Loading...
Item 4C - MemoItem 4C CITY OF SOUTHLAKE MEMORANDUM June 3, 2025 To: Alison Ortowski, City Manager From: Daniel Cortez, Director of Economic Development & Tourism Subject: Item 4C: Approve the audio and video for events contract with Eagle AVL in an amount not to exceed $60,000 Action Requested: Approve the audio and video for events contract with Eagle AVL in an amount not to exceed $60,000. Background Information: For over twenty years the City has contracted the audio and video production of its events which mainly include the annual Home for the Holidays Tree Lighting event and the Stars & Stripes Independence Day celebration. Over the last few years, additional events such as Celebrate Southlake have also necessitated professional audio & video services. The City partners with vendors to continue the ongoing success of hosting both large scale and smaller events. The City of Southlake issued an RFP to issue a contract for over $50,000 annually, for all audio and video needs for City events. This process provides a consistent and professional execution for City hosted events. Four (4) bids were received and reviewed, and Eagle AVL was selected by the bid review panel made up of City of Southlake employees. Based on Eagle AVL's ability to provide the services requested, best value, and their experience, the City recommends the audio and video contract for city events be awarded to Eagle AVL. The contract being awarded is for one (1) year with the option to renew annually for an additional four (4) years. The approval of this agreement would represent the first year of potentially a total of five years of contracting with Eagle AVL. The total cost for the first year (June 3, 2025 — June 3, 2026) of the agreement is $58,000. The new agreement with Eagle AVL for the first year represents a 0% increase from the past 12-months. The agreement has a 0% increase for year 2 and the option for up to a 3% increase beginning in year 3 of the contract, and another 3% increase in year four and year five. Financial Considerations: Funding for City audio and video services in the amount of $60,000 is approved in the FY 2025 adopted Hotel Occupancy Tax and General Fund budget and will be proposed for the same amount in the FY 2026 Hotel Occupancy Tax and General Fund budget. For reference purposes, the cost for services by event is shown below: • Stars & Stripes 2025: $25,291 • Home for the Holidays 2025: $25,335 • Celebrate Southlake 2025: $3,060 • Events at Aria: $3,500 * Materials, equipment, and specifics are defined in the attached agreement 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 of collaborating with select partners to implement service solutions and achieving strong outcomes through continual evaluation and pursuit of better practices that improve core business operations. Legal Review: The City Attorney has reviewed the City's proposed contract with Eagle AVL. Alternatives: The City Council may alternatively also consider the following: • Approve the contract with modifications • Deny the contract Staff Recommendation: Approve the audio and video for events contract with Eagle AVL in an amount not to exceed $60,000. Attachments: Contract award for Eagle AVL Staff Contact: Daniel Cortez (817) 748-8039 May 7, 2025 Eagle AVL 4651 Shelby Rd. Fort Worth, Texas 76140 SOUTHLAI<E 0 Attn: Mr. Chris Warndahl Subject: Award Notification for RFP2501B180LK250002 Audio Services for City of Southlake Events Dear Mr. Warndahl: The City of Southlake is pleased to inform you that Eagle AVL, of Fort Worth, Texas is the awarded vendor for RFP2501B180LK250002 Audio Services for City of Southlake Events. The award and this agreement are based on your proposal to the City RFP2501B180LK250002, 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 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: Lauren Kimberly 817-748-8919 Send all billing to: City of Southlake accountspavablena,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, CPPO, CPPB Purchasing Manager City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifkaAci. southlake.tx.us Contract and Award Accepted: Signed: Mayor Shawn McCaskill City of Southlake Attest: Amy Shelley, TRMC City Secretary Date: Approved as to Form and Legality: City Attorney PAIMLE AVL Eagle AVL 4651 Shelby Road Fort Worth, TX 76140 us Phone: (817) 654-9905 www.eagleavl.com City of Southlake Dylan Duque 1400 Main Street Suite 440 South Lake, TX 76092 Mobile: 682-970-8606 Email: dduque@ci.southlake.tx.us Quote Quote Number: 25-0911 Southlake Stars and Stripes 2025 Bill To Southlake TX, City of Finance Department 1400 Main Street Suite 440 Southlake, TX 76092 US 'hone: (817) 748-8345 ax: (817) 748-8048 ccountspayable@ci.south lake.tx. Venue / Site Southlake Town Square 1256 Main Street Southlake, TX 76092 Phone:8173295566 Account Manager Shipping Method Customer PO Warehouse Terms Tax Rule Chris Warndahl N/A 22400745 Fort Worth/Dallas Net 30 Tax Exempt Ship Date Load In I Show Start I Load Out Return Date Discount 7/2/2025 7/2/2025 6:00 PM 1 7/3/2025 3:00 PM 7/3/2025 11:00 PM 7/3/2024 Type Qty. Description Note Time Rate Price Price Ext. Rustin Pavilion Operated Services Production 1 Behringer X32 Digital Mixing Console System Production 1 Galaxy MPA 32x8x150' 1 way Snake Production 1 Mains Pack 6NEXOM3/6NEXOB1/6NEXOS2t2dHAV2�NtiBd<N413tcable pack/PD&AC-Cable Pack Production 1 Front Fill Pack/4-fill/Amp Pack/NL4 Pack Production 3 Speaker on Stand/Omega U12E on Fountian Tripod with amp pack/NL4 Pack and AC Pack Production 1 Mains Pack 6NEXOM3/6NEXOB1/6NEXOS2]2-tt)W&N fE 4 cable pack/PD&AC-Cable Pack right Production 4 Audio Scaff Bay Platform 2 main and 2 street Production 1 MON 32-ch console/process pack Production 1 4-mix/6-wedge /amp pack/NL4 pack Production 1 Mic Pack -Large Orchestral Mic Pack/Per Advance Production 1 Stands Pack /Large Orchestral Per -Advance Production 1 Wireless Mic Pack/4-Shure ULX Full Combo/ with Hand Held/Mic/Combiner/Paddles/Case/Drawer/ACPack/2-Batteries Labor 2 Audio Operator/Technician Rustin to Frank Cornish Area Operated Services Production 3 6CH Small Porta Rack Production 3 Speaker on Stand/Omega U12E on State Street Tripod with amp pack/NL4 Pack and AC Pack Production 12 Speaker on Stand/Omega U12E on Grand Ave Tripod with amp pack/NL4 Pack and AC Pack Production 6 