Texas, 76102
The City's goal is to receive 100% of invoices electronically so that all supplier
payments are processed efficiently. To achieve this goal, we need the
Contractor's support.
If Contractor has any questions, please contact the Accounts Payable team at
(817) 392-2451 or by email to ZZ FIN AccountsPayable@fortworthtexas.gov.
Contractor shall not include Federal, State of City sales tax in its invoices. City
shall furnish a tax exemption certificate upon Vendor's request.
22.3 Payment:
All payment terms shall be "Net 30 Days" unless specified in the Response and
agreed by the City.
Page 16 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
23.0 PROTEST PROCEDURE
Due to the subjective nature of evaluating responses from RFQ, a Respondent who
submitted a Response may not protest the City's selection of the RFQ award. If a
Respondent believes that a procedural error has occurred, the Respondent should notify the
buyer using the Bonfire Portal immediately.
24.0 COOPERATIVE PURCHASING
i. The City has interlocal agreements with many other governmental entities that
provides the ability for other entities to use the City's contracts, so long as
Supplier/vendor agree to extend the same terms, conditions, and pricing to the
other entities. Respondent, shall indicate in their Response whether they agree to
extend the terms, conditions, specifications, and pricing of its agreement with the
City to other governmental entities.
11. If the successful Respondent agrees to extend the resulting contract to other
governmental entities, the following shall apply: Governmental entities with
interlocal agreements with the City shall be eligible, but not obligated, to
purchase material/services under contract(s) awarded as a result of City
solicitations. All purchases by governmental entities other than the City shall be
billed directly to that governmental entity and paid by that governmental entity.
The City shall not be responsible for another governmental entity's debts. Each
governmental entity shall order its own material/services as needed.
25.0 GENERAL PROVISIONS
The Supplier shall not assign its rights or duties under an award without the prior written
consent of the City. Such consent shall not relieve the assignor of liability in the event of
default by its assignee.
26.0 SUBCONTRACTORS
Qualified Respondents may include subcontractors for any part of services offered. City
reserves the right at its sole discretion to accept or reject any Response that includes
subcontractors. Upon award of a contract, City reserves the right to pre -approve use of
any and all subcontractors.
27.0 BEST AND FINAL OFFER
The City at its sole discretion may elect to have Qualified Respondents that submit
Responses deemed most advantageous to the City to prepare a Best and Final Offer for
consideration by the Evaluation Committee. Contract negotiations will then be based on
submitted Best and Final Offers.
Page 17 of 19
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
28.0 ASSIGNMENT
The Qualified Respondents shall not assign its rights or duties under an award without the
prior written consent of the City. Such consent shall not relieve the assignor of liability in
the event of default by its assignee.
29.0 ERRORS OR OMISSIONS
The Respondent shall not be allowed to take advantage of any errors or omissions in this
RFQ. Where errors or omissions appear in this RFQ, the Respondent shall promptly
notify the City's Environmental Services Department in writing of such error or omission
it discovers. Any significant errors, omissions or inconsistencies in this RFQ are to be
reported no later than ten (10) days before time for the RFQ response is to be submitted.
30.0 TERMINATION
i. If this award results in a contract, it shall remain in effect until contract expires,
delivery and acceptance of products and/or performance of services ordered or
terminated by the City or Supplier with a thirty (30) day written notice prior to
cancellation.
ii. In the event of termination, the City reserves the right to award a contract to next
lowest and best Respondent as it deems to be in the best interest of the City.
Further, the City may cancel this contract without expense to the City in the
event that funds have not been appropriated for expenditures under this contract.
The City will return any delivered but unpaid goods in normal condition to the
Respondent or pay for the goods, at the City's sole direction.
31.0 RIGHT OF ASSURANCE
Whenever the City has reason to question the Respondent's intent to perform, the City
may demand that the Respondent(s) give written assurance of Respondent's intent to
perform. In the event a demand is made, and no assurance is given within ten (10)
calendar days, the City may treat this failure as an anticipatory repudiation of the
contract.
32.0 CHANGE ORDERS
No oral statement of any person shall modify or otherwise change or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the
contract will be made in writing and signed by both parties. Change orders must be
approved by City Council if dollar amount is over $50,000.00.
33.0 VENUE
The contract/agreement(s) will be governed and construed according to the laws of the
State of Texas. The contract(s) is performable in Tarrant County, Texas. Venue shall lie
Page 18 of 19
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT
INSTRUCTION TO RESPONDENTS
exclusively in Tarrant County, Texas.
34.0 CONFLICT OF INTEREST
No public official shall have interest in this contract, in accordance with Vernon's Texas
Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171.
