Loading...
HomeMy WebLinkAboutContract 63896r • • City 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 JODESIGN LLC DBA J.O. AGENCY ("Vendor"), a Texas limited liability company, 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. Non -Exclusive Vendor Services Agreement JODESIGN LLC dba J.O. Agency Page 1 of 17 OFFICIAL RECORD CITY SECRETARY 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 WIXI/11►11613 JODESIGN, LLC dba J.O. Agency Attn: Jennifer Henderson, President 440 S. Main Street Fort Worth, TX 76104 14. Solicitation of Emplovees. 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. GoverninLy 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency 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 JODESIGN LLC dba J.O. Agency IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: By. Valerie Washington (Sep 2, 2025 08:43:53 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 09/02/2025 , 2025 APPROVAL RECOMMENDED: By: Name: Wyndie Turpen Title: Assistant Environmental Services Director, ATTEST: nnq pO /1Llli�Q/!,L/Z2 �GCL �Op*�" xp aaQdb�oogb4 By: Name: Jannette S. Goodall Title: City Secretary 1X/II11Z0-9 JODESIGN, LLC dba J.O. Agency By: Name: Jennifer Henderson Title: Founder and President Date: 8/26/25 , 2025 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: M.1Ce vlir Alv( -s, // By. M. Kevin Anders, II (Sep 2, 2025 08:32:21 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 JODESIGN LLC dba J.O. Agency 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 Order Request for Costs are estimates. Non -Exclusive Vendor Services Agreement Page 14 of 17 JODESIGN LLC dba J.O. Agency 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 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 JODESIGN LLC dba J.O. Agency City Secretary Contract No. EXHIBIT A-1 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.) Non -Exclusive Vendor Services Agreement Page 16 of 17 JODESIGN LLC dba J.O. Agency Exhibit B Contractor's Bid Response to City's RFQ No. 25-0149 DOC. REF#: RFQ 08 - 3.0 jo (This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0.) TABLE OF oftokwowm NT1' 3 1 COMPANYOVERVIEW 5 1 PERSONNEL AND STAFF OVERVIEW 8 1 APPROACH TO PERFORM SERVICES 9 1 SAMPLE PORTFOLIO 20 1 PRICE ACKNOWLEDGEMENT 20 1 REFERENCES NOTE: Visit the secure link below to view a high -resolution PowerPoint deck containing this same SOQ. Password: Qn9w6B6Zi3Dg https://joagency.egnvte.com/dl/vJWdcihvc4icK (This documentandits contents are the PROPRIETARYandconfidentialworkproduct ofJO Design LLC. Notto be distributed, copied, ordisclosedwithout writtenconsent. Submitted in accordance with RFQ-08 Section 1.0. ) PG 2 Doc. Ref#: RFQ 08 - 3.0 This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. FOR THE OPPORTUNITY Founded in 1998 by Fort Worth native and Texas Wesleyan alum Jennifer Henderson, J.O. Agency began as a boutique design firm and has since grown into a full -service strategic communications agency. Today, our team of nearly a dozen in-house professionals brings over 200 years of collective experience across all facets of marketing, advertising, public relations, creative production, and campaign development. Our scope of work spans strategic marketing, branding, graphic design, media relations, crisis communications, Google Ads and digital advertising, audience segmentation and analytics, creative writing, social media content development, photo and video production (short and long form), and Jennifer Henderson full -stack web development. Whether a client needs a single graphic, a full website, or a turnkey PRESIDENT AND FOUNDER outreach strategy —we provide the right solution, quickly and effectively. We are proud to be a certified HUB and Women -Owned Business (WBE) headquartered in Fort Worth, with deep civic and professional roots in the community. Several team members were born and raised here and are direct beneficiaries of the very public services we now help promote. That connection fuels our passion for local government work —and we're particularly energized by the opportunity to support the Environmental Services Department in outreach that shapes behavior, strengthens community impact, and reinforces civic values. WOMEN OWNED FED EIN # 68-0671125 MWBE CERT # 2005119185 HUB # 1680671125100 PG Doc. Ref#:RFQ08-3.0COMPANY OVERVIEW This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. RELEVANT EXPERIENCE J.O. Agency has a strong