Loading...
Item 4C - MemoCITY OF SOUTHLAKE Item 4C MEMORANDUM August 2, 2022 To: Shana Yelverton, City Manager From: Daniel Cortez, Director of Economic Development & Tourism Subject: Approve a contract renewal with Marquee Event Group, Inc., for Indoor and Outdoor Event Equipment Rental and Related Services. Action Requested: Approve a contract renewal with Marquee Event Group, Inc., for Indoor and Outdoor Event Equipment Rental and Related Services. in an amount not to exceed $60,000. Background Information: The City has contracted with Marquee Event Group (formerly M&M Rental Acquisition) since 2016 for indoor and outdoor event equipment rental and related services. They have provided the City with rentals for staging, chairs, tables, and tents for the variety of events the City hosts including outdoor rentals for events at Legends Hall, such as weddings. The following is a listing of events Marquee provides services for: • Stars & Stripes Southlake • Home for the Holidays: Christmastime in Southlake Tree Lighting • Celebrate Southlake • Creativity Festival • Outdoor weddings & events (Legends Hall — The Marq) • Other small outdoor events and receptions hosted by the City The purpose of this item is to seek City Council approval of a contract renewal with Marquee Event Group, Inc. This is the first renewal for this contract. The vendor is seeking a one percent (1%) increase to contract rates as allowed during the renewal process. Funding for this contract is provided through the General Fund, Hotel Occupancy Tax, and the Community Enhancement & Development Corporation in an amount that will not exceed $60,000. To date in FY 2022, the City has spent $42,438 in rentals with Marquee Event Group for the various festivals, events, and receptions held. Due to the one percent increase in the contract, and the growing size and number of events the City hosts, City staff is requesting an amount that will not exceed $60,000 for this contract period, which would begin on August 18, 2022, and end on August 17, 2023. Funding for this contract would come from the General Fund, Hotel Occupancy Tax, and Community Enhancement and Development Corporation as needed throughout the year for events. The City selected Marquee Event Group in 2021 (their second contract with the City) based on their ability to provide the services requested, low bid price, and their experience with City staff. For these reasons, the City is seeking Council approval for a contract renewal with Marquee Event Group, Inc. in an amount not to exceed $60,000. Financial Considerations: Funding for indoor and outdoor event equipment rental including but not limited to chairs, tables, tents, staging, and lighting for City events in the amount of $60,000. Each City department has budgeted funds for their respective use of Marquee services and is proposed in the upcoming FY 2023 budget and within the existing approved FY 2022 budget. Strategic Link: This item is linked to the City's Strategy Map related to the focus area of Performance Management & Service Delivery and meets the corporate objectives to provide attractive & unique spaces for the enjoyment of personal interests, enhance resident quality of life and business vitality through tourism, collaborate with select partners to implement service solutions and providing and maintaining high -quality public assets. Legal Review: The City Attorney has reviewed the City's contract with Marquee Event Group. Alternatives: The City Council may alternatively also consider the following: • Approve the contract renewal with modifications • Deny the contract renewal Staff Recommendation: Approve the contract renewal agreement for indoor and outdoor event equipment rental including but not limited to chairs, tables, tents, staging, and lighting with Marquee Event Group, Inc. for an amount not to exceed $60,000. Attachments: Contract with Marquee Event Group, Inc. Staff Contacts: Daniel Cortez (817) 748-8039 SOUTHLAKE U June 1, 2022 Marquee Event Group, Inc. 3200 Belmeade Dr. Carrollton, Texas 75006 Attn: Ms. Tiffany Bell Subject: Notification of Contract Renewal for Indoor and Outdoor Event Equipment Rental and Related Services RFP2105B180SB210007 Dear Ms. Bell: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Indoor and Outdoor Event Equipment Rental and Related Services RFP2105B180SB210007". This renewal shall become effective August 18, 2022, after City Council approval (CC Award date ) and shall continue in full force based on the terms and conditions of the initial award. As a condition of contract renewal, a price adjustment may be requested by the vendor and considered by the City. Price adjustments may only occur at the time of renewal and only upon securing the approval of the City in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the vendor's cost, not profit. Your company has requested a one percent (1%) increase in contract rates at this renewal. This increase has been approved and a new rate sheet is attached as part of this renewal. The terms and conditions proposed and accepted in this renewal agreement are as follows: Payment Terms: Net 30 days (Unless otherwise noted — such as pre- and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN REP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal and is eligible for up to three (3) more one (1) year annual renewals. City Contact: Hillary Cromer 817-748-8652 Send all billing to: City of Southlake accountsnavable@ci.southlake.tx.us (preferred) or 1400 Main Street, Suite 420, Accounts Payable, Southlake, TX 76092 Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt from all federal, state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifkg@ci.southlake.tx.us Attest: Fax: 817-748-8010 Amy Shelley, TRMC City Secretary Contract Renewal Accepted: Signed: Date: Approved as to Form and Legality: Mayor John Huffman City of Southlake City Attorney Group 1 Outdoor Tents Unit of Measure Current Cost Updated Cost F3Y 22 Increase Percentage Bid #1-1 10x10 Tent (Frame & Canopy) Per Day $ 132.60 $ 133.93 1% Bid #1-2 10 x 20 Tent (Frame & Canopy) Per Day $ 249.30 $ 251.79 1% Bid #1-3 20 x 20 Tent (Frame & Canopy) Per Day $ 333.50 $ 336.84 1% Bid #1-4 10 x 30 Tent (Frame & Canopy) Per Day $ 318.25 $ 321.43 1% Bid #1-5 30 x 30 Tent (Frame & Canopy) Per Day $ 631.25 $ 637.56 1% Bid #1-6 Fire Package (Lighted Exit Sign, Lighted No Smoking Sign, Fire Extinguisher) Per Day $ 51.50 $ 52.02 1% Bid #1-7 Sidewalls —10' Per Day $ 13.00 $ 13.13 1 % Bid #1-8 Sidewalls — 20' Per Day $ 25.00 $ 25.25 1 % No Bid #1-9 Sidewalls — 30' Per Day No Bid No Bid No Bid Bid #1-10 Side Walls 10x20 Per Day $ 33.60 $ 33.94 1% Bid #1-11 Center Pole Covers Per Day $ 150.00 $ 151.50 1% Bid #1-12 Side Pole Covers Pay Day $ 26.50 $ 26.77 1% No Bid #1-13 55 gallon Water Barrels w/ No Water Per Day No Bid No Bid No Bid No Bid #1-14 55 gallon Water Barrels w/ Water Per Day No Bid No Bid No Bid 1092PAnnnn No Bid #1-15 Water Barrel Linen Cover - Black Per Day No Bid No Bid No Bid No Bid #1-16 Water Barrel Linen Cover - White per Day No Bid No Bid No Bid No Bid #1-17 Vinyl Water Barrel Cover Per Day No Bid No Bid No Bid Bid #1-18 Tent Chandelier Per Day $ 265.25 $ 267.90 1% Bid #1-19 Tent 20 inch Disco Ball Per Day $ 45.00 $ 45.45 1% Bid #1-20 Par 64 Light Conventional Per Day $ 39.00 $ 39.39 1 % Bid #1-21 Tent Turf - Green Per Sq. Ft. Per Day $ 0.95 $ 0.96 1 % Bid #1-22 Tent Turf - Blue Per Sq. Ft. Per Day $ 0.95 $ 0.96 1 % Bid #1-23 Tent Turf - Black Per Sq. Ft. Per Day $ 0.95 $ 0.96 1 % Bid #1-24 Tent Wood Floor Per Sq. Ft. Per Day $ 1.55 $ 1.57 1 % Bid #1-25 Concrete Weight 3501b Per Day $ 20.40 $ 20.60 1% Bid #1-26 Concrete Weight 3501b Cover Per Day $ 8.40 $ 8.48 1% Group 2 Outdoor Furniture No Bid #2-1 Plastic Folding Rectangular 6 ft Table Per Day No Bid No Bid No Bid No Bid #2-2 Plastic Folding Rectangular 8 ft Table Per Day No Bid No Bid No Bid Bid #2-3 Wood Folding Rectangular 6 ft Table Per Day $ 9.95 $ 10.05 1% Bid #2-4 Wood Folding Rectangular 8 ft Table Per Day $ 10.30 $ 10.40 1% RFP210007 Bid #2-5 Round Wood Cocktail Table Per Day $ 10.55 $ 10.66 1% 36" No Bid #2-6 Round Plastic Cocktail Table Per Day No Bid No Bid No Bid 36" No Bid #2-7 Round Plastic Folding Table Per Day No Bid No Bid No Bid 48" Bid #2-8 Round Wood Folding Table Per Day $ 9.55 $ 9.65 1% 36" Bid #2-9 Round Wood Folding Table Per Day $ 9.55 $ 9.65 1% 48" No Bid #2-10 Round Plastic Lawn Table 36" Per Day No Bid No Bid No Bid Bid #2-11 Metal Folding Chair Per Day $ 1.65 $ 1.67 1% Bid #2-12 Plastic Folding Chair Per Day $ 1.65 $ 1.67 1% No Bid #2-13 Plastic Lawn Chair Per Day No Bid No Bid No Bid Bid #2-14 Black Garden Padded Folding Per Day $ 3.05 $ 3.08 1% Chair Bid #2-15 White Garden Padded Folding Per Day $ 3.05 $ 3.08 1% Chair Bid #2-16 Fruitwood Garden Padded Per Day $ 3.05 $ 3.08 1% Folding Chair Bid #2-17 Natural Garden Padded Per Day $ 3.05 $ 3.08 1% Folding Chair Bid #2-18 Outdoor Eft Portable Bar Per Day $ 108.00 $ 109.08 1 % Bid #2-19 Outdoor 8ft Portable Bar Per Day $ 175.00 $ 176.75 1% RFP210007 Bid #2-20 Wood Farm 8 ft Table Per Day $ 125.00 $ 126.25 1% Bid #2-21 Wood Farm 8 ft Bench Per Day $ 66.30 $ 66.96 1% Bid #2-22 Wood Picnic 7 ft Table Per Day $ 163.12 $ 164.75 1% Group 3 Outdoor Accessories Bid #3-1 Caf6 String Lights Per 50ft Per Day $ 110.00 $ 111.10 1% Bid #3-2 Cafe String Lights 100 Foot Per Day $ 211.00 $ 213.11 1% Length Bid #3-3 Black Outdoor Stanchion Per Day $ 16.15 $ 16.31 1% Bid #34 Chrome Outdoor Stanchion Per Day $ 10.55 $ 10.66 1% Bid #3-5 Black Outdoor Rope for Per Day $ 9.50 $ 9.60 1% Stanchion 8' Bid #3-6 Black Pull Out Stanchion with Per Day $ 16.15 $ 16.31 1% 6 ft Retractable Belt Bid #3-7 1,500 Watt Electric Stand Per Day $ 154.50 $ 156.05 1% Mount Patio Heater Bid #3-8 Propane Heater Per Day $ 275.00 $ 277.75 1% Bid #3-9 30" Pedestal Fan Per Day $ 50.00 $ 50.50 1% No Bid #3-10 Port a Cool 24" Per Day No Bid No Bid No Bid No Bid #3-11 Port a Cool 36" Per Day No Bid No Bid No Bid No Bid #3-12 Mister Per Day No Bid No Bid No Bid 25KvW Low Noise Diesel No Bid #3-13 Generator with Fuel to Provide Per Day No Bid No Bid No Bid Full Capacity Operation for 8 Hours RFP210007 Bid #3-14 Outdoor Tx 3' White or Black Per Day $ 19.00 $ 19.19 1% Dance Floor for Hard Surface Bid #3-15 Outdoor Tx 3' White or Black Per Day $ 32.00 $ 32.32 1% Dance Floor for Grass Surface Bid #3-16 Outdoor 4' x 4' White or Black Per Day $ 21.00 $ 21.21 1% Dance Floor for Hard Surface Bid #3-17 Outdoor 4'x 4' White or Black Per Day $ 32.00 $ 32.32 1% Dance Floor for Grass Surface Bid #3-18 Outdoor 3' x 3' Wooden Dance Per Day $ 19.55 $ 19.75 1% Floor for Hard Surface Bid #3-19 Outdoor 4' x 