Balanced audio transformer Production 2 3 Pin XLR 1000' Labor 1 Audio Operator/Technician Frank Cornish with VIP Operated Services 4/23/2025 3:34 PM Page 1 of 3 Eagle AVL Quote (Quote Number: 25-0911) Type Qty. Description Note Time Rate Production 1 Behringer X32 Digital Mixing Console System Production 1 Mains Pack 6NEXOM3/6NEXOB1/6NEXOS2/2-HA/2-NL8&NL4 cable pack/PD&AC-Cable Pack Production 1 Front Fill Pack/2-fill/Amp Pack/NL4 Pac Production 2 3 Pin XLR 1000' Production 1 4-mix/6-wedge /amp pack/NL4 pack Production 4 Staging-4x4-Biljax/Multi Stage Stage 4x8x5 wings Deck Production 2 XLR 250 Labor 1 Audio Operator/Technician McPhearson Park From Rustin Operated Services Production 1 6CH Small Porta Rack Production 12 Speaker on Stand/Omega U12E on Tripod with amp pack/NL4 Pack and AC Pack Production 2 Omega Corps U218 Dual 18" Subwoofer Production 6 Balanced audio iso transformers Production 2 3 Pin XLR 500' Labor 1 Audio Operator/Technician Lake Park Area from Rustin Operated Services Production 1 6CH Small Porta Rack Production 2 Sumner Eventer 25 Genie Lift Production 1 MainsPack12OmegaV28ArrayPack Production 4 Omega Corps U218 Dual 18" Subwoofer Production 2 3 Pin XLR 500' Production 2 Balanced audio ISO transformers Labor 1 Audio Operator/Technician Misc Production 150 Cable Ramps Production 2 4-Pack Radio Case /w 4-chargers and 4-Handset Production 3 Generator 3 20kw Production 1 Generator Fuel Stage Hand 6 General Stage Hand - One Hour Load in Stage Hand 4 General Stage Hand - One Hour Show Call Stage Hand 6 General Stagehand OT Per Hour Load Out Labor 1 Production Manager Trucking 1 Local Metroplex Shipping Round Trip Price Price Ext. 4/23/2025 3:34 PM Page 2 of 3 Eagle AVL Notes: Purchaser to Provide electrical as required Purchaser is aware that not all cables are covered and Eagle is not liable for trip hazards or cable failure. All high traffic areas are covered. No rain or other cancellation refunds are permitted. NOTE: all gear/brands/models and other specs are at sole discretion of Eagle. Shops close 6pm, public works shutting Street down hard at 6pm on Jul 2nd Load in 6pm on Jul 2nd Event on Jul 3rd X Signature: Date: Subtotal: Sales Tax: Discount: Delivery and Pickup: Total: Total Applied Payments: Balance Due: Quote (Quote Number: 25-0911) $29,716.70 $0.00 ($4,425.66) $0.00 $25,291.04 $0.00 $25,291.04 4/23/2025 3:34 PM Page 3 of 3 Ajo�Y�� vv4vw.mll1crprcmv1.com Miller Pro AVL 4651 Shelby Road Fort Worth, TX 76140 us Phone: (817) 654-9905 www.millerproavl.com Client Southlake TX, City of Dylan Duque 1400 Main Street Suite 440 South Lake, TX 76092 Mobile: 682-970-8606 Email: dduque@ci.southlake.tx.us Quote Quote Number: 25-0912 Southlake Home for the Holidays 2025 Bill To Southlake TX, City of Finance Department 1400 Main Street Suite 440 Southlake, TX 76092 US Phone: (817) 748-8345 Fax: (817) 748-8048 accounts payable@ci.south lake.tx. Venue / Site Southlake Town Hall 1400 Main Street, Southlake, TX Account Manager Shipping Method Customer PO Warehouse Terms Tax Rule Chris Warndahl N/A 22500436 Fort Worth/Dallas Net 30 Tax Exempt Ship Date Load In Show Start Load Out Return Date Discount 11 /21 /2025 11 /21 /2025 8:00 AM 11 /22/2025 12:00 AM 11 /22/2025 12:00 AM 11 /24/2024 Type Qty. Description Note Time Rate Price Price Ext. Rustin SL250 Production 1 Stageline SL250 with/skirt/2-sets steps Must be NG model and rear windwall for reversability Production 8 4x8-Stageline Stage Deck 4ft extension down stage Production 3 4 Tier Choir Riser T-6" Each Trucking 1 Stageline Shipping/ LOCAL Rustin Park Audio Production 1 Acrylic Podium Production 1 Behringer X32 Digital Mixing Console Side of Stage System Production 1 Ipad Wirless package Production 1 Mains Pack8Ve rtecVT4888 Pack Production 2 Columbus McKinnon 1/2 Ton 60' Production 4 JBL SRX 728 Dual 18" Subwoofer Production 1 Front Fill Pack/2-fill/Amp Pack/NL4 Pac Production 1 2-mix/4-wedge /amp pack/NL4 pack Production 3 Dual Shure UHF-R WL/Mic System w,2-SM58mics/2-LAVmics/2-BodyPack Production 1 Mic Pack- Per Advance Choral mics and stands Production 2 3 Pin XLR 1000' To go from Main Stage to Frank Cornish Stage Production 2 3 Pin XLR 500' To go from Main Stage to Frank Cornish Stage Production 1 Mains 2 u12 on stick only Pack-2-OmegaU12/2-OmegaU218 Fountain delays Production 1 Music Stand With 2 clip lights 4/23/2025 2:57 PM Page 1 of 3 Miller Pro AVL Quote (Quote Number: 25-0912) Type Qty. Description Note Time Rate Price Price Ext. Rustin Park Lighting Production 1 Console/Controller Production 20 ToughParFab5/Weatherproof LED DS hung on 250 PAR/7x15watt RGBAW stage wash 14 downstage 6 upstage Carlos 12/25/24 Production 1 5 Waft LED Par In podium for color Production 5 Source 4 19 Degree Leko 1 mayor 4 for snowflake gobo on city hall Frank Cornish Audio Production 1 Mackie 16CH Porta Rack Side of Stage Production 1 Mains Pack-6-OmegaU12/4-OmegaU218/1-CRAlouETWpndbDgs pack/N14 pack/ AC Pack/Mini PD Pack skirted riser Production 2 Wireless Mic Pack/2-Shure SLX4 Full Combo/with Hand Held Mic/Body Back/Lav Mic/Case/Drawer/AC Pack/2-Batteries Production 1 Mic Pack- Per Advance Choral mics and stands Production 1 2-mix/4-wedge /amp pack/NL4 pack Frank Cornish staging Production 2 Staging-4x4-Biljax/Multi Stage Stage Deck Power Production 3 Generator Production 3 Generator Fuel Trucking 1 Local Metroplex Shipping Round Trip Production 70 Cable Ramps Labor Labor 1 Production Manager Labor 1 Lighting Technician Labor 2 Audio Technician Labor 1 Audio Technician Labor 1 1 -SL1 00/250/260 Techniciax days on site and travel Labor 1 Staging Technician Stage Hand 60 General Stage Hand Per Hour Stage Hand 60 General Stage Hand Per Hour Discount Production 1 Discount Skirted and rolling sound wings 2/70k's for Main ...1/45k for Small stage. Carlos 11 /25/24 for Cable Run from Main Stage to Frank Cornish Stage 4/23/2025 2:57 PM Page 2 of 3 Miller Pro AVL Notes: This is an estimate until all schedules and advance with artists are complete. All gtys, brands, models, are subject to advance and may change. Conditions 1. 50% nonrefundable deposit to secure reservations. 2. Full Balance shall be due within 15-days prior to event, payable per agreed net terms. 3. No cancellation refunds. 4. Client shall provide a COI naming Miller Pro Audio LLC as additional insured. 5. 