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