history of delivering impactful marketing services to municipalities and economic development organizations across Texas. • Trinity Metro (formerly FWTA) - Managed the full rebrand of Fort Worth's public transit authority, including naming, visual identity, digital presence, comprehensive campaign rollouts, and service line promotions. • City of Garland - Led a multi -channel campaign for the Garland Convention & Visitors Bureau including print ads, digital marketing, wayfinding signage, and community outreach. • City of Sansom Park EDC - Delivered branding and a strategic campaign including website design, photo/video production, print collateral, and branded messaging. • City of La Grange - Currently developing branding and full strategic communications from the ground up. • Fort Worth ISD, Tarrant Area Food Bank, Mercy Clinic, The Women's Center, and more - Recent and ongoing partnerships that highlight our ability to balance creativity, strategy, and public value. I PG 4 Doc. Ref#: RFQ 08 - 3.0 COMPANY OVERVIEW This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. THE STAFF 411 �1 LEI r i} JENNIFER HENDERSON, President/Founder httl)s://www.linkedin.com/in/jenniferohenderson 32 Years of Experience in Branding, Marketing, PR, Creative Direction, Graphic Design, Illustration, Leadership CHRISTINA VELA, Public Relations Account Executive httl)s://www.linkedin.com/in/christinaroiasvela/ 13 Years of Experience in Branding, Marketing, PR, Market Research, Strategy, Account Management, Event Planning CHRISTIAN SENDRA, Creative Director https://www.linkedin.com/in/christian-sendra- a9672842 30 Years of Experience in Creative Direction, Branding MIGUEL RUIZ, Marketing Account Executive https://www.linkedin.com/in/ftwmigueltx/ 13 Years of Experience in Marketing, Advertising, PR, Journalism, Sales SUZIN HINES, President of The Cause Agency, Creative Director https://www.linkedin.com/in/suzinhines/ 30+ Years of Experience in Creative Direction, Branding, Experiential Design, and Team Leadership STEVE HANTHORN, Creative Director https://www.linkedin.com/in/stevehanthorn/ 40 Years of Experience in Writing and Creative SAMMY SOSA, Graphic Designer https://www.linkedin.com/in/samuel-sosa-lb8087196/ 5 Years of Experience in Branding, Website Design,Graphic Design, Graphic Design CHRIS GREEN, Website Designer & UX Specialist +� https://www.linkedin.con/in/christopher-green- 58a9a3a8/ 30 Years of Experience in Branding, Website Development, Graphic Design, Creative Direction CAITLIN RODGERS, Copywriter https://www.linkedin.con/in/caitlin-rodgers-54078625/ 11 Years of Experience in Copywriting, Branding, Social Media, Story Branding c ' SIDNEY HUBLI, Account Coordinator https://www.linkedin.com/in/sidney-hubli/ 1 Year Of Experience In Branding, Digital Marketing And Strategic Campaigns KILEY BEYKIRCH, Communications Intern Strategic Communications Student at TCU PG 5 Doc. Ref#: RFQ 08 - 3.0 PERSONNEL AND STAFF OVERVIEW KATHRYN FREDERICKGraphic Design Intern This document and its contents are the PROPRIETARY and confidential work product of JO Design L, LC. Not to be p g distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. Graphic Design Student at TCU Account Exec r-91 IN AAE a Assist. Account Exec Strategy ORGANIZATIONAL CHART ib President Concept/Story Creative Graphic Design Interns Media Buying Marketing Research PG 6 Doc. Ref#: RFQ 08 - 3.0 PERSONNEL AND STAFF OVERVIEW This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. Q-TATEME1 = ' OF ABILITY Our team is structured for responsiveness, collaboration, and results. Each client is assigned a dedicated account executive who serves as the central point of contact and project lead. Behind the scenes, that AE works hand -in -hand with a specialized team of creative directors, designers, copywriters, and marketing strategists. Our internal operations staff —including a project manager — utilize platforms like BigTime, Trello, Microsoft Teams, and shared cloud drives to ensure every task is tracked, every deadline met, and every deliverable executed with care. We conduct daily in -person standups to maintain alignment and prioritize speed, clarity, and client satisfaction. Our ability to perform on an as -needed, task -order basis is baked into our culture and operations. We are equipped with the in-house tools, personnel, and creative infrastructure to rapidly initiate, produce, and deliver high -quality marketing services — whether digital, print, video, or campaign -based. From initial consultation through delivery, your AE remains available by phone, email, or text, with formal review checkpoints scheduled to refine strategy and keep projects on track. With multiple strategists and proofers reviewing every output, you can be confident that our work will be accurate, polished, and aligned with the City's standards every time. PG 7 Doc. Ref#: RFQ 08 - 3.0 PERSONNEL AND STAFF OVERVIEW This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. PROJFCT in -0 C METHODOLOGY Our project workflow is structured to guide clients from big -picture goals to launch -ready deliverables with precision, flexibility, and collaboration. Below is a summary of how we approach each phase of our work together: 1. Project Definition - We begin with an initial consultation to discuss scope, goals, and past materials. When timing allows, our Account Executive introduces key creative leads early to establish chemistry and understanding. Otherwise, a formal kickoff covers nuance, intended applications, and legacy design considerations. 2. Project Scope - The AE translates early discussions into a detailed creative brief, collaborating internally to define deliverables, team roles, and feedback loops. We plan soft check -ins and formal review checkpoints to ensure ongoing alignment and clarity. 5. Creation - Production happens in-house using Adobe Creative Suite, Elementor for web, and a variety of tools for emails, collateral, and digital assets. We deliver variations as needed and file all working files in secure Egnyte cloud folders, while also supporting Microsoft or Google file -sharing. 6. Testing & Launch - We support testing on all fronts —email previews, HTML validation, cross -platform ad views, web dev staging sites, and more. We can take the lead on media buying, backend uploads, and preparing all assets for seamless deployment. 3. Execution Strategy - We proactively consider strategy layers that 7. Optimization - Post -launch, we monitor results closely —adjusting enhance effectiveness —from format specs and content length to ad strategy, creative assets, or printed distribution methods as emerging trends, printing standards, and platform algorithm needed. Nothing is ever "set and forget." Even for print, we apply preferences. Deliverables are planned with utility and reach in mind. tracking codes or short links to measure engagement and inform future iterations. 4. Ideation - Daily internal standups allow creative directors, strategists, and copywriters to shape campaign concepts quickly. Depending on project type, ideation may be led by our Director of Marketing (Miguel), Director of PR (Christina), or Creative Director (Suzin), ensuring expert oversight from day one. OUR BASIC WORKFLOW PROJECT DEFINITION > PROJECTSCOPE > EXECUTION STRATEGY > IDEATION > CREATION > TESTING AND LAUNCH > OPTIMIZATION PG 8 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. For more than 26 years, J.O. Agency has helped shape the voice and visual identity of Texas communities through strategic, integrated campaigns. The following slides include sample portfolios that highlight our experience in public -sector and civic outreach, showcasing digital graphics, print materials, promotional collateral, paid media, and event -based activations. wd%� A, c;ty or �4943 OPT UM :. GALDERMA Cowley TMIHERITAGE TRINITY METRO NEAR A& •� SOUT� SIDE TEXAS A&M UNIVERSITY SCHOOL OF LAW ��■ ■ � Tarrant Atyvaraf Rshrc[ Vestar GARLAND TCC FOUNDATION Tarrant Coul �1y Coiiege S Kamer AgTr u stFARM CREDIT �Mrl. SMOOTHIE;�►NG G STR Gaorga 5,ra;t Frodunio„= G L A D N E Y Tulane university Dmnwmsc REsuecn --I Ad�ptw. lasmure � lmus Kimbell �t A �°A o i.If ����, MAJESTIC �,, AKT MUSEUM L f CO. L JPROSPAr jCA FbRT WORTH �R'EALTY STOCK SHOW WORTHINGTDN &RODS TARRANT FortWorth FOOD Tex�>_��nr� Wesleyan [CHAM6ER BANK �1 SANSOM ' F� � �sr. i5ae BREWHOUSE. SI-TSMART: AAINE • nR NINE . Qvws NIN AURORA I I A Nq G'En CONSTRUCTION SERVICES ARTS FORT WORTH F ,rt WortiA .. . .: .,. DISTRICT www.fwisd.org ClTYCAVE'- FLOAT & WELLNESS SPA BLACK i BUFFALO 0 GREATER FORT WORTH 0 The American Institute of Stress p pure barre- GRAHAM HART PG 9 Doc. Ref#: RFQ 08 — 3.0 APPROACH TO PERFORM SERVICES — SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. TRINITY METRO REBRAND AND MULTI -CHANNEL CAMPAIGN PRODUCTION AND LAUNCH As the Agency of Record for Trinity