4% fee will be added for any credit card transactions. 6. Tax shall be the burden of the client. Client shall provide a resale tax permit or tax may be added to this proposal at any time and shall be due in accordance with state and federal law. Client Responsibilities: (Client/Customer to provide unless otherwise noted in quote) 1. All electrical, forklifts, man -lifts, cable coverings, bike rack barricade, tents, and plastics. 2. Solid roadways, grand coverings and water to ballast 3. Permits at sole cost to Client/Customer. 4. All stagehands, loaders, riggers, fork ops and/or spot ops. 5. Client is responsible for any overnight security and shall be held monetarily responsible for loss and damages of as a result of negligence, theft, or vandalism. 6. Client will be responsible for any loss of work related to damaged, missing or stolen items until replaced. Client's Hospitality responsibilities: (Client/Customer to provide unless otherwise noted in quote) 1. Quality clean and reputable lodging, max 2 ppl per room. 2. 3 Hot crew meals per day 3. Fresh cold drinking water at all times. 4. Ample parking for all crew vehicles and or transport to from hotels or cars if necessary 5. Crew credentials as required for smooth venue access 6. Additional travel charges could occur due to labor shortages and routing. 50% nonrefundable deposit to secure reservations. Full Balance shall be due within 15-days prior to event, payable per agreed net terms. No cancellation refunds. 4% transaction fee for any payment other than certified funds,cash or pre -approved company check or wire. Client/Customer to provide (unless otherwise noted in quote) all electrical, feeder connect within 75' of stage, forklifts, manlifts, work lights, cable coverings, ground cover, bike rack barricade, tents, plastics, drape, stagehands, loaders, riggers, fork ops, spot ops, lodging, crew meals, solid roadways, water to ballast, crew drinking water, tech ground travel, permits at sole cost to Client/Customer. Additional travel charges could occur due to labor shortages and routing or late confirmations. This is an estimate until all schedules and advance with artists are complete. All gtys, brands, models, are subject to advance and may change. Client shall provide a COI naming Miller Pro Audio LLC as additional insured. Client is responsible for any overnight security and shall be held monetarily responsible for loss and damages of as a result of negligence, theft, or vandalism. Client will be responsible for any loss of work related to damaged, missing or stolen items until replaced. Tax shall be the burden of the client. Client shall provide a resale tax permit or tax may be added to this proposal at any time /SWIADe'ftu. in accordance with local, state and federal law. In any event of a high wind and inclement situation, and or unsafe conditions occur for people or equipment, there will be no refund of such Subtotal: Sales Tax: Discount: Delivery and Pickup: Total: Total Applied Payments: Balance Due: Quote (Quote Number: 25-0912) $25,635.00 $0.00 ($300.00) $0.00 $25,335.00 $0.00 $25,335.00 Page 3 of 3 ® L Quote AVL Eagle AVL Quote Number: 25-0913 4651 Shelby Road Celebrate Southlake 2025 Fort Worth , TX 76140 US Phone: (817) 654-9905 www.eagleavl.com Client City of Southlake Dylan Duque 1400 Main Street Suite 440 South Lake, TX 76092 Mobile: 682-970-8606 Email: dduque@ci.southlake.tx.us Bill To Southlake TX, City of Finance Department 1400 Main Street Suite 440 Southlake, TX 76092 US Phone: (817) 748-8345 Fax: (817) 748-8048 accountspayable@ci.south lake.tx. Venue / Site The Gazebo at Southlake Account Manager Shipping Method Customer PO Warehouse Terms Tax Rule Chris Warndahl 16' Box Van 22400852 Fort Worth/Dallas Net 30 Tax Exempt Ship Date Load In I Show Start I Load Out Return Date Discount 9/16/2025 9/6/2025 12:00 AM 9/6/2025 12:00 AM 9/6/2025 12:00 AM 9/6/2025 Type Qty. Description Audio -Operated Service Production 1 Midas M32 Digital Mixing Console System Production 1 IPAD/ROUTER PACK Production 1 Galaxy MPA 53ch Veam Snake Production 1 40CH Veam Fan With Returns Production 1 Mains Pack 6-L ACOUSTICS KARA Line Array module(2-Array) Production 2 L-ACOUSTICS KS28 Flyable Subwoofer Production 1 4-mix/4-wedge /amp pack/NL4 pack Production 1 Shure OLX-D 2ch 2ch Wireless Combo Syst. 2-H H/2-Lav+Pack Production 1 Mic Pack (Small) Production 1 Stands Pack (Small) Labor 2 Audio Operator/Technician Trucking 1 Audio Shipping Note Time Rate Price Price Ext. 4/23/2025 2:59 PM Page 1 of 2 Eagle AVL Notes: This is an estimate until all schedules and advance with artists are complete. All gtys, brands, models, are subject to advance and may change. Conditions 1. 100% nonrefundable deposit to secure reservations. 2. No cancellation refunds. 3. 4% fee will be added for any credit card transactions. 4. Client/Customer to provide (unless otherwise noted in quote) all electrical, forklifts, manlifts, cable coverings, bike rack barricade, tents, plastics, stagehands, loaders, riggers, fork ops, lodging, crew meals and water, at sole cost to Client/Customer. 5. Additional travel charges could occur due to labor shortages. 50% nonrefundable deposit to secure reservations. Full Balance shall be due within 15-days prior to event, payable per agreed net terms. No cancellation refunds. All Straight Rentals to be prepaid 100% 4% fee will be added for any transactions other than cash, cashiers, check, pre -approved checks or wire. Client/Customer to provide (unless otherwise noted in quote) all electrical, feeder connect within 75' of stage, forklifts, manlifts, work lights, cable coverings, ground cover, bike rack barricade, tents, plastics, drape, stagehands, loaders, riggers, fork ops, spot ops, lodging, crew meals, solid roadways, water to ballast, crew drinking water, tech ground travel, permits at sole cost to Client/Customer. Additional travel charges could occur due to labor shortages and routing or late confirmations. This is an estimate until all schedules and advance with artists are complete. All gtys, brands, models, are subject to advance and may change. Client shall provide a COI naming Miller Pro Audio LLC as additional insured. Client is responsible for any overnight security and shall be held monetarily responsible for loss and damages of as a result of negligence, theft, or vandalism. Client will