4' Wooden Dance Per Day $ 21.00 $ 21.21 1% Floor for Hard Surface No Bid #3-20 10' Market Umbrella with Stand Per Day No Bid No Bid No Bid (black, green or red) No Bid #3-21 Pole 42" Per Day No Bid No Bid No Bid Bid #3-22 White Picket Fence Panel Per Day $ 26.50 $ 26.77 1% Bid #3-23 7' Vinyl Umbrella with Stand Per Day $ 30.00 $ 30.30 1% White No Bid #3-24 9' Vinyl Umbrella with Stand Per Day No Bid No Bid No Bid White Bid #3-25 Black Deck Stage Panel 4' x 4' Per Day $ 40.00 $ 40.40 1% Adjustable Height Bid #3-26 Black Deck Stage Panel 4' x 8' Per Day $ 85.00 $ 85.85 1% Adjustable Height :iMAIIIQ11/ Bid #3-27 Stage Skirt 4' x 4' Per Day $ 15.00 $ 15.15 1% Bid #3-28 Stage Skirt 4' x 8' Per Day $ 30.00 $ 30.30 1% Bid #3-29 Stage Steps Per Day $ 85.00 $ 85.85 1 % Bid #3-30 Stage Carpet 4' x 4' Deck Per Day $ 35.00 $ 35.35 1 % Bid #3-31 Stage Carpet 4' x 8' Deck Per Day $ 70.00 $ 70.70 1 % Group 4 Indoor Furniture No Bid #4-1 Laminate Conference Table 8' Per Day No Bid No Bid No Bid x 18" Bid #4 2 Wood Conference Table 8' x Per Day $ 10.10 $ 10.20 1 % 18" No Bid #4-3 Laminate Conference Table 8' Per Day No Bid No Bid No Bid x 24" No Bid #44 Laminate Conference Table 6' Per Day No Bid No Bid No Bid x 18" Bid #4-5 Wood Conference Table 6' x Per Day $ 10.10 $ 10.20 1% 18" Bid #4-6 Banquet Table 6' x 30" Per Day $ 9.55 $ 9.65 1% Bid #4-7 Farm Table 66" Round Per Day $ 127.50 $ 128.78 1 % Bid #4-8 Bench Farm 6' x 6' x 18" Per Day $ 66.30 $ 66.96 1 % Bid #4-9 Black Padded Chiavari Chair Per Day $ 7.00 $ 7.07 1% Bid #4-10 White Padded Chiavari Chair Per Day $ 7.00 $ 7.07 1% No Bid #4-11 Clear Padded Acrylic Chiavari per Day No Bid No Bid No Bid Chair RFP210007 Bid #4-12 Gold Padded Chiavari Chair Per Day $ 7.00 $ 7.07 1% Bid #4-13 Silver Padded Chiavari Chair Per Day $ 7.00 $ 7.07 1% Bid #4-14 Fruitwood Padded Chiavari Per Day $ 7.00 $ 7.07 1% Chair Bid #4-15 Walnut Padded Chiavari Chair Per Day $ 7.00 $ 7.07 1% Bid #4-16 Acrylic Ghost Chair Per Day $ 15.00 $ 15.15 1% Bid #4-17 Clear Bubble Chair Per Day $ 10.50 $ 10.61 1% Black Padded Chiavari Bar Bid #4-18 Per Day $ 18.00 $ 18.18 1% Stool Bid #4-19 White Padded Chiavari Bar Per Day $ 18.00 $ 18.18 1% Stool Clear Padded Chiavari Bar No Bid #4-20 Per Day No Bid No Bid No Bid Stool Gold Padded Chiavari Bar Bid #4 21 Per Day $ 18.00 $ 18.18 1% Stool Silver Padded Chiavari Bar Bid #4-22 Per Day $ 18.00 $ 18.18 1% Stool Bid #4-23 Fruitwood Padded Chiavari Per Day $ 18.00 $ 18.18 1% Bar Stool Bid #4-24 Walnut Padded Chiavari Bar Per Day $ 18.00 $ 18.18 1% Stool Bid #4-25 Indoor Portable Bar Black — 6 Per Day $ 81.55 $ 82.37 1 % Foot No Bid #4-26 Indoor Portable Bar Black — 8 Per Day No Bid No Bid No Bid Foot RFP210007 No Bid #4-27 Indoor Portable Bar Wood Per Day No Bid No Bid No Bid Grain — 6 Foot Bid #4-28 Indoor Portable Bar Wood Per Day $ 214.45 $ 216.59 1% Grain — 8 Foot Group 5 Indoor Accessories Bid #5-1 Indoor 3' x 3' White or Black Per Day $ 19.00 $ 19.19 1% Dance Floor for Hard Surface Bid #5-2 Indoor Tx 3' White or Black Per Day $ 32.00 $ 32.32 1% Dance Floor for Grass Surface Bid #5-3 Indoor 4' x 4' White or Black Per Day $ 21.00 $ 21.21 1% Dance Floor for Hard Surface Bid #54 Indoor 4'x 4' White or Black Per Day $ 32.00 $ 32.32 1% Dance Floor for Grass Surface Bid #5-5 Indoor Tx 3' Wooden Dance Per Day $ 19.00 $ 19.19 1% Floor for Hard Surface Bid #5-6 Indoor 4' x 4' Wooden Dance Per Day $ 21.00 $ 21.21 1% Floor for Hard Surface Remote Controlled Par 54 LED Bid #5-7 Battery Operated Uplights with Per Day $ 56.65 $ 57.22 1% Charger Remote Controlled Par 64 LED Bid #5-8 Battery Operated Uplights with Per Day $ 56.65 $ 57.22 1% Charger Remote Controlled Par Q610 Bid #5-9 LED Battery Operated Uplights Per Day $ 100.00 $ 101.00 1 % with Charger Bid #5-10 Slim Par 56 LED 120V Uplights Per Day $ 56.65 $ 57.22 1% with Charger RFP210007 Bid #5-11 Aluminum Easel 60" Per Day $ 20.00 $ 20.20 1% Bid #5-12 Plastic Table Cover Round 36" Per Day $ 8.84 $ 8.93 1 % Red Fitted Bid #5-13 Plastic Table Cover Round 36" Per Day $ 8.84 $ 8.93 1 % Royal Fitted No Bid #5-14 Throne Chairs Set (Pair) Per Day No Bid No Bid No Bid No Bid #5-15 Throne Sofa 6' or 8' ft Per Day No Bid No Bid No Bid Bid #5-16 Pipe and Drape 10 x 10 Single Per Day $ 175.00 $ 176.75 1% Booth Set Up Bid #5-17 Pipe and Drape 10 x 20 Double Per Day $ 280.00 $ 282.80 1% Booth Set Up Bid #5-18 Pipe and Drape Panel Set Up Per Day $ 350.00 $ 353.50 1% 10x25 Group 6 Catering and Service Equipment Bid #6-1 Pilsner 14 oz Minimum Per Day $ 0.70 $ 0.71 1% Capacity Bid #6-2 14 oz All Purpose Wine Glass Per Day $ 0.65 $ 0.66 1 % Bid #6-3 9 oz All Purpose Wine Glass Per Day $ 0.65 $ 0.66 1% Bid #6-4 11 oz Tea Goblet Per Day $ 0.65 $ 0.66 1% Bid #6-5 19 oz Rocks Glass Per Day $ 0.65 $ 0.66 1 % Bid #6-6 Champagne Glass Per Day $ 0.65 $ 0.66 1% Electric Holding Cabinet Bid #6-7 (Warmer) 120V Minimum Per Day $ 157.65 $ 159.23 1% Capacity 12 Hotel Pans RFP210007 Non -Electric Food Pan Carrier. Bid #6-8 Minimum 4 Full -Size Hotel Pan Per Day $ 92.40 $ 93.32 1% Capacity No Bid #6-9 Frozen Beverage Machine 8 Per Day No Bid No Bid No Bid Quart No Bid #6-10 Frozen Beverage Machine 12 Per Day No Bid No Bid No Bid quart Bid #6-11 5 Gallon Drink Container— Per Day $ 23.30 $ 23.53 1% Black No Bid #6-12 wedding Cake Stand Per Day No Bid No Bid No Bid Gold/Silver Round 18" No Bid #6-13 wedding Cake Stand Per Day No Bid No Bid No Bid Gold/Silver Square 18" Bid #6-14 Wedding Cake Stand Per Day $ 51.50 $ 52.02 1% Gold/Silver Round 22" Bid #6-15 Wedding Cake Stand Per Day $ 51.50 $ 52.02 1% Gold/Silver Square 22" No Bid #6-16 3 Tier Cupcake Stand Per Day No Bid No Bid No Bid GoIdlSilver No Bid #6-17 5 Tier Cupcake Stand Per Day No Bid No Bid No Bid GoIdlSilver Bid #6-18 Single Lamp Heating Buffet Per Day $ 61.00 $ 61.61 1% Lamp w/Stand Bid #6-19 Dual Lamp Heating Buffet Per Day $ 51.85 $ 52.37 1% Lamp w/Stand Bid #6-20 8 Quart Full -Size Chaffing Dish Per Day $ 30.45 $ 30.75 1% Bid #6-21 Full -Size Hotel Pan Per Day $ 3.70 $ 3.74 1% RFP21 7 Bid #6-22 Pilsner 12oz Glass Per Day $ 0.70 $ 0.71 1% Bid #6-23 8.5 oz All Purpose Glass Per Day $ 0.65 $ 0.66 1% Bid #6-24 11.5 oz Ice Tea Glass Per Day $ 0.65 $ 0.66 1 % Bid #6-25 12 oz Tom Collins Glass Per Day $ 0.65 $ 0.66 1% Bid #6-26 Thermo Vac 5 Gallon Drink per Day $ 27.20 $ 27.47 1% Container Group 7 Linens Bid #7-1 132 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Black Bid #7-2 132 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% White Bid #7-3 132 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Assorted Bid #74 120 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Black Bid #7-5 120 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% White Bid #7-6 120 Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Assorted Bid #7-7 6' Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Black Bid #7-8 6' Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% White Bid #7-9 6' Poly Round Table Cloth — Per Day $ 14.40 $ 14.54 1% Assorted RFP210007 Bid #7-10 8' Poly Round Table Cloth - Black Per Day $ 14.40 $ 14.54 1% Bid #7-11 8' Poly Round Table Cloth - White Per Day $ 14.40 $ 14.54 1 % Bid #7-12 8' Poly Round Table Cloth - Assorted Per Day $ 14.40 $ 14.54 1% Bid #7-13 Linen Spandex Black 30" Round x 42" H Per Day $ 41.30 $ 41.71 1% Bid #7-14 Rectangle 90" x 156" White Per Day $ 14.40 $ 14.54 1% Bid #7-15 Rectangle 90" x 156" Assorted Colors Per Day $ 14.40 $ 14.54 1% Bid #7-16 Overlays - Poly Per Day $ 11.80 $ 11.92 1 % Bid #7-17 Overlays - Lamour Per Day $ 22.75 $ 22.98 1% Bid #7-18 Overlays - Iridescent Crush Per Day $ 23.95 $ 24.19 1 % Bid #7-19 Overlays - Sequin Per Day $ 43.50 $ 43.94 1% Bid #7-20 Overlays - Bengaline Per Day $ 43.50 $ 43.94 1 % Bid #7-21 Overlays - Shantung Per Day $ 22.75 $ 22.98 1% Bid #7-22 Napkins - Black Poly Per Day $ 0.45 $ 0.45 1 % Bid #7-23 Napkins -White Poly Per Day $ 0.45 $ 0.45 1% Bid #7-24 Napkins - Assorted Poly Per Day $ 0.45 $ 0.45 1% Additional Charges Bid #8-1 After Hours Delivery Fee Per Each $ 375.00 $ 378.75 1% RFP210007 Bid #8-2 Timed Delivery Per Each $ 375.00 $ 378.75 1% Bid #8-3 Delivery Fee M-F 8am - 5pm Per Each $ 75.00 $ 75.75 1% No Bid #8-4 Fuel Surcharge Fee Per Each No Bid No Bid No Bid Bid #8-5 Chair Set Up Per Each $ 1.00 $ 1.01 1% Bid #8-6 Table No Linen Set Up Fee Per Each $ 1.75 $ 1.77 1% Bid #8-7 Table with Linen Set Up Fee Per Each $ 5.00 $ 5.05 1% Bid #8-8 Concrete Anchor Repair Per Each $ 8.18 $ 8.26 1% Bid #8-9 Teardown Chair Fee Per Each $ 0.00 $ - 0% Bid #8-10 Teardown Table Fee Per Each $ 0.00 $ - 0% Bid #8-11 Additional Labor Fee If Required Per Hour $ 50.00 $ 50.50 1% Bid #8-12 Pick Up Fee M-F 8am - 5pm Per Each $ 75.00 $ 75.75 1 % Bid #8-13 After Hours Pick Up Fee Per Each $ 0.00 $ - 0% Bid #8-14 Per Order Fee Damage Waiver Percentage $ 0.00 $ - 0% RFP210007 Timothy Slifka From: Timothy Slifka Sent: Wednesday, May 11, 2022 4:30 PM To: 'Tiffany Bell' Cc: Hillary Cromer; Crystal Maddalena Subject: RE: Contract Renewal for City of Southlake Attachments: Marquee Event Group Inc. Renewal Pricing 2022-2023.pdf; Marquee Event Group Inc. 2021.pdf Thanks Tiffany. Attached will be the new pricing after City Council approval in August. Current contract runs through August 17, 2022. I will have a new full contract available after City Council approves. Have a great rest of the week! Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone 817-748-8312 Fax.817-748-8010 tslifka(a)ci.south Iake.tx. us C ityofSouth lake. com * Current Bidding Opportunities * Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. * City Staff Survey * Internal Staff Bid Survey * Vendor Survey - How are we Doing? eMce«rr 2021 Award Winner From: Tiffany Bell <tbell@marqueerents.com> Sent: Wednesday, May 11, 2022 12:10 PM To: Timothy Slifka <tslifka@ci.southlake.tx.us> Subject: RE: Contract Renewal for City of Southlake Yes, we will request the 1%. Thank you! t From: Timothy Slifka <tslifka(c@ci.southlake.tx.us> Sent: Wednesday, May 11, 2022 12:07 PM To: Tiffany Bell <tbell@marqueerents.com> Cc: Hillary Cromer <HCromer@ci.southlake.tx.us> Subject: Contract Renewal for City of Southlake Good afternoon Tiffany. I have started working on our contract renewal. This contract renews August 17, 2022. Will you be requesting the 1%available increase allowed at this renewal? If no increase is requested, please respond with "No Increase Requested" and I can get this renewal scheduled for City Council approval. If you will be requesting the 1% increase, please let me know and I will send you additional paperwork for your review prior to our City Council approval. Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone :817-748-8312 Fax:817-748-8010 tslifka(a) ci. south Iake.tx. us CityofSouthlake. com * Current Biddina O000rtunities * Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. * City Staff Survey * * Internal Staff Bid Survey * Vendor Survev - How are we Doina? d�.M f Fee 2 l Award Winner t°'_ June 29, 2021 Marquee Event Group, Inc. 3200 Belmeade Dr. Carrollton, Texas 75006 Attn: Ms. Tiffany Bell SOUTHLAKE 0 ORIGINAI, DOCUMENT CITY OF SOUTIILAKE Council Actiona'N Ord./Res. No. Date Approved Subject: Contract Award Notification for Indoor and Outdoor Event Equipment Rental and Related Services RFP2105BI80SB210007 Dear Ms. Bell: The City of Southlake is pleased to inform you that Marquee Event Group, Inc, of Carrollton, Texas is the awarded vendor for "Indoor and Outdoor Event Equipment Rental and Related Services RFP2105B 180210007" The award and this agreement are based on your proposal to the City, copy enclosed. This is a single vendor award contract. Your company s award is attached. This award was approved by the City of Southlake City Council on k017,AZ/. The terms and conditions proposed and accepted in this agreement are as follows: Payment Terms: Net 30 days (Unless otherwise noted — such as pre- and/or partial payment) Estimated Quantities: The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing the awarded items exclusively during the term of the contract from the successful vendors. Method of Payment: Shall be made by City procurement card or purchase order Delivery Terms: FOB Destination Delivery Locations: Vendor Delivery or City employee pick-up. Term of Contract: The term of awarded contract shall remain in effect for twelve months from date of award and is eligible for up to four (4) one (1) year annual renewals City Contact: Sarah Binion 817-748-8919 Send all billing to: City of Southlake accountspayable(@,ci.southlake.tK.us (preferred) or 1400 Main Street. Suite 420. Accounts Payable, Southlake, TX 76092 Other Charges: The City of Southlake is a taw -exempt municipal corporation and is exempt from all federal, state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerer Tim SlifkI4cp Purchasing Manager City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifka@ci.souLhlake.tx.us ci.southlake.tx.us Contract and Award A cepted: Signed: Date:\`'�� M r Jo uffman City of Southlake Appendix B — Proposal Submittal Checklist: (To determine validity of proposal) —Appendix B (pages 8 through _16J must be included in the proposal submittal Appendix C Conflict of Interest Form (page _16_) must be included in the proposal submittal. Form 1295 Certificate of Interested Party must be included in the proposal submittal. See Page 2. BB 89 and SR 252 Acknowledgement. See Page _IJ_. NNML%t t t t t t i t i i RFP Number: RFP2105BI80SB210007 Indoor and Outdoor Event Equipment Rental Project Title: and Related Services Submittal 3:00 P.M. (CST), Friday June 11, 2021 Deadline: Submit Electronically* to: https://southiake.bonfirehub.com/login * Requires email account login and password. Proposer Information: Marquee Event Group, Inc Proser's Ugall Name: Address: 3200 Belmeade Dr CitV. state & DID Carrollton TX 75006 Federal Employers Identification Number # 81-1350224 Phone Number. 1 214-458-0178 IF. Nmber: 972-381-8001 E-Mail Address: tbell@marqueerents.com Proposer Authorization 1, the undersigned, have the authority to execute this Proposal in its entirety as submitted and enter into a contract on behalf of the Proposer. Printed Name and Position of Authorized Representative: Michael Lane Signature of Authorized Representative: #1611ad, lmu Signed this 10th (day) of June (month) 2021 (year) 1 learned of this Request for Proposals by the following means: Newspaper ,Advertisement ❑ Southlake Website Mailed Me a Copy Bonfire City E-mail Notification Cold Call to City X Other City of Southlake - RFP2105B180SB210007 - page 8 of 17 Primary Responses aecnaa: AN data is vaum Quidefiry SOON. Group t Outdoor Tents Bid Sucaas: AN value. isaed Bid dIa 1Ux10 Tent (Frame S Canopy) I Par 0, 5132.60 S13260 Seceaea:4vuueeprovWed Bid a1-2 10 a 20 Tent (Frame B Canopy( I Per Day iUSa. 52a910 Sucess:4veM1xfprovided Bid NI-3 20 x 20 Tent (Frame S Canopy) I Per Day $33350 S33550 Sucesc 4 ad. prvrlMd Bld aH 10 x 30 Tent (Frame d Canopy) I Per Day 5318.25 531825 Slrcuee:4raluaspr"ded Bid a1-5 30 x 30 Tent(Frome B Canopy) I Per Day 563125 563125 Succeed: 4 voids previded Bid d1-6 Fire Package (Lighted Exit Sign, Lighted No I Per Day 05150 15150 Smoking Sign, Fire Extinguisher) SucUq: 4 value pmvlded Bid o1-1 Sidewalls-10• 1 Per Day S13 SO S1300 Sucaas:4ealuMprovMea Bid e1-0 Sidewalls-2W 1 Per Day 52500 52500 Not Bidding No Bid st-9 Sidewalls-30- 1 Par Day Success: 4 rekre provided Bid C1-10 Side Walls 1ox20 I Per Day 53360 53360 Side. All value provided Bid d1.11 Center Pole Covers 1 PerDay 515000 $150.00 9ocpaa:4vtlueepreWeO Bid a1-12 Side Pole Covers Pay Day 52650 $2650 Not Bidding No Bid 41-13 55 gallon Water Barrels wl No Water I Per Day Not Bidding No Bid e'.Ia 55 gallon Water Barrels wi Water I Per Day Not Bidding No Bid 91-15 Water Barrel Linen Cover - Black t PerOay NOI Bidding No Bid d1-16 Water Bartel Linen Cover - White I Per Day Not Bidding No Bid 1I-17 Vinyl Water Barrel Cover I Per Day Sucese: 4 valid. paving Bid .1-18 Tent Chandelier I Par Day 526525 $26525 So...: All values yrerlded Bid 01-19 Tent 20 inch Disco Ball I Parody S45M 545,00 Sueee: AN .1. Provided Bid p1.0 Par 64 Light Conventional I co, Day 539 an 53900 Success: 4 value provided Bid 41-21 Tent Tud-Green Per Sq. FL I Per Day $095 $096 5uceda:All valuds provided Bid vL22 Tent Tud - Blue Per Sq. FL I Per Day $0.95 S395 Succeed: All Muesproolded Bid d1-23 Tent Turf Black Per Sq. FL I Per Day 3335 $095 Succdae All values provided Bid e1,4 Tent Wood Floor Per Sc. Ft. I Per Day, 5155 5155 Success: All valued Provided Bid Al 25 Concrete Weight 3501b I Per Day $2040 32040 Success: All values provided Bid 41.5 Concrete Weight 3501b Cover I Per Day Sa40 S9a0 Group 2 Outdoor Furniture rvo1 Bidding NO old dza Plastic Folding Rectangular 6 R Table 1 Par oey Not Bidding NO Bid nag Plastic Folding Rectangular it Table I Per Day Sales: All value. provided Bid Q-3 Wood Folding Rectangular 6 R Table 1 Per Day S9.95 59.95 aveal AM vale. provided Bid 42-a Wood Folding Rectangular 8 R Table 1 Per Day Sm30 a1030 Sa¢m: All taMS provided Bid d2.5 Round Woad Cocktail Table 36" 1 Per Day S1055 $10.55 rvo1 Bidding NO Bid 425 Round Plastic Cocktail Table 36" 1 Per oay Not Bidding No Bid 421 Round Plastic Folding Table 40" 1 Par Be, sale..: All value. Prevld.4 Bid day Round Wood Folding Table 36" 1 Per Day 39.55 S9.55 Success: AO values provided Bid nag Round Wood Folding Table 4V I Per Day S9.55 3555 .vat B,ed.ng No Bid 12-10 Round Plastic Lawn Table 36' 1 Pete, Success: A9 value. pmvieed Bid 4-11 Metal Folding Chair I Per Oay S 165 $1.65 Success: AM values Provided Bid 42-12 Plastic Folding Chair Per DOy S165 S165 Not ending No Bitl 42-13 Plastic Lawn Chair I Per Be, Succeed: AN valves provided Bid d2-11 Black Garden Padded Folding Chair 1 Per Day S305 33.05 Success: M ssWea'..Ideal Bid d2-15 While Garden Padded Folding Chair I Per Day S305 53.05 Succ.e: M vtlu. provided Bid 42-16 Fruitwood Garden Padded Folding Chair I Per Day 5305 5305 Sucu.: AN values provided Bid 42-11 Natural Garden Padded Folding Chair 1 Per Day S305 53.as Success AM provided Bid d2-t0 Outdoo r 6 R Ports ate Be r I Per Day 5100da S10800 Succeec Mvelwd provided Bid d249 Outdoor BR Portable Bar 1 Per Day $1T5.W SI7500 Success. A9va1u.a provided Bid 42-20 Wood Farm 8 R Table I Per Day 5125.00 312500 Success: Ali values provided Bid na21 Wood Farm 8 R Bench I Pm Day Sea 30 Seal 30 Success: All values provided Bid d2-22 Wood Picnic ] R Table I Per Oay S 16312 S un 12 Group 3 Outdoor Accessories Sucua: All values gookkd Bid x11 Cafe String Lights Per 50R I Per Day SIlo00 5110➢0 Succ.s: M values provided Bid 43.2 Cafe String Lights 100 Fool Length I Per Day 321, oo 521100 Success: An value. prdmdad Bid .3 Black Outdoor Stanchion 1 Per Day $16.Is 3 16 15 Bud... a: AB either. Provided Bid 4Ya Chrome Outdoor Stanchion 1 ?er 0av 510.55 31a 55 See...: All vale.. provided Bid rs5 Black Outdoor Rope for Stanchion 8 I Per Day $9.50 $9.50 Success: All Bid a36 Black Pull Out Stanchion with 6 R Retractable 1 values provided Belt Suceeso All values provided Bid .7 1,500 Wad Electric Stand Mount PaBo Heater 1 Sua...: An values pr..id.d Bid a35 Propane Heater 1 succeaa: All values provided Bid N 9 30"Pedestal Fan 1 Not Bidding NO Bid aym Pod Cool 24" 1 Not Bidding No Bid 411 Part A Cool 36" t Net Bidding NO Bid -NQ Mister I Not Bidding No Bid a}t3 26KVW Low Noise Diesel Generator with Fuel to 1 Provide Full Capacity Operation for 8 Hours :Succa4ln Nvaklae p.oylMG Bid .3 v Outdoor 3' x 3' White or Black Dance Floor for Hard Surface Success: AN values provided Bid 4a 5 Outdoor 3'x 3' White or Black Dance Floor for 1 Grass Surface Secre4s: Aay.lu.s Pdvlded Bid .}16 Outdoor 4' x 4' White or Black Dance Floor for Hard Surface Acute.: Saralee. advised Bid 4}17 Outdoor CA 4' White or Black Dance Floor for 1 Grass Surface Success: As..less paoetedl Bid a3-1e Outdoor 3' x 3Wooden Dance Floor for Hard 1 Surface suc.a.., All values provided Bid .3-19 Outdoor 4' x 4' Wooden Dance Floor for Hard 1 Surface Nor Bmmn9 No Bid dam to- Market Umbrella with Stand (black, green or real Not Bidding No Bid a121 Pola 43" 1 Actuate: AN values Provided Bid qu White Picket Fence Panel 1 success, Aa.aleespdvlEed Bid 03-23 7' Ynyl Umbrella with Stand White 1 viol Bidding NO Bid 43-21 S' Vinyl Umbrella with Stand White Success: AN values pr.vised Bid a3-25 Black Deck Stage Panel 4' x 4' Adjustable Height I Success: As values pr.alded Bid a3.36 Black Deck Stage Panel 4' x 8' Adjustable Height Success: An ..I... provided Bid 0327 Stage Skid 4' x 4' Sue...: AlLalues p,..load Bid A}28 Stage Skirt 4'x 8' Success: AN values Provided Bid a129 Stage Steps 1 su«ea: All values provided Bid 1130 Stage Carpet 4' x 4' Deck Success: All valu.a pr.,dad Bid a3Q1 Stage Carpet 4' x 8' Deck 1 Pero, 316.15 $16.Is Per Day 515450 S15a.50 Per Day 527500 527500 Per Day 550.00 $50.00 Par Day Per Day Per Day Per Day Par Day 51900 31900 Par oay S 32.00 s 3200 Per Day $2100 s21 00 Per Day $32.0 $32.00 Per Day 519.55 1 19 55 Per Day S 2100 S 2100 Per Day Par0ay Per Day 52650 a26311 Per Day 530.00 530.00 Per Oay Per Day 54000 aAN oc Per Day S8500 5950( Per Day 31500 5150E Per Day 53000 5300E Per Day 56500 5650( Per Day 535.00 5350( Per Day 57000 57001 Group J Indoor Furniture Not Biasing NO Bid da-1 Laminate Conference Table 8' x 18" 1 Per Day Succav: All values pr.,,d.d Bid .42 Wood Conference Table 8' a 111" 1 Par Day 5 t0.10 $1010 Not Bidding NO Bid d45 Laminate Conference Table 8' x 24" 1 Per Day Nor a.don, No Bid is-4 Laminate Conference Table 6- A 19" 1 Per Day Succese: All values pro Mad Bid da.5 Wood Conference Table 6' x 19" 1 Per Day 5 10.10 5 10.Io S..mss: All values Provided Bid 44-6 Banqual Table We 30" 1 Per Day $9.55 $9.55 Success: An values provided Bid dsl Farm Table 66"Round 1 Per Oay 512250 512750 5.... s.'