Metro (formerly Fort Worth Transportation Authority), J.O. Agency led one of the most comprehensive rebranding efforts in North Texas. Tasked with revitalizing the public's perception of Fort Worth's only mass transit system, we executed a full-scale brand transformation grounded in six months of market research, stakeholder interviews, and community focus groups. From this foundational insight, we developed a new name and identity —Trinity Metro —honoring regional heritage while aligning with major metropolitan systems. We created the bold, triangle -based logo mark, a full branding kit, and collateral system spanning departments, service lines, and community -facing assets. Execution extended across print, digital, out -of -home, and experiential environments. Our deliverables included: • Bus wraps, billboards, and fleet signage • Promotional and safety campaigns (including award -winning concepts) • Paid media planning and buying across digital, social, and print • Long- and short -form video, photo, and animation content • Custom wayfinding graphics, branded walking paths, and event signage • Social media content, email campaigns, and internal rollout materials Our in-house team handled everything —from research and brand development to execution and media management —providing Trinity Metro with a turnkey, strategically layered campaign suite. This work not only launched a new brand, but also reinforced public trust, increased awareness, and helped unify services under a clear, future -forward identity. it� TRINITY METRO PG 10 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO Gold American Advertising Federation Award This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. TRINITY METRO REBRAND AND MULTI -CHANNEL CAMPAIGN PRODUCTION AND LAUNCH I TRIM" METRO INLTY TRO TEXRail TMeEXRail nirynwne vip niry�n.ne e.q TEXRail DELIVERING YOU SAFELY va Gcff TEXRail 'ai l v ((fq;Rii rr�Ei qa �. DEWER111410iYGU SAFELY DELIVERING YOU SAFELY https://voutu.be/5B2 e VastO htt-Ds://voutu.be/aOCFNtdaVO8 PG 11 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO Gold American Advertising Federation Award This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. TRINITY METRO REBRAND AND MULTI -CHANNEL CAMPAIGN PRODUCTION AND LAUNCH TRINITY METRO t ZIPZO N E /'/ TRINITY TRINITY METRO ttRIDE TRINITY METRO ENVOY TRINITY METRO TRANSIT101 TRINITY METRO —Ac C � I t TRINITY METRO ME —A— ui `RINITY METRO it TOTAL WELLNESS `w�wz=wii Staving Singles and Curlous Malures are alms) twice as likey to convert Than the average prospect SJH ng Sap JRG Cuno.ia rrlq[arv. Ma n Svee[ Fa ,,— Omar Personae g 0.5 1 1.5 2 Main 51 real Famill" are me Fmory [he top personae• 44% OrdatlRlder Bahawor' roost populous %has in the Hot. In Fprl WoaR MM1ar. Main Strael Families place Font Waatr lratle area while SS%live in suburbs 12x mare ddars across dwniis. Main Slreal Families place I.ax more oroars via Internet Curlone Matures plao9 19x mars mail -in orders. Cl[rloae Maturea place I dx more orders wa prlWre PG 12 Doc. Ref#: RFQ 08-3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. Gold American Advertising Federation Award C'TY OF GARLAND "COME PLAY IN GARLAND" TOURISM CAMPAIGN In Fall 2023, the City of Garland hired J.O. Agency to create a bold, refreshed identity for its tourism and economic development outreach. With surrounding cities competing for attention, Garland needed a message that would excite both visitors and residents — and drive them to explore, shop, and stay local. J.O. developed the "Come Play in Garland" campaign from the ground up, starting with theme exploration, concept development, and moodboards. We coordinated multi -day photo and video shoots across local landmarks and small businesses —managing talent, permits, locations, and storytelling goals with precision. All content captured was edited in-house and served as the foundation for a full suite of promotional assets. Deliverables included: A Texas Monthly print ad spread, paid for by the city and produced by our team Custom graphics and type treatments used across digital ads, organic social, banners, and event signage Content optimized for VisitGarlandTX.com, Instagram, and print distribution This campaign successfully bridged community pride with playful, vibrant visuals —extending Garland's brand presence across North Texas and making a measurable impact on civic engagement and tourism buzz. 1 visitgarlandtx 0 Get ready to paint the town with creativity! / Garland's Big Art Day will take place on Saturday, April 6, from 2 to 9 p.m. Join us at the Granville Arts Center and The Atrium in Downtown Garland for a day filled with interactive activities for all ages, live performances, and Garland's first ever Anime art market! = g: PG 13 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. CITY OF GARLAND "COME PLAY IN GARLAND" TOURISM CAMPAIGN W s s 1: AMPED UP AND READY0 W a ra � R COME PLAY 114 t.