be responsible for any loss of work related to damaged, missing or stolen items until replaced. Tax shall be the burden of the client. Client shall provide a resale tax permit or tax may be added to this proposal at any time and shall be due in accordance with local, state and federal law. In any event of a high wind and inclement situation, and or unsafe conditions occur for people or equipment, there will be no refund of such equipment, for example, video walls, video screens. Client assumes all risk. X Signature: Date: Subtotal: Sales Tax: Discount: Delivery and Pickup: Total: Total Applied Payments: Balance Due: Quote (Quote Number: 25-0913) $3,060.00 $0.00 $0.00 $0.00 $3,060.00 $0.00 $3,060.00 4/23/2025 2:59 PM Page 2 of 2 llw�jmva v ww.mlilcrproav1.com Miller Pro AVL 16010 Mueurer Ln Del Valle, Texas 78617 Phone: 1-855-672-2856 www.millerproavl.com Client City of Southlake 1400 Main Street Suite 440 Southlake, TX 76092 US Phone:8177488611 ill To Quote Quote Number: 25-0914 South Lake Aria Quote Account Manager Shipping Method Customer PO Warehouse Terms Tax Rule Chris Warndahl I N/A Austin Net 30 Tax Exempt Ship Date Load In Show Start Load Out Return Date Discount 12/25/2025 12:00 AM 12/25/2025 12:00 AM 12/25/2025 12:00 AM Type Qty. Description Note Audio -Operated Service Production 1 Midas M32 Digital Mixing Console System Production 1 IPAD/ROUTER PACK Production 1 Galaxy MPA 53ch Veam Snake Production 1 40CH Veam Fan With Returns Production 1 Mains Pack 6-L ACOUSTICS KARA Line Array module(2-Array) Production 2 L-ACOUSTICS KS28 Flyable Subwoofer Production 1 4-mix/4-wedge /amp pack/NL4 pack Production 1 Shure QLX-D 2ch 2ch Wireless Combo Syst. 2-H H/2-Lav+Pack Production 1 Mic Pack (Small) Production 1 Stands Pack (Small) Labor 2 Audio Operator/Technician Trucking 1 Audio Shipping Time Rate Price Price Ext. 4/23/2025 3:37 PM Page 1 of 2 Miller Pro AVL Quote (Quote Number: 25-0914) Notes: Subtotal: $3,500.00 50% nonrefundable deposit to secure reservations. Sales Tax: $0.00 Full Balance shall be due within 15-days prior to event, payable per agreed net terms. Discount: $0.00 No cancellation refunds. Delivery and Pickup: $0.00 All Straight Rentals to be prepaid 100% Total: $3,500.00 4% fee will be added for any transactions other than cash, cashiers, Total Applied Payments: $0.00 check, pre -approved checks or wire. Client/Customer to provide (unless otherwise noted in quote) all electrical, Balance Due: $3,500.00 feeder connect within 75 of stage, forklifts, manlifts, work lights, cable coverings, ground cover, bike rack barricade, tents, plastics, drape, stagehands, loaders, riggers, fork ops, spot ops, lodging, crew meals, solid roadways, water to ballast, crew drinking water, tech ground travel, permits at sole cost to Client/Customer. Additional travel charges could occur due to labor shortages and routing or late confirmations. This is an estimate until all schedules and advance with artists are complete. All gtys, brands, models, are subject to advance and may change. Client shall provide a COI naming Miller Pro Audio LLC as additional insured. Client is responsible for any overnight security and shall be held monetarily responsible for loss and damages of as a result of negligence, theft, or vandalism. Client will be responsible for any loss of work related to damaged, missing or stolen items until replaced. Tax shall be the burden of the client. Client shall provide a resale tax permit or tax may be added to this proposal at any time and shall be due in accordance with local, state and federal law. In any event of a high wind and inclement situation, and or unsafe conditions occur for people or equipment, there will be no refund of such equipment, for example, video walls, video screens. Client assumes all risk. X Signature: Date: 4/23/2025 3:37 PM Page 2 of 2 Appendix B — Proposal Submittal Checklist: (To determine validity of proposal) X Appendix B (pages _9_ through _18_) must be included in the proposal submittal X Appendix C Conflict of Interest Form (page _18_) must be included in the proposal submittal. X Form 1295 Certificate of Interested Party must be included in the proposal submittal. See Page 2. X HB 89, SB 252, SB 13, and SB 19 Acknowledgment. See Page 15. All proposals su1 1 to the1 1 Ilake shall include thispage with the submitted Proposal. RFP Number: RFP2501B18OLK250002 Project Title: Audio Services for City of Southlake Events Submittal 3:00 P.M. (CST), Friday April 25, 2025 Deadline: Submit Electronically* to: https://southlake.bonfirehub.com/login * Requires email account login and password. Proposer Information: Proposer's Legal Name: Eagle AVL Address: 4651 Shelby RD City, State & zip Fort Worth TX 76140 Federal Employers Identification Number # 73-162446 Phone Number: 817-654-9905 FAIumber; , E-Mail Address: Chris@millerproaudio.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: Signature of Authorized Representative: CAZ.�, U)a4rt� Signed this 23 (day) of April (month), 2025 (year) City of Southlake - RFP250IB18OLK250002 - Page 9 of 19 Appendix B — Proposal (continued) I. REQUIRED PROPOSAL INFORMATION. IN ORDER FOR A PROPOSAL TO BE CONSIDERED COMPLETE, AND TO BE EVALUATED FOR A CONTRACT AWARD BY THE CITY, PROPOSER MUST SUBMIT 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. Proiect 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 RFP. 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. 2. Cost of Proposed Products and/or Services A. Pricing: 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 hardcopy. You may access it via the online portal (b=s://southlake.bonfirehub.com/login). 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 fill out the Additional Responses template accordingly. 3. Term of Contract and Option to Extend Any contract resulting from this RFP shall be effective for thirty-six 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 - RFP250IB18OLK250002 - Page 10 of 19 A. Option Clause: It is agreed that City will have the option to extend the contract for up to four (4) additional terms, in twelve-month intervals. To exercise this option, the City shall serve notice 30 days prior to contract termination or to the end of any 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 evaluation 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 renewal period. 