. All value. Promd.d Bid .8 Bench Fe. 6' a 6'. 18" 1 Priority 5"'M S66.30 5.... ss: An values provided Bid d 9 Black Padded Chiavan Chair I Parody S'go 5700 success: All value. Provided Bid a -to White Padded Chiavan Chair I Par Day 5700 $700 ,or Biddnl9 NO Bid da-l1 Clear Padded Acrylic Chiavan Chair I Par Day Succeed: All served provided Bid d+12 Gold Padded Chiavan Chair I Par oay treat STW 5o..: AN dalwa proviMd Bid se-15 Silver Padded Chiavan Chair I Per Day 17.00 5700 success: AN'.lira provided Bid 44-14 Fruitwood Padded Chiavarl Chair I Per Do, $100 5200 So,..: AN value; Provided Bid .-Is We lnul Padded Chiavan C hair I Peroay S11N 5aoo success: All values Pruvidee Bid .16 Acrylic Ghost Chair I Par Day 51500 515.Do Success : Mvdues Prodded Bid da-11 Clear Bubble Chair I Peroay 5105D 51050 Sua.ea: Ali values Provided Bid 9.-18 Black Padded Chiavan Bar Stool I Per Day $1am $te o0 success: All values povlaed Bid .-N White Padded Chiavari Bar Stool I Per Day 51800 51600 dear Bidding No Bid rt.-N Clear Padded Chiavan Bar Stool I Per Day Success: All values prwMed Bid da-21 Gold Padded Chiavan Be( Stool 1 Par Day slow 51500 suaou.: AN at.. p-video Bid W-22 Silver Padded Chiavan Bar Stool I Par Day 51am 51800 Success: AN values provided Bid d422 Fruitsvood Padded C hlava if Bar Stool I Per Day 51900 Slogo 5ucnv:All values p.video Bid Ill Walnut Padded Chiavan Bar Stool I Per Day SIB 00 1MOD suat..a: AN value. payload Bid .25 Indoor Portable Bar Black-6 Foot I Par Day 55156 58155 Not Bidding NO Bid IH-26 Indoor Portable Bar Black —B Fool I Per Day Not Bidding NO Bid d+-2-, Indoor Portable Bar Wood Grain-6 Foot I Per Day Bus cev: All values p,.vi&d Bid u-26 Indoor Portable Bar Wood Grain —B Foot I Purger $214.45 $214.45 Group 5 Indoor Accessories Success: All values provided Bid d9.1 Indoor ]v 3' White or Black Dance Floor for I Per Day 5 19 M a 1900 Hard Surface Sucau: All values provitled Bid a6-2 Indoor 3'x 3' White or Bloc k Dance Floor for 1 Per Day 5 32 Do 53200 Grass Surface Su.m.: All value. provided Bid a5-3 Indoor ' a 4' Wh its or Blac k Dance F loor for I Per Day 52100 521.00 Hard Surface decade: All vales.. provided Bid d5.4 Indoor 4'x 4' White or Black Dance Floor for par Day 53200 55200 Grass Surface Success: N values provided Bid .i5 Indoorl a5 Wooden Dori 0FI00r for Ha to Per Osy 519M 519 00 Surface Succas¢Nraluesprovlded Bid 466 Indoor 4'. 4' Wooden Dance Floor for He of I Per Day 52100 5210 Surface So.U. Ail values pmrwd Bid nsv Remote Controlled Par 54 L E D Be ttery, Operated I per Day 555 55 556.65 Uplights with Charger Suess: N valu.s provided Bid dSfi Remote Controlled Par 64 LED Battery Operated I Per Day 556.65 556.65 Uplights with Charger SUC<»CNVJw gwYN BN aiv Remote Controlled Par D610 LED Battery I Per Day 3of 50 $10000 Operated Uplights with Charger Suciani vaNlea provided ON aSIO Slim Par 56 LED 120V Uplights with Charger I Per Oay a 56 65 asses Sessions: Nardi prwlMd Bid Y5-11 Aluminum Easel 60" 1 Per Day $2000 52000 Succom: N values prorWd Bid 45-13 Plastic Table Cover Round 36"Red Fitted I Per Oay Saga Sam Sutton: AN redeem; Provided ON dill Plastic Table Cover Round 36'Royal Fitted I Per Day $am Sam Not Bidding NO Bid pits Throne Chairs Set (Pair) 1 per Day Not bidding No Bid a5,5 Throne Sofa 6' or 8' If I Per Day Suc.... : Nvakes prdvid.d Bid d5_15 Pipe and Drape 10 x 10 Singk Booth Set Up I Pw Day S O5.00 5115A0 Success: A6 value W<vlded Bid dS1I Pipe and Drape 10 x 20 Double Booth Set Up I Per our 328000 521000 Success: An values provided Bid as. 1a Pipe and Drape Panel Set Up 10 x 25 1 Per Day S 35000 a 350.00 Group 6 C-atering and Service Equipment Succasa: N values provided Bid a I Pilsner 14 oz Minimum Capacity I car Day $0.20 sd.20 Su"em: AN values provided Bid d62 14 oz All Purpose Wine Glass I Per Day S0es $066 Sucwaa: All values provided Bid o63 9 oz All Purpose Wine Glass Per Day aads 50.65 !uc<ees: An values provided Bid dba 11 o2 Tea Goblet I Per Day SD65 5095 Suss...: All value. provided Bid .5 19 oz Rocks Glass I Per Day 5065 5165 lucan: All values knolded Bid s5.5 Champagne Glass I Per Day 50.65 $065 Bear...: All values p.vid.d Bid K7 Electric Holding Cabinet lWarmer1120V 1 Per Day 515255 i14I d5 Minimum Capacity 12 Hotel Pans Success: All values provided Bid disk Non-Electnc Food Pan Carrier. Minimum 4 Full- I Per Day S9240 392Ao Size Hotel Pan Capacity Not Bidding No Bid 469 Frozen Beverage Machine 8 Quart I om Day Not Bidding No Bid 4610 Frozen Beverage Machine 12 quart I Per Day Success AN vales. Provided Bid .11 5 Ga lion Drm k C contains r - Black I Per Day 523,30 $2330 Not Bidding NO BItl 461E Wedding Cake Stand Godl:Silver Round 18" t Per Day Not Bidding No Bid 46u Wedding Cake Stand Gold/Silver Square 18" 1 Pet Day 5...: N glues pravWed Bid .14 Wadding Cake Stand God/Silver Round 22" 1 Parody set 50 $51 so Sucuts:Nnluerprovmed Bid 4615 Wedding Cake Stand Gold/Silver Square 22" 1 Per Day 55150 $5150 Not Bidding No Bid a61s 1 Tier Cupcake Stand Gold/Silver 1 Per Day Not Bidding No Bid AFII 5 Tier Cupcake Stand GoIdlSilver I Per Bay Sid. N vakres permed Bid 461E Single Lamp Heating Buffet lamp w151and I Per Bay 5Blod 56100 scauass:Nvakrspomaed Bid 46-1s Dual Lamp Heating Buffet Lamp vistand I Per Day s 51 as s 5185 aueues:Nveluet prvvdM Bid 4620 80uin FUllSize Charring Dish I Per Day 53045 $3045 Smues:Nvakre pmvNM Bid .21 Full -Size Hotel Pan I Per Day S170 5370 Suc4rac Nvaluea prvrmed Bid 46-R Pilsner l2oz Glass I Per Bay 5Ol0 5070 bupraa:N VYuea povm.d Bid 48-23 3.5 oz All Purpose Glass I Per Day 5065 SOBS Sus All waders prviaed Bid 46-24 11.5 or ice Tea Glass I Parody S065 $0.65 Sid. All select prpvmq Bid de-n 12 or Tom Collins Glass I Per Our $055 $065 aucus N raked podded Bid M26 Thermo Vac 5 Gallon Drink Container I Per Day 52720 S2720 Group 7 Linens a...: All unless; provided Bid 47.+ 132 Poly Round Table Cloth - Black I Per Day 51440 S1440 Succaes: N wteee prodded Bid t72 132 Poly Round Ta ble C loth - White I Par Day 51440 S14.40 Buueac Nvailres pmvHed Bid 47.3 132 Poly Round Table Cloth - Assorted I Per Day 51440 3 14 40 Sucws:Mvadrialudwaea Bid 474 120 Poly Round Table Cloth - Black I Per Day $1440 S1440 See.ne Allrewee Prortem Bid a75 120 Poly Round Table Cloth - White I Per Day S1440 51440 Success: N values provided Bid azs 120 Poly Round Table Cloth - Assorted I Par Day 31440 51410 Su4ues: N values p.ol"d Bid 077 6' Poly Round Table Cloth - Black I Per Dey 51440 S1440 Sutter.: N values imulded Bid 47.8 6 Poly Round Table Cloth - White I Per Day s1440 S1440 One waa: AN to.. provided Bid V-9 6' Poly Round Table Cloth - Assorted I Per Day 51440 S1440 Success: All values provided Oid 97-10 8' Poly Round Table Cloth — Black I Per Day 51440 SIUO su.cea.: All values provided Bid a2-11 8' Poly Round Table Cloth —While I Per Day 51410 S 14 10 Success: All value. p,.video Bid 41-12 6' Poly Round Table Cloth — Assorted I Per Oay 51a.40 Suw0 Sue.... AO value. provided Bid .1-13 Linen Spandex Black 30" Round x 42"H I Per Day S4130 $41 30 su..... AN values provided Bid av-14 Rectangle 90"x 156"White I Per Ony 51a10 514.40 sucuu: All values provided Bid o'_ 15 Rectangle 90" x 166" Assorted Colors I Per a., S 14 so S 1440 Success: All values provided Bid 0.1-I6 Caenays—Poly I Per Day 51180 $11.80 Success All values provided Bid o7�12 Overlays — Lamour I Par Day 52225 52275 Success: All values prevlded Bid .1-18 Overlays —Iridescent Crush I Per Day $23.95 $2395 Success: Ad values provided Bid 47.19 Overlays — Sequin 1 Per Day S4550 S43.50 Success: All values provided Bid 47-20 Overlays —Bengaline 1 Per Day 545.50 945.50 Success: AO values provided Bid >2-21 Overlays — Shantung I Per Day 52225 Sn75 5uccos: AO values Bonded Bid 41-22 Napkins — Black Poly I Per Day $0.0 30.45 Success: AN values provided Bid .1-20 Napkins — While Poly I Per Day S045 5045 Suc¢ss: AS slues provided Bid .1.24 Napkins —Assorted Poly I Per Day 1045 5045 Additional Charges Success- Allvalues prevmed Bid a0-' After Hours Delivery Fee I Per Each Sn500 Sll500 Sucwsa: All value poyidedl Bid .12 Timed Delivery I Per Ea. 532500 SPSill Success : Ad values provided Bid =— Delivery Fee M-F Sam - spin I Per Eacn 57500 51500 Not Bidding NO Bid solo Fuel Surcharge Fee I Per Eacn sucuu: AN ealva. prevlddd Bid ass Chair Set Up I Per Eacn $ I GO S i d0 success: AM value prevW.d Bid 465 Table No Linen Set Up Fee I Par E. S .25 51 75 Success AN values provided Bid 19-1 Table with Linen Set Up Fee I Per Each s 500 S 500 Sucuss: AM valuee Provided Bid Nbe Concrete Anchor Repair I Per Each 56.16 $8,18 Success: AO values provided Bid 4sS Teardown Chair Fee 1 Per Each SON SON Success: AB India weelded Bid Mid Teardown Table Fee 1 Per Eacn 50.00 so00 Success: AM velu.s prevlded Bid aloes Additional Labor Fee if Required I Per Mny 550.00 SNoo accosts: AS value. provided Bid 4 12 Pick Up Fee M-F Sam - Spur I Per Eacn $25.00 52500 Success: All values Provided Bid Q,13 After Hours Pick Up Fee I Per Eacn SON loco Success: All evince provided Bid h9-14 Per Order Fee Damage Waiver I persn., 3000 sow Appendix B — Proposal (cunhnwd) 2. 