* • s PG 14 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. CITY OF SANSOM PARK EDC BRANDING & RECRUITMENT CAMPAIGNS Amid the rapid expansion of neighboring communities, the City of Sansom Park faced the challenge of attracting new commercial investment within its designated Tax Increment Reinvestment Zones (TIRZ). The Sansom Park Economic Development Corporation selected J.O. Agency to develop a comprehensive communications strategy that could elevate the city's visibility to retailers and developers alike. We began with community -focused research, capturing authentic resident sentiment and traffic data to better understand the city's unique value. These insights informed the development of a new brand identity for the EDC—including logo design, messaging, and an overarching campaign vision: "We're Next." The message positioned Sansom Park as a rising player in the Fort Worth metro area, ready for smart investment. To bring the "We're Next" campaign to life, J.O. produced a range of strategic and creative assets in-house: • A fully redesigned WordPress/Elementor website tailored for economic development audiences. httns://sansomi3arkisnext.com/ • A suite of branded infographics showing proximity to key metro areas, airports, and local attractions • Ten long -form video features profiling local business owners, captured through multi -day, multi -location shoots • Short -form edits optimized for pitch decks, YouTube, and investor meetings —highlighting real-time traffic flow, incentive zones, and testimonials • Sales collateral, including one -pagers and digital graphics, used for in -person meetings and trade show outreach This campaign combined emotional storytelling with economic proof points, empowering Sansom Park to compete regionally with a sharp, modern presence. We remain in partnership with the City today, offering ongoing strategic communications support for future phases of development. PG 15 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. 196,000 18,000 400,000 DEEP IN THE HEART OF NORTH TEXAS. CITY OF SANSOM PARK EDC BRANDING & RECRUITMENT CAMPAIGNS 400, Azi��U� N din TAX INCAIMENT I Rk r RFW AIRPORT 251-1 i 11..:1 J ?y r� FORT WORTH 6IAILES AWAY rWW _s City of TEXAS. WE'RE NEXT www.voutube.com/watch?v=zDinualbtfo As PG 16 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. BOTANICAL RESEARCH INSTITUTE OF TEXAS (BRIT) INTEGRATED BRAND & AWARENESS CAMPAIGNS The Botanical Research Institute of Texas (BRIT) needed help evolving from a "hidden gem" into a globally recognized voice in conservation, plant science, and environmental education. J.O. was selected as BRIT's long-term branding and campaign partner to bring its mission to the public in a bold and resonant way. Our work began with strategic messaging and visual identity development, including a modern, unified design system and the creation of BRIT's tagline: "Plant to Planet." This simple but powerful phrase speaks to the organization's local -to -global impact and gave way to a full brand refresh across print, digital, and environmental touchpoints. We created a consistent campaign voice, bold photography standards, and an adaptable layout system that allowed BRIT to grow across platforms without losing visual cohesion. We then launched "By Nature," a fully integrated awareness and membership campaign that included print ads, promotional materials, web content, direct mail, event signage, and targeted messaging for science -minded families and sustainability enthusiasts. As a result, BRIT's membership doubled post -launch, and the organization's visibility expanded dramatically across North Texas and beyond. J.O. has supported BRIT with branding, capital campaign design for a $3.5M facility expansion, donor communications, and award -winning outreach materials —continuing to help the institute inspire environmental stewards of all ages. Adventurous by nature. We are green to the core. BRIT lives our commitment to long-term sustainability - beginning with our building. Welcome. !l++s�+acai krvr.en� I."TTI TT nr ilxns Plant to planet: PG 17 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. BOTANICAL RESEARCH INSTITUTE OF TEXAS (BRIT) INTEGRATED BRAND & AWARENESS CAMPAIGNS C ieM« eanc�aste • sy0orerstr411ature- # . ►Ak r ..,l. aa.il.o,g em 372 1si tea: 4"1 R. M en 314 a44e pine• all 429 3 —t. eY133i 4112 1.. nature. 