35.0 INSURANCE
For the duration of a contract resulting from this RFQ, Respondent shall carry insurance in the
types and amounts as negotiated in the final contract.
36.0 CONTRACT CONSTRAINTS AND CONDITIONS
All goods and/or services shall be provided in accordance with applicable requirements and
ordinances of the City, laws of the State of Texas, and applicable federal laws.
The proposed contract has been provided with this RFQ. However, all final terms and
conditions will be negotiated with the awarded Respondent.
37.0 CHANGE IN COMPANY NAME OR OWNERSHIP
The successful Respondent (Supplier) shall notify the City's Purchasing Department, in
writing, of a company name, ownership, or address change for the purpose of
maintaining updated City records. The president of the company or authorized official
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 do so may adversely impact future invoice payments.
Page 19 of 19
FORT WORTH. CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE (CIQ)
Pursuant to Chapter 176 of the Local Government Code, any person or agent of a
person who contracts or seeks to contract for the sale or purchase of property, goods,
or services with a local governmental entity (i.e. City of Fort Worth) must disclose
in the Conflict of Interest Questionnaire Form "CIQ" the person's affiliation or
business relationship that might cause a conflict of interest with the local
governmental entity. Bylaw, the Questionnaire must be filed with the City of Fort
Worth Secretary no later than seven days after the date the person begins contract
discussions or negotiations with the City or submits an application or response to a
request for proposals or bids, correspondence, or another writing related to a
potential agreement with the City. Updated Questionnaires must be filed in
conformance with Chapter 176.
A copy of the Questionnaire Form CIQ is enclosed with the submittal documents.
The form is also available at httvs://www.ethics.state.tx.us/forms/conflict/
If you have any questions about compliance, please consult your own legal counsel.
Compliance is the individual responsibility of each person or agent of a person who
is subject to the filing requirement. An offense under Chapter 176 is a Class C
misdemeanor.
NOTE: If you are not aware of a Conflict of Interest in any business
relationship that you might have with the City, state the Proposer name in # 1,
and use N/A in each of the areas on the form. However, a signature is required
in the #7 box in all cases.
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176. Local Government Code, by a vendor who Data Aece.ea
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meats requirements under Section 176.0061a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
of arse nder !his se-icn is a nsdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
J Chedt this box ifyou are filing an u a1e to a reviou filed questionnaire. (The law re quires that you f le an u
Y 9 Pd P �Y q q y plated
completed questionnaire witn the appropriate fling authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local , . : : I officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of me officer receiving or likely to receive taxable income.
other than investment income. from the vendor?
Yes F—] No
B. Is the vencor receiving or likely to receive taxable income, other than investment income. from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
71 Yes F7No
J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
61
ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gets described in Section 176.003(a-1).
71
Z tgnafure of vendor doing business wrm me governmental entity Uate
Form provided by Texas Ethics Commission wKw.ethics.state.ix.us Revised 111.2021
FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http:::www.statutes- leg is- state. tx.us
Docs LG' htm'LG 176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code A 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commerciai activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
i C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code 4176.003(al(2)(A) and (B):.
a) A local government officer shall file a conflicts disclosure statementwith respect to avendor 0:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income. that exceeds $2.500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor:
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code 4176.006(a) and (a-1)
i a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer. described by Section 176.003(a)(2)(A);
(2) has given a local govemment officer of that local governmental entity. or a family member of the
officer, one or more gi tswith the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity-
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity: or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a):
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.stato.tx.us Revised V•:232•
FORT WORTH®
CITY OF FORT WORTH
ENVIRONMENTAL SERVICES DEPARTMENT
100 FORT WORTH TRAIL
FORT WORTH, TEXAS 76102
REQUEST FOR QUALIFICATIONS
RFQ: 25 - 0149
MARKETING AND OUTREACH SERVICES
Legal Name of Respondent:
DB/A Name of Respondent:
City of Fort Worth Bidder/Supplier ID or Federal ID Number (TIN):
Address:
Name of the Authorized Representative:
Title:
The undersigned, by his/her signature, represents that he/she is submitting a binding Statement of
Qualifications and is authorized to bind the respondent to fully comply with the solicitation
document contained herein. The Respondent, by submitting and signing below, acknowledges that
he/she has received and read the entire document packet for this RFQ and agrees to be bound by
the terms therein.
The undersigned agrees if the Statement of Qualifications is accepted, to furnish any and all items
and/or services upon the terms, conditions, and scope/specifications contained in this RFQ.