3. REQUIRED PROPOSAL IN'FOR,IIATION. IN ORDER FOR A PROPOSAL TO RE CONSIDERED COMPLETE, IAD TO RE EVALC.ITED FORA CONTRACT AF"RD BY THE CITY, PROPOSER MUST SL BMIT ALL OF THE FOLLOWING INFORMATION: Proposed Products and/or Services A. Product or Service Description: Proposers should utilize this section to describe the technical aspects, capabilities, features and options of the product and/or service proposed in accordance with the required Scope of Services as identified in Appendix A. Promotional literature, brochures, or other technical information may be used. B. Additional Hardware Descriptions: Proposers should also include in this section a detailed description of what additional hardware and/or software, if any, would be required by the City in order to fully utilize the goods and/or services proposed. C. Guarantees and warranties: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer with the Proposal submitted. D. Project Schedule/Delivery Date: Proposer must provide a project schedule noting all projected completion dates for segments of the Project, from start-up to completion, and all delivery dates for goods covered by the REP. The Proposal must show the number of days required to deliver and install the product or equipment after the receipt of the City's Purchase Order. Cost of Proposed Products and/or Services A. Pricinv: Pricing shall reflect the full Scope of Services defined herein, inclusive of all associated cost for delivery, labor, insurance, taxes, overhead, and profit. B. Schedule of Pricing: Proposer shall quote unit pricing in accordance with the itemized listing of products or contract segments stated in the Scope of Services and using the following format: For this procurement the schedule of pricing is not available in hardeopy. You may access it via the online portal (www.southlake.bontirehub.com). To submit your schedule of pricing, please download the Bid Table and fill it in accordingly, per the sample below. For instructions on how to complete Bid Tables. please refer to this article on Bonfire's Support Website. Please note: even if you do not have additional responses, you must download and re - upload the blank document. This is to confirm that you do not require any additional costs. If you have any additional items, please till out the Additional Responses template accordingly. Term of Contract and Option to Extend Any contract resulting from this RFP shall be effective for twelve months from date of award. The City anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the City. The following clauses shall be included in the contract: City of Southlake - RFP2105BI80SB210007 - Page 9 of 17 A. Option Clause: It is agreed that City will have the option to extend the contract for up to four (4) additional years, in one-year intervals. To exercise this option, the City shall serve notice 30 days prior to contract termination or to the end of any one-year extension. The Option to Extend will not be considered if funding is unavailable or if the contractor's past performance is not within the industry standard. B. Escalation Clause: Should market conditions prevail which dictate an increase, the successful contractor may submit documentation requesting permission to increase pricing no later than 30 days after receiving notice from the City of its intent to extend the agreement. Escalation may only occur at the time of renewal and only upon securing the approval of the City in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost, not profits. Vendors shall show in this quote their anticipated percent of escalation if when the option to extend is exercised. The percent quoted will be a maximum. In addition, the percentage proposed will be a factor in determining the best value to the City. It is the average price over the period of the contract that will be the price factor considered in the cmaluation of this quote. Quotes in which negative or no escalation is shown will be considered as 0" escalation. C. Price Increases Upon Extension- If approved by the City. the Contractor shall modify the rates charged by the Contractor to reflect any changes shown in the comparative statement delivered to the City. The maximum increase allowed under this provision shall be four percent (4%) per year. The City shall have authority. in its reasonable discretion, to determine the validity of any change in Contractor's rates. City cannot exercise the Option to Extend with any price increases unless the Vendor completes the section of the Quote requesting anticipated percentage of annual escalation. First Additional Year Escalation Percentage .............................................. 1 % Second Additional Year Escalation Percentage ............................................ 1.5 % Third Additional Year Escalation Percentage ............................................ 1.5 % Fourth .Additional Year Escalation Percentage ............................................ 1.5 4. Proposer's Experience / Staff A. Project Team: Identify all members of the Proposer's team (including both team members and management) who will be providing any services proposed and include information which details their experience. B. Removal or Replacement of Staff: If an assigned staff person must be removed or replaced for any reason, the replacement person must be approved by City prior to joining the project. C. Business Establishment: State the number of years the Proposer's business has been established and operating. If Proposer's business has changed names or if the principals operating the business operate any similar businesses under different names, or have operated any other businesses or changed the legal status or form of the business within the last five (5) years, all names. of predecessor business names, affiliated entities, and previous business entities operated by the principals, if different than present, must be provided; State the number of years' experience the business has: 18 : and the number of employees: 200 D. Project Related Experience: All Proposals must include detailed information that details the Proposer's experience and expertise in providing the requested services that demonstrates the Proposer's ability to logically plan and complete the requested project. Cio of Southlake - RFP2105BI80SB210007 - Page 10 of 17 5. References Proposer shall provide four (4) references where Proposer has performed similar to or the same types- of services as described herein. Reference # I: Client / Company Name: City of Addison Contact Name: Contact Title: Bethany Kadivar Special Event Coor Phone: 972-450-6231 Email: bkadivar@addisontx.gov Date and Scope of Work Provided: Kaboom Town, Taste of Addison, Oktoberfest Tenting, staging, lighting, tables, chairs, linens, crowd control Reference #2: Client, Company Name: Dallas Arboretum Contact Name: Contact Title: Angela Rollins Sr. Event Director Phone: 214-575-6512 Email: arolIins@dallasabroretum.org Date and Scope of Work Provided: Madd Hatters, Food & Wine Festival, Weddings, Fund Raisers, Dallas Blooms Tenting - long/short term, staging, lighting, dance Floors, tables, chairs, linens, crowd control Reference #3: Client % Company Name: Two Sisters Catering Contact Name: Contact Title: Monica Wilson Director Phone: 972-825-1219 Email: monica@twosisterscatering.com Date and Scope of Work Provided: Private & Corporate Events Tenting, staging, lighting, dance floors, tables, chairs, linens, bars, table top items, cooking equipment Reference #4: Client Company Name: Texas Women's University Contact Name: Contact Title: Beth Lewis Director Phone: 817-614-7968 Email nlewis@twu.edu Date and Scope of Work Provided: All school events - tents, lighting, staging, tables, chairs, linens, bars City of Southlake - RFP2105RI80SB210007 - Page I I of 17 6. 8. Trade Secrets and/or Confidential Information Trade Secrets and/or Confidential Information: This proposal _ (does) _ (does not) contain trade secrets and/or confidential information. If applicable, describe such trade secrets and confidential information, and the basis for your assertion that such material qualifies for legal protection from disclosure. Federal, State and/or Local Identification Information A. Centralized Master Bidders List registration number: B. Prime contractor HUB M WBE registration number: C. An individual Proposer acting as a sole proprietor must also enter the Proposer's Social Security Number: 4 Emergency Business Services Contact Notice During a natural disaster, or homeland security event, there may be a need for the City of Southlake to access your business for products or services after normal business hours and/or holidays. The City may request City employee pick up or vendor delivery of product or services. For this purpose, a primary and secondary emergency contact name and phone number are required. It is critical the vendor's emergency contact information remains current. City shall be contacted by E- mail with any change to a contact name or phone number of these emergency contacts. Updates may be emailed to vendors 2ci.southlake.tx.us. All products or services requested during an emergency event are to be supplied as per the established contract prices, terms and conditions. The vendor shall provide the fee (pricing) for an after-hours emergency opening of the business, if any. In general, orders will be placed using a City of Southlake procurement card (Master Card) or City issued Purchase Order. The billing is to include the emergency opening fee, if applicable. The contractor shall provide the names, phone numbers and fee (pricing), if any, for an after-hours emergency opening of the business listed below. Business Name: Marquee Event Rentals Contract 4: Description: Primary Contact (Name): Michael Lane Primary Contact Phone Numbers: Home: Secondary Contact (Name): Tiffany Bell Secondary Contact Phone Numbers: Home: Cell: 214-458-0178 After Hours emergency opening fee. if applicable: S $300 City of Southlake - RFP2105BI80SB210007 - Page 12 of 17 9. Cooperative Governmental Purchasing Notice Other governmental entities maintaining interlocal agreements with the City, may desire, but are not obligated, to purchase goods and services defined in this RFP from the successfd Bidder. All purchases by governmental entities, other than the City, will be billed directly to and paid by that governmental entity. The City will not be responsible for another governmental entit}'s debts. Each governmental entity will place their own orders with the successful Bidder and be responsible for ensuring full compliance with the RFP specifications. Prior to other governmental entities placing orders, the City will notify the successful Bidder of their intent. Please indicate below if you will permit other governmental entities to purchase from your agreement with the City. I x I Yes, Others can purchase I I No, Only the City can purchase If. CONTRACT TERMS A;VD CONDITIONS. EXCEPT WHERE PROPOSER (LIKES SPECIFIC EXCEPTION IN THE SUBMITTED PROPOSAL, ANY CONTRACT RESLLTLVG FROh1 THIS RFP WILL CONTALN THE FOLLOWLVG TERMS .IND CONDITIO.'YS, WHICH PROPOSER HEREBY ACKNOWLEDGES, AND TO WHICH PROPOSER AGREES BY SLBMITT6VG A PROPOSAL: Delivery of Products and/or Services A. Payment Terms: Unless otherwise specified in the Scope of Services or otherwise agreed to in writing by the City, payment terms for the City are Net 30 days upon receipt of invoice. B. Warranty of Products and Services: All products furnished under this contract shall be warranted to be merchantable and good quality and fit for the purposes intended as described in this Proposal, to the satisfaction of City and in accordance with the specifications, terms, and conditions of the Scope of Services. and all services performed shall be warranted to be of a ;ood and workmanlike quality, in addition to, and not in lieu ot, any other express written warranties provided. C. Late Delivery or Performance: If Proposer fails to deliver acceptable goods or services within the timeframes established in the Project Schedule, the City shall be authorized to purchase the goods or services from another source and assess any increase in costs to the defaulting Proposer, who agrees to pay such costs within ten days of invoice. D. Title to Goods and Risk of Loss: For goods to be provided by Proposers hereunder, if any, the title and risk of loss of the goods shall not pass to City until City actually receives, takes possession, and accepts the goods and the installation of such goods, has tested the system, and determined that it is in good and acceptable working order. 