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 Renewal Escalation Percentage......................................................... 0 % Second Renewal Escalation Percentage......................................................... 3 % Third Renewal Escalation Percentage............................................................ 3 % Fourth Renewal Escalation Percentage..................................................... 3 % 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: 31 ; and the number of employees: 46 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. City of Southlake - RFP250IB180LK250002 - Page 11 of 19 5. References Proposer shall provide four (4) references where Proposer has performed similar to or the same types of services as described herein. Reference # 1: Client / Company Name: Event Production Servi Contact Name: Contact Title: Jeff Miller Owner Phone: Email: 512-828-7551 jeff@epstx.net Date and Scope of Work Provided: Past 11 years, City of Carrolton, Festival at switch yard Sound, lights, stage. Site su Past 12 years Blues on the Green festival, sound, slights., stage, vide, site suppo Reference #2: Client / Company Name: City of Garlan Contact Name: Contact Title: Les Redman Special Events Manager Phone: Email: 972-205-3898 Iredman@garlandtx.gov Date and Scope of Work Provided: 13 city events with sound, lights, stage, backline, and other support there events may need Reference #3: pport. Client / CondAUxlyFroductions Contact Name: Contact Title: Matt Managing Partner Phone: 210-380-6884 Email: Gideonkeys@yahoo.com Date and Scope of Work Provided: 2011 to current: San Antonio Dia De Los Muertos festival. One of the largtest in the count we provide stage, lights, sound, site lighting and site support. As well as many other events for this client. Reference #4: Client / Company Name: City Keller Contact Name: Contact Title: Jordan Dawson Parks and Rec Director Phone: 817-980-5736 Email: Jdawson@cityofkeller.com Date and Scope of Work Provided: Keller Christmas, and summer series concerts. Where we provide sound lights and stage. City of Southlake - RFP2501B18OLK250002 - Page 12 of 19 6. a 8. Trade Secrets and/or Confidential Information Trade Secrets and/or Confidential Information: This proposal _ (does) x (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 / MWBE registration number: C. An individual Proposer acting as a sole proprietor must also enter the Proposer's Social Security Number: # - - 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 vendorsgci.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: Eagle AVL Contract #: 361-249-6828 All hours cell phone Description: District manager for all offices Primary Contact (Name): Chris Warndahl Primary Contact Phone Numbers: Home: 361-249-6828 Secondary Contact (Name): Aaron Oliver Secondary Contact Phone Numbers: Home: Cell: 361-249-6828 832-660-5192 Cell: 832-660-5192 After Hours emergency opening fee, if applicable: $100 per hour if really necessary. City of Southlake - RFP2501 B180LK250002 - Page 13 of 19 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 successful Proposer. 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 entity's debts. Each governmental entity will place their own orders with the successful Proposer and be responsible for ensuring full compliance with the RFP specifications. Prior to other governmental entities placing orders, the City will notify the successful Proposer of their intent. Please indicate below if you will permit other governmental entities to purchase from your agreement with the City. [x ] Yes, Others can purchase [ ] No, Only the City can purchase II. CONTRACT TERMS AND CONDITIONS. EXCEPT WHERE PROPOSER MAKES SPECIFIC EXCEPTION IN THE SUBMITTED PROPOSAL, ANY CONTRACT RESULTING FROM THIS RFP WILL CONTAIN THE FOLLOWING TERMS AND CONDITIONS, WHICH PROPOSER HEREBY ACKNOWLEDGES, AND TO WHICH PROPOSER AGREES BY SUBMITTING A PROPOSAL: 1. 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 good and workmanlike quality, in addition to, and not in lieu of, 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. City of Southlake - RFP250IB18OLK250002 - Page 14 of 19 C. Liens: Proposer shall indemnify 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 City. D. Gratuities / Bribes: Proposer certifies that no bribes in the form of entertainment, gifts, or otherwise, were offered or given by the successful Proposer, or its agent or representative, to any City officer, employee or elected representative, with respect to this RFP 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 payment 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. Americans with Disabilities Act and Section 504 of the Rehabilitation Act of 1973 Nondiscrimination Statement: The City of Southlake does not discriminate against any qualified disabled person, including discrimination in employment, or exclude individuals from participation in or deny the benefits of, any program or activity that receives or benefits from federal financial assistance, solely by reason of the individual's disability. Additionally, the City of Southlake ensures its programs will be conducted, and its facilities operated, in compliance with all non-discriminatory practices and requirements imposed by or pursuant to 49 Code of Federal Regulations (CFR) Part 27, 28 CFR Part 35 and 42 USC §§ 12101 — 12213. J. 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. [ x] Yes, we agree [ ] No, we do not agree [ ] N/A K. 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. [x ] Yes, we agree [ ] No, we do not agree L. Compliance with SB 13: Proposer agrees per SB 13 vendor does not boycott energy companies as those terms are defined in the Texas Government Code § 809.001, and will not boycott energy companies during the term of any contract with the City of Southlake. [x ] Yes, we agree [ ] No, we do not agree M. Compliance with SB 19: Proposer agrees per SB 19 vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association as those terms are defined in the Texas Government Code § 2274.001, and that vendor will not so discriminate during the term of any contract with the City of Southlake. [x ] Yes, we agree [ ] No, we do not agree City of Southlake - RFP2501B18OLK250002 - Page 15 of 19 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, and list the City of Southlake, its officers, and employees as an additional insured, 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; ii. 