Signature of the Authorized Representative:
Email: Phone:
Name of Contact Person 1:
Title of Contact Person 1:
Email: Phone:
Name of Contact Person 2:
Title of Contact Person 2:
Email: Phone:
Name of Contact Person 3:
Title of Contact Person 3:
Email: Phone:
Please answer each question below:
Will the agreement be available for Cooperative Agreement use?
Yes No
Prompt Payment Discount Terms: Percent Days (i.e. 3% Net 15, etc.)
2
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL
SERVICES DEPARTMENT
REFERENCE SHEET
RFQ Ref. #: 25-0149 1 Doc. Ref#: RFQ-04 I Page 1 of 1
RFQ Title: RFQ Marketing and Outreach Services
Legal Name of Respondent:
Respondent shall furnish the following information with their Statement of
Qualifications, for at least three (3) recent clients/customers to whom subject
services were provided that are similar to the requirements stipulated in this
RFQ. References may be contacted during evaluation. Please be sure references
are available via phone and/or email when contacted.
1. Company's Name:
Name of Contact:
Title of Contact:
Address:
Phone No. Email:
Type of Services Provided:
2. Company's Name:
Name of Contact:
Title of Contact:
Address:
Phone No. Email:
Type of Services Provided:
3. Company's Name:
Name of Contact:
Title of Contact:
Address:
Phone No. Email:
Type of Services Provided:
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 I Page 1 of 7
RFQ Title: RFO Marketinz and Outreach Services
1) EVALUATION FACTORS
a. For the Respondent's Statement of Qualifications (SOQ) to be
evaluated, the Respondent must provide a complete response submitted
within the stated deadline in Bonfire and per the RFQ requirements.
Respondent shall include in their response all documents and details
required for evaluation.
b. SOQs should adequately address all evaluation factors listed below and
include the following list of required items that will be used as part of
the evaluation. SOQs should be prepared as simply as possible and
provide a straightforward, concise description of the Respondent's
capabilities to satisfy the requirements of the RFQ. Utmost attention
should be given to accuracy, completeness, and clarity of content. All
parts, pages, figures, or tables should be numbered and clearly labeled.
Response information should be limited to pertinent information only.
c. If the SOQ meets the above requirements, selection will be based on
the qualified Respondent(s) that is determined to be the most
advantageous to the City considering the relative importance of
evaluation factors listed below: Note: A Respondent may be
disqualified if they do not meet at least 50% of the evaluation points
available (excluding cost).
i. Project Approach and Scope of Services Management: up to 25
points available
1. Describe the methodology, approach to the Scope of
Services, timelines and project management.
2. Describe the Respondent's organization's services and
specific account processes (e.g. complete monthly billing
with all appropriate backup documents, including
detailed timesheets, media proof of performance and
detailed invoices.)
(This evaluation factor will be evaluated based on the
information requested in RFQ-08-Questionnaire and
Requirements.)
Page 1 of 7
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 2 of 7
RFQ Title: RFQ Marketing and Outreach Services
ii. Firm Qualifications, Experience and References -up to 30
points available
1. Depth and relevance of the Organization's experience in
marketing, communications and campaign development.
2. Describe the qualifications, relevant experience, and
references.
(This evaluation factor will be evaluated based on the information
requested in RFQ-08-Questionnaire and Requirements and RFQ-04
References.)
iii. Project examples — up to 20 points available
1. Quality, creativity and effectiveness of past marketing
projects, including alignment with public sector or similar
audiences
2. The Vendor shall submit at least three sample
portfolios relating to either government or integrated
campaign deliverables and quality of services.
(This evaluation factor will be evaluated based on the
information requested in RFQ-08-Questionnaire and
Requirements.)
iv. Capacity, Responsiveness and ability to meet City's needs — up
to 25 points available
1. Demonstrated ability to take on projects with limited lead
time and to manage multiple efforts concurrently.
2. Describe the resources, personnel, equipment and ability
to deliver projects within scheduled timeframes.
3. Proximity and location of the respondent's business may
be considered as part of the evaluation process
Page 2 of 7
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 3 of 7
RFQ Title: RFQ Marketin4 and Outreach Services
2) SCOPE OF SERVICES
a) The City of Fort Worth (City) is seeking qualified, creative, and
innovative Respondents for Marketing and Outreach Services to
construct, assist, maintain, and advertise approved media for ongoing
community education and outreach campaigns on a Task Order basis
for the Environmental Services Department.
b) Respondents must download all attachments to ensure a complete
understanding of the Request for Qualification. The city intends to
award non-exclusive agreements through this Request for
Qualification per the descriptions and specifications listed.
c) After this agreement is finalized, additional products or services
within the same general category as those covered by the agreement,
and not already included, can be added.
d) The Environmental Services Departments and its three divisions
Consumer Health, Environmental Quality and Solid Waste services
are seeking marketing services on a task order basis. The awarded
Vendor(s) will assist in the development and implementation of
ongoing community education outreach campaigns. Continuing public
education is crucial for the success of the Department's various
programs. Previous campaigns, educational initiatives, and
community outreach efforts have played a significant role in engaging
the Fort Worth community. Examples of these efforts are listed
below:
l . The launch of a successful litter campaign that leads to a
measurable decrease in littering and an increase in city
beautification for a clean, safe city.