2. Miscellaneous A. Independent Contractor: Proposer agrees that Proposer and Proposer's employees and agents have no employer -employee relationship with City. Proposer agrees that if Proposer is selected and awarded a contract, City shall not be responsible for the Federal Insurance Contribution Act ( FICA) payments, Federal or State unemployment taxes, income tax withholding, Workers Compensation Insurance payments, or any other insurance payments, nor will City furnish any medical or retirement benefits or any paid vacation or sick leave. B. Assignments: The rights and duties awarded the successful Proposer shall not be assigned to another without the written consent of the Purchasing Manager. Such consent shall not relieve the assigner of liability in the event of default by the assignee. C. Liens: Proposer shall indemnity and save harmless the City against any and all liens and encumbrances for all labor, goods, and services which may be provided to the City by Proposer or Proposer's vendor(s), and if the City requests. a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the Citv. City of Southlake - RFP2105BI80SB210007 - Page 13 of 17 D. Gratuities Bribes: Proposer certifies that no bribes in the form of entertainment, gifts, or otherwise, mere offered or given by the successful Proposer, or its agent or representative, to any City officer, employee or elected representative. with respect to this UP or any contract with the City, and that if any such bribe is found to have been made this shall be grounds for voiding of the contract. E. Financial Participation: Proposer certifies that it has not received compensation from the City to participate in preparing the specifications or RFP on which the Proposal is based and acknowledges that this contract may be terminated and/or pavrttcnt withheld if this certification is inaccurate. F. Required Licenses: Proposer certifies that he holds all licenses required by the State of Texas for a provider of the goods and/or services described by the Scope of Services herein. G. Authority to Submit Proposal and Enter Contract: The person signing on behalf of Proposer certifies that the signer has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any resulting contract. H. Compliance with Applicable Law: Proposer agrees that the contract will be subject to, and Proposer will strictly comply with, all applicable federal, state, and local laws, ordinances, rules, and regulations. 1. Compliance with HB 89: Proposer agrees per HB 89 vendor shall not boycott Israel at any time while providing products or services to the City of Southlake. [ xI Yes, we agree ( I No, we do not agree N/A J. Compliance with SB 252: Proposer agrees per SB 252 vendor shall not do business with Iran. Sudan or a foreign terrorist organization while providing products or services to the City of Southlake. I x I Yes, we agree [ I No, we do. not agree 3. Financial Responsibility Provisions A. Insurance: The Proposer, consistent with its status as an independent contractor, shall carry. and shall require any of its subcontractors to carry, at least the following insurance in such form, with such companies, and in such amounts (unless otherwise specified) as City may require: Worker's Compensation and Employer's Liability insurance, including All States Endorsement, to the extent required by federal law and complying with the laws of the State of Texas; Commercial General Liability insurance, including Blanket Contractual Liability, Broad Form Property Damage. Personal Injury, Completed Operations/Products Liability, Premises Liability. Medical Payments, Interest of Employees as additional insureds, and Broad Form General Liability Endorsements, for at least One Million Dollars ($1,000,000) Combined Single Limit Bodily Injury and Property Damage on an occurrence basis; iii. Comprehensive Automobile Liability insurance covering all owned, non -owned or hired automobiles to be used by the Contractor, with coverage for at least One Million Dollars ($1.000.000) Combined Single Limit Bodily Injury and Property Damage. B. Indemnification: Proposer agrees to defend, indemnify and hold harmless the City, all of its officers, Council members, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages and liabilities, including reasonable attorneys' fees, court costs and related expenses, arising out of, connected with, or resulting from any acts or omissions of Proposer or any agent, employee, subcontractor, or supplier of Proposer in the execution or performance of this contract without regard to whether such persons are under the direction of City agents or employees. City of Southlake - RFP2105BI80SB210007 - Page 14 of 17 Appendix C — Form CIQ INFORNLVIION REG.ARUING \ LNDOR ( ON M I M l\ I F.RI.1, I Q(Ks] [ONS_AIRE M Ho: I he ibllom in,-, pars„ns nwst file a t ,,rt .:.I Intern-1 , uh the t. ;r. ;i tho parson has an _mplo.ment or husmess: relauonsh I s;th an rtficcr of 'he t ; m ta.xalile ;tic„me x„ 'ding S2.-;00 dunnto the preccdin its-cli:e- month period. or An rf cr, r a me officer's Carid, has accaprcd gifts eelth an a_.t�r- _ate .slue of more than ?^ifi during the pre. h It I "A 2k; - _n,•,i and the pc ,on cngatoes ;n an,, of the lido,+into aanons. I contracts ,,r ;eels to contract for the sale :tr purchase of property. g:„:a� I ;a A th the ( it'.. includine An. of the me a. written and implied contracts. utility purchases, purchase orders, credit card purchases and am' purchase of goods and scr%ices bs the Cm b. contracts for the purchase or ;ale of real propertm , personal propem including An auction of properr\ . c tax abatement and economic development agreements:. _. submits a bid to sell goods or serctces, or responds to a request Bx proposal For sera -ices: ?. enters into negotiations with the ( ltv for a contract; or 4. applies for a tax abatement and or-conomte development mccil c that will result in a contract N ith the Cz THE F'OLLORING \RECONSIDEREDOFFIC'ERSOFTHE CITI I Mav or and L w, Council ,Members: _. (Jr, Manager: 3. Board and Commission members and ipoomted members be the Alarar An,i .n.;l. 4 Directors of 4A and 4B de,- r,.:-, _ rc actions. -- the executrce directors „r...a-.,,_- - ird IR decehmmcr-:�nrua :. . _. Directors of the f'it% of '�outhiaA EYCLFSIONS: A, questionnaire statem. -_ ,.: - :: ... . ,... _.. , : -::_tit official as a political ;omribution, a gift to a member oiccf ,st or purchase of less than )2.;00 or a transaction At A price at.: _ _- - - :^I h,r iuod, lodging, transportation or-ntertamment. or A tram _ .. . _ .._. _. _..ir Ap.ence V\ HA T: % person or husmess that contra.. - - -- _ - A 'Conflict of Interest Questionnaire" f H tRM CCU? i v h;o: _ , .:. r ,i A inch ;s attached to :his guideline the form comae 3:,:,, 1 r husmess relationships" "ith a municipal officer f tflic;als ma}' xl to ctant% or Inwmr- ,r:ous portions of the questionnaire. \1 HEN: The person !r business must file I the questionnaire -no later than seven da. < After the .late the person or husmess begins contract discussions or negotiations with the menipahr, ,r sabmr.s an applicamr.n. responds to a request ti!r oroposals or bids. correspondence, or other ,annne related to a putenaai contract or agreement A ith the ( in. and an updated questionrl - .crthm sce-n .iay� aver the date of an -cent that would make a tiled ,tuestionnaire incomplete err maecuratc It does not matter it the submittal of A bi.: r!r en-p,,sal rsults in a s-insect. I he statute require, a vendor to file A D )RN I CIQ at the time a proposal is suhmftied or nevonations comine nce. \\ HERE: rho vendor Or potential vendor must mail or deh%er A completed questionnaire to the Finance Ihpanment. The Finance Department is required by law to post the statements on the City's wehsNe. ENFORCENIEN-1 < idar to file a questionnaire is a i lass, misdemeanor punishable h}a tine not to exceed siu0 It 1s an-xcepnon to prosecution that the person files a Ft )RV I ('I(,) net later than scorn business daa after the person recefced notice ul a % oiation NOTE.: ncc ( tt� loss nrn ha:e , .;ur: 1,) :n; re that A Dcrson tics a (lz iflict of Interest i ruesuonnafre. City of Southlake - RFP2105BI80SB210007 - Page 15 of 17 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491. Both Leg.. Regular Session. OFFICE USE ONLY This questionnaire is being Flied in accordance .,,ith Chapter 176. Local Government Code Date by a person who has a business relationship as defined by Section 176.001(1-a) , ith a local governmental entity and the person meets requirements under Section 176.006ta ,. By law this questionnaire must be filed .vith the records administrator of the local governmental entity not laterthan the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006. Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. jj Name of person who has a business relationship with local governmental entity. 