6yrydf�re Adventurous by nature. Curious by nature. Plant to planet: Yiant to planei.- f PG 18 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. Explorers by nature. ""k Plant to planet.- RIVER LEGACY LIVING SCIENCE CENTER WAYFINDING AND SIGNAGE PLANNING AND DESIGN NATURE NATURE NATURE CENTER CENTER CENTER PARKING PG 19 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES - SAMPLE PORTFOLIO This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. PRICE ACK. & REFERENCES We acknowledge that pricing will be determined at the task -order level and have not included any pricing information in this Statement of Qualifications, in accordance with RFQ guidelines. We have reviewed the Sample Request for Cost included as Exhibit A (page 7 of 8-RFQ-06) and understand it is to be completed if/when a Task Order is issued by the City. Trinity Metro Quasi -Government, Transportation 801 Cherry Street #850 Fort Worth, TX 76102 Glenn Miller, Director of Marketing 817-215-8794 G1enn.Millerc@ridetm.org J.O. took on the effort to completely rebrand the Fort Worth Transit Authority. J.O. provided a comprehensive rebrand, crafting the new Trinity Metro's brand elaborative to include logos, messaging, and multiple campaigns to introduce Trinity Metro to its audience. J.O. would go on to produce multiple -comprehensive creative campaigns that included video productions, integrated advertising, branding of specific initiatives and programs, among other communication efforts. The City of Garland Government 211 N 5th Street Garland, TX 75040 Veronica Maldonado, Marketing & Communications Manager 972-205--2374 vmaldonado(@ aarlandtx. aov The City of Garland's economic development arm, Visit Garland, recruited J.O. to help the city attract more of its residents to stay and shop in Garland, as opposed to leaving town to seek leisure. We crafted creative concepts, themes, and messages from which Garland chose a favorite. Then we directed and produced multiple photoshoots at various attractions and businesses within Garland. Those images were used in a variety of small to large print and digital banners that were displayed in commons areas within Garland, as well as in subsequent advertising campaigns. The City of Sansom Park Government 5705 Azle Avenue Sansom Park, TX 76114 Jack Thompson, City Manager 817-501-7246 iack(a)orasidevelonment.com The City of Sansom Park's economic development department awarded J.O. the opportunity to brand its economic development initiatives. J.O. began with in - community research, collecting surveys to determine attitudes and senses of pride towards CSP. We also pulled comprehensive market consumption and traffic data to inform parts of the creative campaign. We then conducted multiple on -site photo and video shoots at local businesses to highlight community. Then we built a campaign logo, messaging and an award -winning microsite that housed all our findings and creative productions. The site served as the primary lead capturing tool for the economic development department, appealing to land and business developers. httus://sansoml)arkisnext.com/ PG 20 Doc. Ref#: RFQ 08 - 3.0 APPROACH TO PERFORM SERVICES iii & REFERENCES This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. PRICE ACK. & REFERENCES (Continued) Texas Wesleyan University Higher Education 1201 Wesleyan St., Fort Worth, TX 76105 Brian Builta, Assistant Vice President for Advancement & Sponsored Programs 817-531-7543 bbuiltaCo)txwes.edu Texas Wesleyan has been a long-standing J.O. client, with our work touching nearly every facet of the university's communications. We branded the institution from the ground up — including the core university logos, athletics department identity, and visual systems for internal and external campaigns. Our creative work has been deployed across digital, print, recruitment, fundraising, and campus -wide communications. Currently, we are leading the full redevelopment of Texas Wesleyan's alumni magazine —from storyboarding and original