2. The launch of a successful recycling campaign with a
statistical increase in proper Blue Cart recycling and a decrease
in recycling contamination.
3. The launch of the successful Energy & Sustainability
webpage featuring information from various City Departments
and partners providing various resources to residents.
4. Increased public education and awareness of citywide
Page 3 of 7
FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 4 of 7
RFQ Title: RFQ Marketinz and Outreach Services
compliance through increased outreach.
3) AGREEMENT TERM:
The term of the Agreement will be up to five (5) years, consisting of
an initial one (1) year term and four (4) one-year renewal options.
This section supersedes the RFQ-01-Instructions to Proposers
document, Section 20.0 Agreement Term.
4) TASK ORDER
a) The Department will identify a Scope of Services and a schedule for
each project opportunity. The amount of work assigned to each
Vendor is variable. To be considered for award of the Task Order
project, Vendors shall respond to a Request for Cost within 14 days of
issuance by the Department. The Request for Cost may require, at a
minimum, a plan of action, technical approach, a schedule of work,
and a total price for completing the project. The Task Order project
may be awarded to the Vendor based on the following criteria: price,
approach, and timeline in which the Vendor that can meet the Task
Order's schedule. Please see Exhibit A to this Scope of Services for
an example of the Request for Cost. A sample creative brief has also
been made available in Bonfire. (See attachment RFQ-07-Sample
Creative Brief Litter Campaign).
b) No change orders to Task Orders shall be allowed unless fully
justified and mutually agreed upon in writing with the designated
project manager. All agreed upon change orders will be issued as an
addendum to the original Task Order.
c) Work performed for each Task Order issued shall be compensated on
a fixed -price basis, which shall be specified on the Task Order for
each project. The compensation amount on the Task Order shall be the
bid amount from the Vendor for the individual Task Order project.
d) The quantities presented in the Request for Costs are
estimates. Before submitting a bid for a Task Order, the Vendor is
solely responsible for thoroughly verifying all work and quantities,
relying on their own investigations, research, and tests to form a
complete and accurate basis for their bid.
Page 4 of 7
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 5 of 7
RFQ Title: RFO Marketinz and Outreach Services
5) VENDOR REQUIREMENTS
a) Vendor shall have a minimum of five years significant experience in
agency collaboration, implementation, and management of brand -
aligned campaigns.
b) Vendor shall preferably have experience in developing and managing
local government strategic marketing campaigns. This includes
aligning program with city -defined goals, conducting market research,
and creating an integrated campaign that features social media
strategies and graphic design.
c) The awarded Vendor(s) will work towards the following goals:
1. Build greater community awareness of the
Environmental Services Department's programs with
measurable results;
2. Create and implement community education programs
that significantly increase engagement within the
Environmental Services Department focus;
3. Provide strategic campaign support including planning,
development, execution, and access to original/ native art files;
4. And provide public relations consulting; event planning
and promotion support; graphic design and creative concepting;
content development for digital and/or print program materials;
and other collaterals and communication elements.
Page 5 of 7
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 6 of 7
RFQ Title: RFQ Marketinz and Outreach Services
6) MARKETING REQUIREMENTS
a) The Vendor shall provide the City of Fort Worth Environmental
Services Department with, but not limited to, the following activities
for residential education:
b) Digital collaterals and campaign elements
c) Print collaterals and campaign elements
d) Website content development
e) Youth education development
f) Video/Animation consulting
g) Market Research
h) Brand alignment
i) Community education training and eLearning development
j) Social media marketing
k) Photo shoot consulting
1) Project research and development
m) Special event planning and consulting
Page 6 of 7
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT: EVALUATION FACTORS AND SCOPE
OF SERVICES
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-06 Page 7 of 7
RFQ Title: RFO Marketinz and Outreach Services
EXHIBIT A
SAMPLE REQUEST FOR COST
PROJECT NAME:
PROJECT DESCRIPTION:
SERVICES REQUESTED:
DELIVERABLES:
Expected deliverables include, but are not limited to:
ESTIMATED TIMELINE:
Task Order Award Date: (Insert date)
Kickoff Meeting: (Insert date or "Within X days of award")
Draft Deliverables Due: (Insert date)
Final Deliverables Due: (Insert date)
PROPOSAL REQUIREMENTS:
Please provide:
A brief technical approach (1 page) describing how your firm would address this
specific task.