2 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 the onarnaiv nod auastionnaue becomes incomplete or inaccurate 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section utem 3 including subparts A. 6. C & DI must be completed for each officer with .whom the filer has an employment or other business relationship as defined by Section 176 0011 I -a i. Local Government Code Attach addiuonai pages to this Form CIO as necessary A Is the local government officer named in this section receiving or likely to receive taxable income other than investment incomefrom the filer of the questionnaire? Yes F-1 No 6 Is the fiter of the questionnaire receiving or likely to receive taxable income, other than investment income. from or at the direction of the local government officer named m this section AND the taxable income is not received from the local governmental entity Yes E-] No C Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer series as an officer or director. or holds an ownership of 10 percent or more'? F] Yes F� No D Describe each employment or business relationship with the local government officer named in this section 4 Signature of person doing business with the governmental entity Date Adopted 0629:2007 City of Southlake - RFP2105BISOSB210007 - Page 16 of 17 Appendix D — No Intent to Submit Form If your firm has chosen not to submit a proposal for this procurement, please complete this form and submit to: City of Southlake Purchasin, Division. Department of Pinance 1400 Main Street, Suite 440 Southlake, Texas 76092 Please check all items that apply: Do not sell the item(s) required Cannot be competitive —, Cannot provide Insurance required — Cannot provide Bonding required Cannot meet specifications highlighted in the attached — Cannot comply with Indemnification request requirement __- Job too lane Job too small Do not wish to do business with the Citv of Southlake _ Other: __ Cannot submit electronically Company Name (Please print): Authorized Officer Name (Please print): Telephone: ( ) Pax: ( ) City of Southlake - RFP2105RI80SB210007 - Page I' of 17 SOUTHLAKE 9 City of Southlake REQUEST FOR PROPOSALS Proposal Reference Number: RFP2105B180SB210007 Project Title: Indoor and Outdoor Event Equipment Rental and Related Services Proposal Closing Date: 3:00 P.M.(CST), Friday, June 11, 2021 TABLE OF CONTENTS Tableof Contents................................................................................................................................ Page I Request for Proposals (1) Introduction.............................................................................................................................. Page 2 (2) Definitions ............. - ................................................................................................................. Page 3 (3) GeneralInformation....................................... Page 3 (4) RFP Withdrawals and/or Amendments.................................................................................... Page 3 (5) Estimated Quantities................................................................................................................ Page 3 (6) Proposal Submittal Requirements............................................................................................ Page 3 (7) Proposal Evaluation and Contract Award...._._....................................................................... Page 4 Appendix A - Scope of Services 11) Project Title.............................................................................................................................. Page 6 (2) Scope of Services Contact..........................................................................................._............ Page 6 (3) Special Conditions.................................................................................................................... Page 6 (4) Proposal Evaluation Factors..................................................................................................... Page 6 (5) Brand Manufacture Reference....................................................................................... Page 6 (6) Key Events- Schedule................................................................................................................ Page 6 (7) Scope of Services..................................................................................................................... Page 6 Appendix B - Proposal (-) Label Format for Submittal Packet's Sealed Envelope............................................................. Page 8 Required Proposal Information 1 I ) Proposed Product......................................................................................................_............. Page 9 (2) Cost of Proposed Product................................................................................. ..................... Page 9 (3) Term of Contract and Option to Extend................................................................................... Page 9 (4) Proposer's Experience! Staff......................................................................_......................... Page 10 (5) References.............................................................................................................................. Page 11 (6) Trade Secrets and/or Confidential Information...................................................................... Page 12 (7) Federal, State and/or Local Identification Information......................................................... Page 12 (8) Emergency Business Services Contact Notice........................_............................................ Page 12 (9) Cooperative Governmental Purchasing Notice .............. Page 13 11 Contract Terms and Conditions I I) Delivery of Products and/or Services.................................................................................... Page 13 (2) Miscellaneous, ................................................... ................................................................... Page 13 (3) Financial Responsibility Provisions...................................................................................... Page 14 AppendixC - Form CIQ................................................................................................................ Page I; Appendix D - No Intent to Submit Form................................................................_.................... Page 17 City of Southlake - RFP2105BI80SB210007 - Page I of 17 Southlake, Texas Request for Proposals Introduction A. Project Overview: The City of Southlake is requesting Proposals with the intent of awarding a contract for the purchase of goods and services contained in Appendix A — Scope of Services. B.Questions: Following are contacts for questions as identified. i. RFP Clarifications: All questions related to requirements or processes of this RFP should be submitted in writing to the Purchasing Manager identified in section 2 below. ii. Scope of Service Questions: All questions related to the scope of services should be submitted in writing to the contact person(s) noted in Appendix A —Scope of Services. iii. Re lies: Responses to inquiries which directly affect an interpretation or effect a change to this RFP will be issued in writing by addendum posted to City website. All such addenda issued by City prior to the submittal deadline shall be considered part of the RFP. The City shall not be bound by any reply to an inquiry unless such reply is made by such formal written addendum. iv. Acknowledgement of Addenda: The Proposer must acknowledge all addenda by signing and returning such document(s) or by initialing appropriate area of the Proposal. C. Notification of Errors or Omissions: Proposers shall promptly notify the City of any omissions. ambiguity, inconsistency or error that they may discover upon examination of this RFP. The City shall not be responsible or liable for any errors and/or misrepresentation that result from the solicitations which are inadvertently incomplete, ambiguous, inconsistent or obi iously erroneous. D. Conflict of Interest Ouestionnaire (Form CIO): A person or business, and their agents-, who seek to contract or enter into an agreement with the City, are required by Texas Local Government Code. Chapter 176. to file a conflict of interest questionnaire (FORM CIQ) which is found in Appendix C. The form must be tiled with the City Secretary no later than seven (7) days after the date the person or business begins contract discussions or negotiations with the City, or submits an application. response to a request for proposals or bids, correspondence, or other writing related to any potential agreement with the City. E. Form 1295 Certificate of Interested Parties: In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the govemmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either ( I ) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least S I million. The disclosure requirement applies to a contract entered into on or after January I. 2016. Please ;o to the Texas Ethics Commission webpage (www.ethics.state.tx.us) for full instructions and to complete the required steps for creation of Form 1295. Once the form is completed online, printed and signed please return the form with your proposal submission. City of Southlake - RFP2105BI80SB210007 - Page 2 of 17 2. Definitions Proposal: The signed and executed submittal of the entirety of Appendix B — Proposal. Proposer. The Proposer and the Proposer's designated contact signing the first page of the Proposal. Citv of Southlake ("City"): The City of Southlake. Texas. City Secretarv's Office: The office of the City Secretary of the City, located at 1400 Main Street, Suite #270, Southlake. Texas 76092. PH: (817) 748-9016; Fax: (817) 748-8270. Project: The name of this Request for Proposals as identified on the cover sheet and first page of Appendix .A — Scope of Services. Purchasing Manager: The City of Southlake Purchasing Manager is Timothy Slifka CPPO, CPPB. Phone: (817) 748-8312. E-Mail: tslitka2ei.southlakc.tx.us: Fax (817) 748-8010. Request for Proposals (RFP): The entirety of this document, including all Appendices and Addenda. Scope of Services: The entirety of Appendix A — Scope of Services. 3. General Information A. Tax Exempt Status: City purchases are exempt from State Sales Tax and Federal Excise Tar. Do not include tax in the Proposal. City will famish Excise Tax Exemption Certificate upon request. B. Public Inspection of Proposals: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001. et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposals are not available for public inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no c� ent shall the City be liable for disclosure of such information by the Citn in response to a request. regardless of the Citys failure to take any such reasonable steps, even if the City is negligent in failing to do so. 4. RFP Withdrawals and/or Amendments A. RFP Withdrawal: The City reserves the right to withdraw this RFP for any reason. B. RFP Amendments: The City reserves the right to amend any aspect of this RFP by formal written Addendum prior to the Proposal submittal deadline and will endeavor to notify all potential Proposers that have registered with the City, but failure to notify shall impose no obligation or liability on the City. 5. Estimated Quantities The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing exclusively during the term of the contract from the successful vendor. 