photography to layout design, custom infographics, feature writing, statistical research, and historical content development. Much of the university's visible creative output today was designed by our team, and we continue to support their evolving needs with high-level strategy and execution. PG 21 Doc. Ref#: RFQ 08 - 3.0 REFERENCES This document and its contents are the PROPRIETARY and confidential work product of JO Design LLC. Not to be distributed, copied, or disclosed without written consent. Submitted in accordance with RFQ-08 Section 1.0. FORT WORTH. I 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 httus://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 It 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. I 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 rafbcis changes made to the law by H.B. 23, 84th Lag., Regular Session. OFFICELISEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Data Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local govemmenlal entity not later than the 7th business day after the data the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(8-1), Local Government Code. A vendor commits an offense it the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. j, O, _c,elncq J Check this box If you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Nerre of local govamment officer about whom the Information Is being disclosed. A11A Name of Officer J Describe each employment or other business relationship with the local govamment officer, or a family number 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 foreach 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 the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F1Yes rINo 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 E-1 No 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. n//A J ❑Check 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 gifts described in Section 176.003(a-1). J /1/1 a`y'� j_ -t a0 ?nal.nr.., oing Iwsmess with the govemmental entity /Uaw Form presided by Texas Ethics Commission www.elhics.slale.lx.us Revised MIMI 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 hftpJ/www.statutes.legis.state.bc.us/ Docs/LG/htrn/LC1176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code & 176.001(1•al: 'Business relationship" means a connection between two or more parties based on commercial 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, stale, 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 (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 & 176.003(al(2)fA) and (B1: (a) A local government officer shall file a conflicts disclosure statement with respect to avendor if: (2) thevendor: (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 dale 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 & 176.006(a) and (a-11 (a) Avendor 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 government officer of that local governmental entity, or a family member of the officer, one or more giftswith 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 dale 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.state.tx.us Revised 1/12021 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: J.O. Agency DB/A Name of Respondent: JO Design LLC City of Fort Worth Bidder/Supplier ID or Federal ID Number (TIN): 680671125 Address: 440 S. Main St. Fort Worth, TX 76104 Name of the Authorized Representative: Miguel Ruiz Title: Director of Marketing Strategy 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: V Email: mruiz@joagency.com Phone: 817-335-0100 Name of Contact Person 1: Jennifer Henderson Title of Contact Person 1: Founder and President Email: jhenderson@joagency.com Phone: 817-335-0100 Name of Contact Person 2: Miguel Ruiz Title of Contact Person 2: Director of Marketing Strategy Email: mruiz@joagency.com Phone: 817-335-0100 Name of Contact Person 3: Sidney Hubli Title of Contact Person 3: Marketing Strategy Specialist Email: shubli@joagency.com Phone: 817-335-0100 Please answer each question below: Will the agreement be available for Cooperative Agreement use? Yes x No Prompt Payment Discount Terms: na 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: JO DESIGN LLC (DBA: J.O. AGENCY) 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: Trinity Metro Name of Contact: Glen Miller Title of Contact: Director of Marketing Address: 801 Grove St. Fort Worth, TX 76102 Phone No. 817-215-8794 Email: glen.miller@ridetm.org Type of Services Provided: Led full rebrand from FWTA, including logo, sub -brands, research, and multi -channel ad campaigns across digital, print, and outdoor. 