Proposed project timeline and milestones.
Staffing plan (list of team members and their roles for this project).
Firm -fixed price quote or detailed pricing breakdown.
(Example: hourly rates x estimated hours or fixed fee by deliverable.)
Page 7 of 7
SAMPLE CREATIVE BRIEF
Program: Litter Control
The request: Develop an umbrella branding campaign idea that can cover and represent our litter and illegal dumping
control efforts.
Goal:
Litter management is a very high priority for the organization and elected officials. Our mission is to eliminate litter in
Fort Worth through active litter prevention, reduction, and enforcement initiatives. Specific goals are controlling litter
at the source, rather than picking it up after it has occurred. This campaign should encourage residents to take action
prevent litter / properly dispose of their trash and control common litter sources, pick up litter, and report litter
violations.
Requirements:
1. Present at least 3 concept options:
Concept 1: Refresh the existing umbrella campaign "Still Littering, Seriously?", expanding on it. (see
reference 1 at the end of this document). Reframe "Stop it. Report it. Pick it up." — as a tagline or as the
primary campaign theme.
Concept 2: Free idea
Concept 3: Free idea
2. Concept presentation should include examples of the campaign's treatment across different elements: digital
and print media, campaign logo, campaign graphics, social media, vehicle signage (mobile billboards on city
fleet), or any other ideas.
Background:
• According to the Keep America Beautiful 2020 National Litter Study, if every American stopped littering and picked
up 152 pieces of existing litter, there would be no litter left in our country.
• Litter is a problem everywhere because it:
o Lowers community and property appeal (and property values)
o Degrades quality of life (dirty parks and recreation spaces)
o Fire risk (cigarette butts and fireworks)
o Can cause injuries (broken glass on playgrounds)
o Pollutes waterways (breaks down into harmful chemicals)
o Threatens wildlife (get caught in it or eat it)
• In Fort Worth, litter and illegal dumping are a major problem
o In 2021, city staff and contractors abated over 10 million pounds of litter and illegal dumped materials.
These dedicated staffs are still hard at work to keep the community clean.
o Throughout 2021, volunteers with KFWB contributed 57,105 volunteer hours to clean up litter. Some of
your neighbors may have already committed to cleaning up the community.
o Per city ordinance, property owners have a responsibility to keep their properties clean of litter.
1
o To help prevent litter, the city offers 4 drop-off stations where citizens may discard excess trash,
recycling, and special materials.
o Makes a negative first impression on our out-of-town visitors.
The challenges:
• Many citizens hold a deep-rooted mindset that it is acceptable to litter and dump trash where it doesn't belong.
• People do not understand sources of litter — it's more than someone dropping litter on the ground. It is wind-
blown trash from open or overflowing street cans or dumpsters, commercial loading/unloading docks,
unsecured loads in pickups or moving vehicles, and uncontrolled construction sites or retail activities, among
other common sources of litter.
• The city has limited resources to address the high amount of litter and dumping which is occurring, but is
considering various methods to increase litter resources.
• We need highly -visible, creative messaging reaching all ages and in a manner that is easily understood.
• Loose litter can migrate from one property to another either by wind or washing downstream.
• Individual action from everyone is required to resolve the litter situation in the city.
• It's hard to enforce litter and dumping violations on individuals unless city staff catches it in the act.
• There are no such things as 'litter bugs', only litter criminals — it is a crime.
• Ultimately, all property owners are responsible for keeping properties free and clear of litter — even if you didn't
litter your property, you are responsible for keeping it litter -free.
• There is a jurisdictional division between surface streets (City of Fort Worth) and freeways (Texas Department of
Transportation/TXDOT). TXDOT is responsible for litter along highways — and, unfortunately, highways are the
most visible and most littered in many cases. Residents are strongly encouraged to report litter to TXDOT and
state elected officials.
Other considerations:
• There are small changes that residents can make in their everyday lives which can help prevent litter from
occurring in the first place, such as closing lids on trash cans and dumpsters, bagging all trash before it goes into
a container, securing loads when transporting loose items.