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 - RFP250IB180LK250002 - Page 16 of 19 Appendix C — Form CIQ WHO: The following persons must file a Conflict of Interest Questionnaire with the City if the person has an employment or business relationship with an officer of the City that results in taxable income exceeding S2,500 during the preceding twelve — month period, or an officer or a member of the officer's family has accepted gifts with an aggregate value of more than $250 during the previous twelve — month period and the person engages in any of the following actions: 1. contracts or seeks to contract for the sale or purchase of property, goods or services with the City, including any of the following: a. written and implied contracts, utility purchases, purchase orders, credit card purchases and any purchase of goods and services by the City; b. contracts for the purchase or sale of real property, personal property including an auction of property; c. tax abatement and economic development agreements; 2. submits a bid to sell goods or services, or responds to a request for proposal for services; 3. enters into negotiations with the City for a contract; or 4. applies for a tax abatement and/or economic development incentive that will result in a contract with the City THE. FOLLOWING ARE CONSIDERED OFFICERS OF THE CITY: 1. Mayor and City Council Members; 2. City Manager; 3. Board and Commission members and appointed members by the Mayor and City Council; 4. Directors of 4A and 4B development corporations; 5. The executive directors or managers of 4A and 4B development corporations; and 6. Directors of the City of Southlake who have authority to sign contracts on behalf of the City. EXCLUSIONS: A questionnaire statement need not be filed if the money paid to a local government official was a political contribution, a gift to a member of the officer's family from a family member; a contract or purchase of less than $2,500 or a transaction at a price and subject to terms available to the public; a payment for food, lodging, transportation or entertainment; or a transaction subject to rate or fee regulation by a governmental entity or agency. WHAT: A person or business that contracts with the City or who seeks to contract with the City must file a "Conflict of Interest Questionnaire" (FORM CIQ) which is available online at www.ethics.state.tx.us and a copy of which is attached to this guideline. The form contains mandatory disclosures regarding "employment or business relationships" with a municipal officer. Officials may be asked to clarify or interpret various portions of the questionnaire. WHEN: The person or business must file: 1. the questionnaire —no later than seven days after the date the person or business begins contract discussions or negotiations with the municipality, or submits an application, responds to a request for proposals or bids, correspondence, or other writing related to a potential contract or agreement with the City; and 2. an updated questionnaire — within seven days after the date of an event that would make a filed questionnaire incomplete or inaccurate. It does not matter if the submittal of a bid or proposal results in a contract. The statute requires a vendor to file a FORM CIQ at the time a proposal is submitted or negotiations commence. WHERE: The vendor or potential vendor must mail or deliver a completed questionnaire to the Finance Department. The Finance Department is required by law to post the statements on the City's website. ENFORCEMENT: Failure to file a questionnaire is a Class C misdemeanor punishable by a fine not to exceed S500. It is an exception to prosecution that the person files a FORM CIQ not later than seven business days after the person received notice of a violation. NOTE: The City does not have a duty to ensure that a person files a Conflict of Interest Questionnaire. City of Southlake - RFP2501B180LK250002 - Page 17 of 19 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, 94th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being flied in accordance with Chapter 176, Local Government Code, by a vendor who Date 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 flied 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 flied. 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 offense under this section is a misdemeanor. !J Name of vendor who has a business relationship with local governmental entity. Eagle AVL 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 on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 9 Name of local government officer about whom the information is being disclosed. Name of Officer 4 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 the officer receiving or likely to receive taxable Income, other than investment income, from the vendor? Yes F—X] No B. Is the vendor receiving or likely to receive taxable income, other than Investment income, from or at the direction of the local govemment officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes FX-� No 2J 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. 6 Check this box if the vendor has given the local govemment 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). 7 Ci16i a)a4AW'a& 4/23/25 Signature of vendor doing business with the governmental entity pate Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 City of Southlake - RFP2501B18OLK250002 - Page 18 of 19 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 Purchasing Division, Department of Finance 1400 Main Street, Suite 420 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 large ❑ Job too small ❑ Do not wish to do business with the City of Southlake ❑ Other: ❑ Cannot submit electronically Company Name (Please print): Authorized Officer Name (Please print): Telephone: (� Fax: City of Southlake - RFP250IB180LK250002 - Page 19 of 19 CITY OF SOUTHLAKE lug City of Southlake REQUEST FOR PROPOSALS Proposal Reference Number: RFP2501 B 18OLK250002 Project Title: Audio Services for City Events Proposal Closing Date: 3:00 P.M.