2. Company's Name: The City of Garland Name of Contact: Veronica Maldonado Title of Contact: Marketing & Communications Manager, Convention & Visitors Bureau Address: 200 N 5th St. Garland, TX 75040 Phone No. 972-205-2380 Email: valdonado@garlandtx.gov Type of Services Provided: Produced original photo assets and designed seasonal, branded ads for digital, print, and event use to promote tourism and community life. 3. Company's Name: Texas Wesleyan University Name of Contact: Brian Builta Title of Contact: Assistant Vice President for Advancement & Sponsored Programs Address: 1201 Wesleyan St. Fort Worth, TX 76105 Phone No. 817-531-7543 Email: bbuilta@txwes.edu Type of Services Provided: Delivered branding, creative, and design for athletics, events, and publications; currently redesigning and writing full alumni magazine. 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: JO DESIGN LLC (DBA: J.O. AGENCY) 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 SOO_ DQ 1 - 21 Page 1 of 5 CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFQ Ref. #: 25-0149 1 Doc. Ref#: RFQ-08 Page 2 of 5 RFQ Title: RFO Marketing 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. How long has your company been in business? (A minimum of 5 years is required) 26 (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? 50% iii. Do you have an email address that is regularly monitored? YES Email Address: mruiz@joagency.com/jhenderson@joagency.com/hello@joagency.com iv. How often will emails be responded to? 100% of the time; within 2 hours V. What are your business hours and days? M - F 8:30am - 5:30pm vi. What is your average response time to new requests? Acknowledged within 2 hours; kickoff meeting within 3 days Page 2 of 5 CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFQ Ref. #: 25-0149 1 Doc. Ref#: RFQ-08 I Page 3 of 5 RFQ Title: RFQ Marketin4 and Outreach Services vii. Has your Company ever defaulted on a contract? If so, why weren't you able to fulfill the obligation? No viii. What platforms or tools do you use for creative development, collaboration and campaign reporting? We use Adobe Creative Suite (Illustrator, InDesign, Premiere Pro) for design and production, and collaborate through Microsoft Office and Google Workspace. For reporting, we create custom summaries and can use tools like Hootsuite and CoverageBook when preferred. ix. How do you incorporate equity, accessibility and inclusive messaging into your campaigns? We build accessibility into every stage using alt text, metadata, and ADA- compliant design tools in Word, Adobe, and web platforms. We ensure visual and language accessibility, offer Spanish translation, and review all messaging for clarity, cultural sensitivity, and inclusivity. 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 CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND MANDATORY REQUIREMENTS RFQ Ref. #: 25-0149 1 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 FORTWORTH. 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 291h, 2025 at 2:0013M 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. saw Sarah Czecai�co�z"_ItT Purchasing Manager .............................. 0 0 0 0 0 0 0 0 0 W 0 0 ...... 0■ 0 0 0 0 M W 0 E E E E 0 0 0 0 z 0 0 ........... ■■ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above -referenced REQUEST FOR QUALIFICATIONS. COMPANY NAME: AG 'DF S1 W LLL (DC : 0. A 7eVic 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.eov/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? 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 RFQ 25-0149 - STATEMENT OF EXCEPTIONS JO Design LLC (DBA: J.O. Agency) We acknowledge the terms and requirements of this RFQ and take no exceptions. All terms and conditions as outlined in the RFQ documents are acceptable and understood. Signed, Miguel Ruiz Authorized Representative Director of Marketing Strategy May 28, 2025 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 JODESIGN, LLC dba J.O. Agency Attn: Jennifer Henderson, Founder and President 440 S Main St. Fort Worth, TX 76063 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: Jennifer Henderson Signature of President Other Title: Date: Non -Exclusive Vendor Services Agreement Page 17 of 17 JODESIGN LLC dba J.O. Agency