• Citizens can volunteer for litter cleanups through the city's Keep Fort Worth Beautiful program:
https://www.fortworthtexas.gov/departments/code-compliance/kfwb/initiatives/litter
• Citizens can report littering on surface streets, parks, private property, and public property to the city using the
MyFW App or the 817-392-1234 call center.
• Citizens can report littering on freeways to TXDOT using https://www.txdot.Rov/inside-txdot/contact-
us/contact-us/complaintsForrp.html or 817-370-6500.
References 1: example of Still Littering, Seriously? campaign (Refresh version not launched)
Logo: TIRANDO BASURA TODAVIA,
STILL LITTERING,
SERIOUSLY?
Stop it! Report it! Pick it up!
A KEEP FORT WORTH BEAUTIFUL INITIATIVE
Spanish version:
EN SER109.
Paralo! Repdrtalo! Recogelo!
UNA INICIATIVA DE KEEP FORT WORTH BEAUTIFUL
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 1 of 5
RFQ Title: RFO Marketin4 and Outreach Services
Legal Name of Respondent:
1.0 PROPRIETARY INFORMATION
i. All material submitted to the City becomes public property and is
subject to the Texas Public Information Act upon receipt.
ii. If a Respondent does not desire information that it believes to be
proprietary in the bid to be disclosed, the Respondent must list each
page number in the chart below and must clearly mark and identify each
page by including the word "PROPRIETARY" in all caps and
highlighted yellow on the bottom center of each page at the time of
submittal. The City will, to the extent allowed by law, endeavor to
protect such information from disclosure. The final decision as to the
information that must be disclosed lies with the Texas Attorney
General. Note: Pricing may not be marked proprietary and will be made
publicly available in the form of a bid tab following evaluation of all
bids. By submitting a response, Respondents agree that pricing is not
proprietary and may be released.
iii. Failure to identify proprietary information, as required in 9.2, will result
in all unmarked sections being deemed non-proprietary and available
upon public request.
Pages with information Please indicate if only specific sections
believed to be on the page are believed to be
Proprietary Proprietary
Page 1 of 5
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 2 of 5
RFQ Title: RFO Marketin4 and Outreach Services
2.0 RESPONDENT'S QUALIFICATION QUESTIONNAIRE
The information provided on this questionnaire and in the Statement of
Qualifications (SOQ), submittal will be used to determine the
responsiveness of the SOQ. Please answer each question thoroughly.
Answers may be provided on a separate sheet as long as each response is
labeled according to the question.
i. How long has your company been in business? (A minimum of 5 years is
required)
(Attach information that can be used to verify your years of experience.)
ii. What percentage of your work is with public agencies or other mission -
driven organizations?
iii. Do you have an email address that is regularly monitored?
Email Address:
iv. How often will emails be responded to?
V. What are your business hours and days?
vi. What is your average response time to new requests?
Page 2 of 5
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 3 of 5
RFQ Title: RFQ Marketin14 and Outreach Services
vii. Has your Company ever defaulted on a contract? If so, why weren't you able
to fulfill the obligation?
viii. What platforms or tools do you use for creative development, collaboration
and campaign reporting?
ix. How do you incorporate equity, accessibility and inclusive messaging into
your campaigns?
3.0 VENDOR REQUIREMENTS
The Respondent shall include a comprehensive Statement of Qualifications
(SOQ). The information provided in this Statement of Qualifications will be
used to determine the responsiveness of the Vendor, within this, the
Respondent is expected to address the following key aspects.
i) Company Overview
i) Provide an overview of the company, an executive summary detailing
the Vendor's interest and understanding of the scope of services.
i) Provide Vendor's background, number of years in business, licenses,
qualifications, and experience. Include experience related to the
requirements within this RFQ, past performance with projects of
similar size and scope, relevant past work, and any related items.
ii) Personnel and Staff Overview: Submit an organization chart depicting
contact arrangement from City to Vendor, team structure, and resumes for
key personnel, including experience and the number of years working with
Vendor.
ii) Statement of Vendors' ability to perform marketing services on an as -
needed, task -order, basis.
Page 3 of 5
FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 4 of 5
RFQ Title: RFO Marketing and Outreach Services
ii) Vendor's ability to dedicate the necessary resources to the work
described in the solicitation such as the number of personnel,
equipment, digital material, platforms, and software. Demonstrate the
Vendor's ability to deliver projects within scheduled timeframes.
ii. Approach to Perform Services
i) Provide Vendor's project approach for completing and managing projects.
This document must include the methodology and approach for
completing the services, outline projects steps taken from initial
consultation through maintenance, and social media and/or digital
promotions, print advertising, and an outreach campaign that includes print
collaterals and digital promotions.
ii) Vendor shall submit at least three sample portfolios relating to either
government or integrated campaign deliverables and quality of services.