(CST), Friday, April 25, 2025 TABLE OF CONTENTS Tableof Contents................................................................................................................................ Page 1 Request for Proposals (1) Introduction.............................................................................................................................. Page 2 (2) Definitions................................................................................................................................ Page 3 (3) General Information................................................................................................................. 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 (1) 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 (-) Required Signature Page for Submittal Packet......................................................................... Page 9 I Required Proposal Information (1) Proposed Product................................................................................................................... Page 10 (2) Cost of Proposed Product....................................................................................................... Page 10 (3) Term of Contract and Option to Extend................................................................................. Page 10 (4) Proposer's Experience / Staff................................................................................................. Page 11 (5) References.............................................................................................................................. Page 12 (6) Trade Secrets and/or Confidential Information...................................................................... Page 13 (7) Federal, State and/or Local Identification Information......................................................... Page 13 (8) Emergency Business Services Contact Notice....................................................................... Page 13 (9) Cooperative Governmental Purchasing Notice...................................................................... Page 14 II Contract Terms and Conditions (1) Delivery of Products and/or Services.................................................................................... Page 14 (2) Miscellaneous........................................................................................................................ Page 14 (3) Financial Responsibility Provisions...................................................................................... Page 16 AppendixC — Form CIQ................................................................................................................. Page 17 Appendix D — No Intent to Submit Form....................................................................................... Page 19 Attachment A — Sample Equipment List and Location Maps.................................................................. City of Southlake - RFP2501 B180LK250002 - Page 1 of 19 Southlake, Texas Request for Proposals 1. Introduction A. Proiect 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 estions: 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. Replies: 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 obviously erroneous. D. Conflict of Interest Questionnaire (Form CIQ): 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 filed 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 governmental 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 (1) 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 $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. Please go 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 - RFP250IB18OLK250002 - Page 2 of 19 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. City of Southlake ("City): The City of Southlake, Texas. City Secretary's Office: The office of the City Secretary of the City, located at 1400 Main Street, Suite #270, Southlake, Texas 76092. PH: (817) 748-8016; 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: tsliflca(a�ci.southlake.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 Tax. Do not include tax in the Proposal. City will furnish 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 event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's 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:Hsouthlake.bonfirehub.com/login and register. Once registered for this City of Southlake - RFP250IB180LK250002 - Page 3 of 19 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 9 (nine) 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. P o s is Received Late: Proposers are encouraged to submit their proposals as soon as possible. J �' PTnd 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 after 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 F vertically oriented pages, numbered at the bottom. The City only accepts electronic submissions via https:Hsouthlake.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 waived by the City, such that the Proposal may be considered for award. C. Ambiguity: 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. City of Southlake - RFP250IB180LK250002 - Page 4 of 19 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 or all 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: i) The successful proposer fails to perform in accordance with the provisions of these specifications; or ii) The successful proposer violates any 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 i) through iv) occurs, the City of Southlake 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 payment 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. H. Terminate for Convenience: This contract may be cancelled or terminated 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 - RFP250IB18OLK250002 - Page 5 of 19 Appendix A — Scope of Services 1. Project Title: Audio Services for City Events 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: tslifka@ci.southlake.tx.us. 3. Special Conditions The following special conditions shall prevail over areas of conflict in previous pages: NONE 4. Proposal Evaluation Factors Emphasis Factor 20% Vendor Overall Price for Services 40% Vendor Experience Providing Required Services 35% Vendor Ability to Provide Required Services 5% Vendor Past Experience with City Brand Manufacture Reference The City has determined that any 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. Key Events Schedule Proposal