6. Proposal Submittal Requirements A. Submittal Packet — Required Content: All proposals must be submitted electronically. The Proposer must visit https:,south lake. bonfire hub.com-login and register. Once registered for this City of Southlake - RFP2105BI80SB210007 - Page 3 of 17 complimentary service, the Proposer may submit Proposal Documents electronically by selecting the appropriate Proposal Identification. B. Submittal Deadline: The deadline for submittal of Proposals shall be as identified on page 8 (eight) of Appendix B-Proposal. It is the Proposer's responsibility to have the Proposal Documents correctly electronically submitted by the submittal deadline. No extensions will be granted and no late submissions will be accepted. C. Proposals Received Late: Proposers are encouraged to submit their proposals as soon as possible. The time and date of receipt as recorded within the Bonfire electronic system shall be the official time of receipt. The City is not responsible for late submission regardless of the reason. Late Proposals will not be considered under any circumstances. D. Alterations or Withdrawals of Proposal Document: Any submitted Proposal may be withdrawn or a revised proposal substituted prior to the submittal deadline. Proposal Documents cannot be altered, amended or withdrawn by the Proposer aver the submittal deadline, unless such alteration, amendment or withdrawal notice is approved in writing by the Purchasing Manager. E. Proposal Document Format: All Proposal Documents must be prepared in single-space type, on standard 8-1%2" x I I" vertically oriented pages. numbered at the bottom. The City only accepts electronic submissions via https: south lake.bonfirehub.com login. Any other format (via telephone, fax, email, etc.) may be rejected by the City at its discretion. F- Validity Period: Once the submittal deadline has passed, any Proposal Document shall constitute an irrevocable bid to provide the commodities and or services set forth in the Scope of Services at the price(s) shown in the Proposal Document. Such proposal shall be irrevocable until the earlier of the expiration of ninety (90) days from the submittal deadline. or until a contract has been awarded by the City. 7. Proposal Evaluation and Contract Award A. Proposal Evaluation and Contract Award Process: An award of a contract to provide the goods or services specified herein will be made using competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the City's purchasing policy. The City will evaluate all proposals to determine which proposers are reasonably qualified for the award of the contract, applying the anticipated evaluation factors and emphasis to be placed on each factor as identified in the Scope of Services. The City may, at its option, conduct discussions with or accept proposal revisions from any reasonably qualified proposer. The City reserves the right to determine which proposal will be most advantageous to the City. B. Completeness: If the Proposal is incomplete or otherwise fails to conform to the requirements of the RFP, City alone will determine whether the variance is so significant as to render the Proposal non- responsive, or whether the variance may be cured by the Proposer or waited by the City. such that the Proposal may be considered for award. C. .Ambiettity: Any ambiguity in the Proposal as a result of omission, error, lack of clarity or non- compliance by the Proposer with specifications, instructions and all conditions shall be construed in the favor of the City. In the event of a conflict between these standard RFP requirements and details provided in .Appendix .A— Scope of Services or Appendix B — Proposal, the Appendices shall prevail. D. Unit Prices and Extensions: If unit prices and their extensions do not coincide, the City may accept the price most beneficial to the City, and the Proposer will be bound thereby. CRA ofSouthlake - RFP2105BI80SB210007 - Page4 of17 E. Additional Information: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP. F. Partial Contract Award: City reserves the right to award one contract for some oral[ the requirements proposed or award multiple contracts for various portions of the requirements to different Proposers based on the unit prices proposed in response to this request, or to reject any and all Proposals and re -solicit for Proposals. as deemed to be in the best interest of City. G. Terminate For Cause: The occurrence of any one or more of the following events will justify termination of the contract by the City of Southlake For cause it The Successful proposer fails to perform in accordance with the provisions of these specifications; or ii) The successful proposer violates anv of the provisions of these specifications: or iii) The successful proposer disregards laws or regulations of any public body having jurisdiction: or iv) The successful proposer transfers. assigns, or conveys any or all of its obligations or duties under the contract to another without written consent of the City. v) If one or more of the events identified in Subparagraphs G it through iv) occurs, the City of SOmhlakc may, terminate the contract by giving the successful proposer seven (7) days written notice. In such case, the successful proposer shall only be entitled to receive pavment for goods and services provided before the effective date of termination. The successful proposer shall not receive any payment on account of loss of anticipated profits or revenue or other economic loss resulting from Such termination. vi) When the contract has been so terminated by the City of Southlake. Such termination shall not affect any rights or remedies of the City then existing or which may thereafter accrue. 11. Terminate for Convenience This contract may be cancelled or temimated at any time by giving vendor thirty (30) days written notice. Vendor may be entitled to payment for services actually performed: to the extent said services are satisfactory. City of Southlake - RFP210513I80SB210007 - Pase � ut F Appendix A — Scope of Services I. Project Title: Indoor and Outdoor Event Equipment Rental and Related Services 2. Scope of Services Contact Questions about the technical nature of the Scope of Services, etc. may be directed to TIM SLIFKA. Phone. 817.748.8312, e-mail: tsl i tka(a ci.south lake. tx. us. 3. Special Conditions The following special conditions shall prevail over areas of conflict in previous pages: NONE 4. Proposal Evaluation Factors i 6. Emphasis Factor 30% Vendor Overall Price for Services 30% Vendor Experience ProNiding Required Services 350;, Vendor Ability to Provide Required Services 5"„ Vendor Past Experience with City Brand Manufacture Reference The City has determined that am manufacturer's brand defined in the Scope of Services meets the City's product and support need. The manufacturer's reference is not intended to be restrictive, and is only descriptive of the type and quality the City desires to purchase. Quotes for similar manufactured products of like quality will be considered if the Proposal is fully noted with the manufacturer's brand name and model. The City reserves the right to determine products and support of equal value, and whether other brands or models meet the City's product and support needs. Kev Events Schedule Proposal Release Date Deadline for Submittal of Written Questions Seated Proposals Due to and Opened by City Anticipated Committee Evaluation Review Date Anticipated Award Date Scope of Services May 21. 2021 June 2, 2021 Shown on First Page of this RFP Week of June 14, 2021 July 2021 The City of Southlake is seeking vendor(s) to provide rental equipment and services for outdoor special events and indoor events, including but not limited to City sponsored events and festivals, such as Stars and Stripes. Home for the Holiday's Tree Lighting Event, banquets, weddings, and conferences, and on an as needed basis. Required items are listed in the Schedule of Pricing. Pricing is to be based on a per day rate. Additional items not specifically listed may be requested in the future. These items shall be added to the awarded contract on an as needed basis through a contract amendment. Events will be held throughout the City of Southlake, therefore delivery locations will vary per event. Frequency and length of use for all items will vary depending on event needs and schedules. The City reserves the right to award this contract to multiple vendors, individually or by item group. Ciq of Southlake RFP2105BI80SB210007 Page 6 of 17 Outdoor Equipment Vendor will be responsible for delivery, set up, and take down of tents and other outdoor equipment and services. Outdoor event equipment must be delivered. Set up and removed the day of the event. Any additional fees for after hour deliverytpick up shall be listed in vendor proposal. All equipment must be clean, in good condition and operational. Tents must be stable and covers/sidewalls must be clean for each event. I f tents are not stable and covers are not clean as determined by the City, vendor shall provide replacement equipment meeting requirements prior to the event start time. Stakes are not permitted to secure tents, other means must be taken to secure tent. Tents may be placed on asphalt concrete or grass depending on the location. Indoor Equipment Vendor will be responsible for delivery and picking up of all indoor equipment and services. .All equipment, furniture, linens, must be clean and in good condition as determined by City. If requested items are not clean and in good condition as determined by the city. vendor shall provide replacement items meeting requirements a minimum ofone hour prior to the event start time. Length of indoor rental equipment will vary based on the schedule of the events. Removal of all rental equipment shall be required within id hours of the event ending. Pricing shall be based on per day rate. Rental fees shall end once vendor is notified of removal request. Further details on locations, set up requirements, parking and any other information required by vendor will be provided at the time the vendor equipment and services are booked. Vendor delivery vehicles shall be clearly marked and in good state of repair. Vendor delivery vehicles shall park in designated drop off locations as set by the event coordinator. The event coordinator shall coordinate with vendor pick up and drop off time to ensure nonnal business operations are not interrupted by a dcliverv. All vendor employees while working on City property shall wear uniforms to serve as a means of identitving the vendor's employees. Uniforms are to be clean and in good condition. Cite of Southlake - RFP2105B 180SR210007 - Page - of l-