(a) Portfolio examples shall include, but not be limited to, the
following: digital graphics (web, social media, eBlasts, etc.),
printed collaterals (fliers, handouts, postcards, etc.), promotional
collaterals (giveaways, t-shirts, etc.), paid advertisements/media
buys, written publications, event promotions, portraying content
creation and development
iii) Acknowledgement that pricing will be requested at the task order level.
(No price proposals are to be submitted in response to this RFQ)
iii. References: SOQs shall list a minimum of three (3) references from projects
similar in nature, size and scope completed or has undertaken in the past 12
months. References shall include the following items:
i) Client name and contact information.
ii) Project Title and Description
iii) Project timeline (start and end dates)
iv) Summary of project deliverables and outcomes
v) Client satisfaction (e.g., letters of recommendation, performance
evaluations, or a brief narrative of client feedback)
Projects should demonstrate the Respondents ability to deliver quality
services on time and within budget.
Page 4 of 5
FORT WORTH® CITY OF FORT WORTH - ENVIRONMENTAL SERVICES
DEPARTMENT PROPRIETARY INFORMATION,
QUALIFICATION QUESTIONNAIRE, AND MANDATORY
REQUIREMENTS
RFQ Ref. #: 25-0149 Doc. Ref#: RFQ-08 Page 5 of 5
RFQ Title: RFO Marketing and Outreach Services
4.0 DOCUMENTS REQUIRED FOR RESPONSE TO BE CONSIDERED
RESPONSIVE
The following documents and information are required to be submitted to be
considered responsive:
i. Completed RFQ-02-Form CIQ.
ii. Completed RFQ-03-Authorized Signature and Contact Details.
iii. Completed RFQ-04-Reference Sheet.
iv. Completed RFQ-08-Questionnaire and Requirements.
v. Signed Addendum(s) acknowledging receipt. Note: If no addendum is
issued, please attach a page stating "No Addendum Issued".
vi. Comprehensive Statement of qualifications including all requirements in
Section 3.
Page 5 of 5
FORT WORTH(:,
ADDENDUM TO REQUEST FOR QUALIFICATIONS NO. 25-0149
MARKETING AND OUTREACH SERVICES
ENVIRONMENTAL SERVICES DEPARTMENT
ADDENDUM NO. 1 DATE ADDENDUM ISSUED: May 16, 2025
REQUEST FOR QUALIFICATIONS (RFQ): 25-0149 RFQ
OPENING DATE: May 29, 2025 (EXTENDED)
RFQ No. 25-0149 issued May 7, 2025, is hereby amended as follows:
1. The deadline for submissions has been extended to May 291", 2025 at 2:OOPM local time.
2. Questions and Answers received at the pre -qualification conference and via the
procurement portal are hereby incorporated, in full text, Exhibit A pages 2-3.
All other terms and conditions remain unchanged.
ae��uJ
Sarah Czec icz
Purchasing Manager
......................................................
By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the
above -referenced REQUEST FOR QUALIFICATIONS.
COMPANY NAME:
SIGNATURE:
NOTE: Company name and signature must be the same as on the original bid documents. Failure
to return this form with your sealed bid may constitute grounds for rejection of your offer.
EXHIBIT A
1. What campaigns do you have coming up?
a. There are multiple projects and campaigns coming up. One of the larger campaigns
will be the refresh of the Litter: Stop it! Report it! Pick it Up! Campaign.
2. Are all campaigns already planned out for the year?
a. Most of the campaigns are planned, but we do occasionally have impromptu
requests depending on service needs.
3. What is the hardest part of execution?
a. The hardest part of execution is making sure we are identifying and reaching the
appropriate audiences. With the extent of our services and diversity of our
residents/visitors, we need to make sure we are utilizing the right outlets and
collaterals to ensure they are receiving our messages.
4. For website work, would the consultant be asked to handle any programming or just
content and design?
a. All web programming and maintenance will be handled internally. The consultant
will be assisting with designs of graphics and collaterals that may be used on the
website.
5. What design programs does the city work in?
a. Adobe Creative Suite is the primary design program. Other programs are also
utilized for smaller tasks.
6. How often does the city anticipate needing support for events?
a. There are two major events that Environmental Services/Keep Fort Worth Beautiful
host — 1) Cowtown Great American Cleanup and Earth Party, and 2) Neighborhood
Litter Stomp. There are also several smaller events throughout the year that our
department oversees that may need support.