Release Date April 9, 2025 Deadline for Submittal of Written Questions April 16, 2025 Sealed Proposals Due to and Opened by City Shown on First Page of this RFP Anticipated Committee Evaluation Review Date May 2025 Anticipated Award Date May 2025 Scope of Services The City of Southlake is seeking vendor(s) to provide Audio, Lighting, and Visual Equipment and Services for City events as requested. Actual event locations, dates and times will be confirmed at time of reserving services with awarded vendor. Anticipated City events are listed below. Some events shall be held within Southlake Town Square. These events may utilize four (4) parks and the connecting streets/ parking lots including Rustin Park, Family Park, McPherson Park, and Frank Edgar Cornish IV Park. Other events shall be held at Aria, an outdoor amphitheater adjacent to The Marq Southlake, located within Bicentennial Park. Other locations may be requested as required and may be added as a contract amendment at a later date. Please see Attachment A for maps of current locations. Sample equipment utilized in past events are provided as a sample only as Attachment A. This is not all of the items and equipment which may be required. City of Southlake - RFP2501B180LK250002 - Page 6 of 19 Southlake Stars & Strives Southlake Stars & Stripes celebration utilizes Family Park, McPherson Park and Frank Edgar Cornish IV Park on July 3 from 6:00 p.m. — 11:00 p.m. and requires concert quality sound throughout the entire footprint. Rain dates are normally scheduled for one of the following two days, if required. Southlake Stars & Stripes is the City's annual Independence Day celebration utilizing two stages simultaneously as well as synced music for the 20-25 minute fireworks show which draws over 40,000 attendees. In addition to event sound broadcast throughout the entire event footprint, audio and lighting are required for the following: A large community band and patriotic ceremony in the pavilion at Family Park with utilization of a CD player or digital devices. Multiple large cover bands on a city provided stage (28 ft x 14 ft) in Frank Edgar Cornish IV Park Sound in McPherson Park. Vendor will provide concert quality sound to every seating area within all three of these Southlake Town Square parks. Vendor is required to be able to broadcast one stage throughout the entire Southlake Town Square parks event footprints for all performances and presentations. Southlake Home for the Holidays Southlake Home for the Holidays event utilizes two Southlake Town Square parks, Family Park and Frank Edgar Cornish IV Park. This event is held the Saturday before the Thanksgiving holiday from 4:30 p.m. — 8:30 p.m. Home for the Holidays is an evening event and requires additional lighting to be provided. In addition to concert quality sound throughout the entire event footprint, audio and lighting are needed for 8 — 10 different large school vocal, bell, and chime choirs on a stage provided by audio visual vendor (32 ft x 24 ft) in Frank Edgar Cornish IV Park and CijY provided stage (28 ft x 14 ft) in Family Park. A lighted acrylic podium with microphone is also required for the stage in Family Park. Each stage requires different CDs and microphone set ups. A brief pyrotechnic display will celebrate the tree lighting that will be synced to music. Other City events may require audio visual services in a specific Southlake Town Square park. Concert quality sound will be required throughout the entire footprint of the specific park. Additionally, it may be necessary to connect one park to another to broadcast sound from one stage. Audio visual will be required for a City provided stage (28 ft x 14 ft) for large bands and/or choirs in either Family Park or Frank Edgar Cornish IV Park. The stage requires CDs and microphone set ups. Audio needs for McPherson Park will include concert quality sound throughout the location broadcast from either Family Park or Frank Edgar Cornish IV Park. No stage requirements are required at McPherson Park. Aria Outdoor Amphitheater Various events will be scheduled at Aria, an outdoor amphitheater. This amphitheater is located within The Marq Southlake complex. The Aria stage area is approximately 1,100 square feet and measures approximately 43 feet across the front and 31 feet deep. Lighting for this location will be provided by the city; however, concert quality sound is required to be provided throughout the amphitheater area including lawn seating, promenade and The Marq Southlake outdoor patio. Performances may include large bands, theatrical or choral performances. Vendors may not rig to beams in amphitheater. All Locations and Events All sound equipment must be hard wired for the events. No Bluetooth or wireless speakers will be permitted. All cables must be covered by cable ramps and may not be hung or suspended from rooftops. City of Southlake - RFP2501BI80LK250002 - Page 7 of 19 The City will consider streaming over an IP address. Please provide detailed information in your proposal submission. All events are outdoors; therefore, the vendor must be prepared to provide services in various potential weather conditions including extreme heat and cold, rain, wind etc. The City of Southlake will provide traffic management where AV set up is required. Electrical power must be provided by awarded vendor via a generator. Operating generator noise may not disrupt sound for event. Remote staging of the generator may be required. Awarded vendor shall be required to attend pre -event meetings and site walk-through as requested. The City of Southlake will provide parking for staff and trucks outside the event barricades. Proposer will provide sufficient staffing for set-up/breakdown and proper operation of equipment during all events. Please include staffing levels in proposal submission. Proposer should provide photos of past events, equipment and technicians. Proposer should expand on basic information provided by providing additional information and/or recommendations to improve the quality and service of the events. Included are past examples of services provided for each location. This is only an example, and Proposer should provide information on what they propose to provide as part of the overall cost for each location. City of Southlake - RFP250IB180LK250002 - Page 8 of 19