7. For event support, is the expectation that the consultant would be on site for them or to
be a planning partner, working remotely?
a. The expectation from the consultant is to help with the concept and development
of material (i.e. graphics, fliers, advertisements, giveaway items, branded
collaterals, etc.) that will be used to promote the events with a goal of building
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 2 of 5
engagement and increasing participation. Strategic planning may be asked of the
consultant, depending on the size of the event. The consultant is not required to be
on -site for these events.
8. Does the city have any data from the last year on stakeholder awareness levels,
behavior, or attitude with respect to litter, recycling, and energy/sustainability? If yes,
what does the city have?
a. The Environmental Services Department has reported data from the last year
related to its major services. This information may be made available to the
selected vendor upon request.
9. A price proposal is mentioned in a few places; however, it also mentions price does not
need to be included. Can you confirm that we do not need to submit a price, since this is
for an as -needed basis contract?
a. No price proposals are requested, the work performed will on an as -needed basis.
10. Can you confirm if our submittal shall be 20 or 25 pages? Also, can the cover page, table
of contents, and resumes and sample portfolio as appendices be excluded from the page
limit?
a. Responses shall be limited to 25 pages, the cover page, table of contents, resumes
and sample portfolio may be excluded from the 25-page limit.
11. Can the headers, footers, tables, charts, and graphics be excluded from the 12-pt. font
size as long as the main body text is legible?
a. Yes.
12. Can the headers and footers, such as page numbers, be excluded from the margin limit?
a. Yes
13. Can the deadline be extended?
a. Yes, the deadline will be extended to May 29th, 2025 at 2:OOPM CST.
14. Can you provide an overall annual estimated budget?
a. The Environmental Services Department budgets up to $99,000 annually.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 3 of 5
15. Are there any preferred vendor qualifications? Local preference?
a. We may prefer companies with a reputable work history, and has experience with
local government/municipal clients. Proximity and location of the respondent's
business may be considered as part of the evaluation process.
16. How are Blue Cart success metrics relative to effective communications performance
currently tracked and reported?
a. Effective communications will be based on improved residential recycling behaviors
and the decrease in percentage of contamination from our Blue Carts. Currently,
the Blue Cart metrics are tracked weekly and reported quarterly.
17. Can you provide specific website links to the current Energy & Sustainability pages that
are stated as needed updates?
a. The Energy & Sustainability website link is:
www.fortworthtexas.gov/departments/environmental-services/environmental-
quality/energy. The webpage is currently being updated internally, however, we
will need support in building educational pieces that will be utilized or referenced
to on the page.
18. Will the behavioral outcomes you must want to achieve through these campaigns be a
combination of awareness and action?
a. Yes, it will be a combination of awareness and action.
19. Will the city provide access to any existing performance data (e.g. recycling rates) to the
selected vendor?
a. Yes, the City may provide relevant existing performance data, other applicable
metrics, to the selected vendor upon request. Access to this information may be
subject to the execution of a confidentiality or data -sharing agreement, if
applicable.
20.Our team is fluent with multiple workflow platforms. Is there a preferred platform the
City uses?
a. The City has multiple workflow platforms, as well. The City Communications
Department utilizes Basecamp.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 4 of 5
21. Will the City share metrics from relevant previous campaigns to the selected vendor?
a. Yes, the City may provide relevant existing performance data, other applicable
metrics, to the selected vendor upon request. Access to this information may be
subject to the execution of a confidentiality or data -sharing agreement, if
applicable.
22. We have capabilities for over 15 languages and braille. Would all campaigns require
translations into different languages and braille?
a. Yes, ideally all campaigns will need to be translated from English to Spanish, and
sometimes Vietnamese. All information used on the website must be ADA
compliant.
RFQ 25-0149 Marketing and Outreach Services
Addendum No. 1 - Page 5 of 5
City Secretary Contract No.
EXHIBIT D
VERIFICATION OF SIGNATURE AUTHORITY
Maris, West & Baker Advertising, Inc.
Attn: Jana Bell, President
18 Northtown Drive
Jackson, MS, 39211
Execution of this Signature Verification Form ("Form") hereby certifies that the following
individuals and/or positions have the authority to legally bind Vendor and to execute any agreement,
amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order,
resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and
representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor
will submit an updated Form within ten (10) business days if there are any changes to the signatory
authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been
properly executed by Vendor.
1. Name:
Position:
Signature
2. Name:
Position:
Signature
3. Name:
Position:
Signature
Name: Jana Bell
Signature of President
Other Title:
Date:
Non -Exclusive Vendor Services Agreement Page 17 of 17
Maris, West & Baker Advertising, Inc.