Loading...
R-2025-285 - 11/6/2025 RESOLUTION NO. R-2025-285 WHEREAS, the City of Round Rock ("City") has duly sought proposals for the rental of parade balloons for the City of Round Rock events, and for related goods and services; and WHEREAS, Big Events, Inc. has submitted the proposal determined to provide the best value to the City considering the price and other evaluation factors included in the request for proposals; and WHEREAS, the City Council desires to enter into an agreement with Big Events, Inc. for the rental of parade balloons, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Rental of Parade Balloons with Big Events, Inc., a copy of same being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 6th day of November, 2025. CRAA?(MORG,AN, Mayor City ot Roun ock, Texas ATT ST: 10 AN FRANKLIN, City Clerk 0112.20252:4920-9598-4756 EXHIBIT A CITY OF ROUND ROCK AGREEMENT FOR RENTAL OF PARADE BALLOONS WITH BIG EVENTS,INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the rental of parade balloons for the City of Round Rock events, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the day of the month of , 2025 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and BIG EVENTS, INC., whose offices are located at 3909 Oceanic Drive, Suite 402, Oceanside, CA 92056 (referred to herein as"Vendor"). RECITALS: WHEREAS, City desires to rent parade balloons for City events; and WHEREAS,City issued Request for Proposal ("RFP") for said rental services; and WHEREAS, based upon the proposals received, City determined the Vendor provides the best value for the provision of the goods and services set forth herein; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights,duties,and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.0 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified services and Vendor is obligated to provide said services. The Agreement includes City's RFP No. 25-025-UPDATED dated July 2025 and Vendor's proposal (attached as Exhibit"A"). 4934-5314-6478/ss2 B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities,or equipment. F. Services mean work performed to meet a demand or effort by Vendor to comply with promised delivery dates, specifications, and technical assistance specified. G. Vendor means Big Events,Inc., its successors or assigns. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein,or is terminated. B. The term of the Agreement shall be sixty (60) months from the Effective Date. C. City reserves the right to review the relationship with Vendor at any time and may elect to terminate this Agreement with or without cause or may elect to continue. 3.0 CONTRACT DOCUMENTS AND EXHIBITS The goods and services which are the subject matter of this Agreement are described in Exhibit"A" and,together with this Agreement, comprise the Contract Documents. 4.0 SCOPE OF WORK Vendor shall satisfactorily complete all services described in Vendor's Proposal in Exhibit "A," attached hereto and incorporated herein, at the request of the City, within the contract term specified. This Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. 2 A change in the Scope of Services or any term of this Agreement, including bonding requirements, must be negotiated and agreed to in all relevant details, and must be embodied in a valid supplemental agreement as described herein. 5.0 CONTRACT AMOUNT In consideration for the deliverables and services related to the deliverables, the City agrees to pay Vendor and amount not-to-exceed$250,000.00 for the term of this Agreement. 6.0 INVOICES All invoices shall include, at a minimum,the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.0 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 8.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late;or 3 B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 9.0 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 10.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 11.0 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers 12.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Jenene Jeffries-Uhrig, Manager Parks and Recreation Department 301 West Bagdad Avenue, Suite 250 Round Rock,Texas 78664 iieffriesr roundrocktexas.gov (512) 341-3362 13.0 INSURANCE Vendor shall meet all City of Round Rock Insurance Requirements as set forth at: https://www.roLindrocktexas.gov/wp-content,lut)loads/ 024/12/CORR-Insurance-08-2024.8 f 4 14.0 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.0 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; B. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein; or C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 16.0 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause,at any time upon thirty (30)days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause,upon ten(10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the 5 charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 17.0 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement,no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 18.0 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards,bureaus and agencies. B. In accordance with Chapter 2271,Texas Government Code,a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1)does not boycott Israel; and(2)will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 2274,Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 6 19.0 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.0 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Big Events, Inc. 3909 Oceanic Drive Suite 402 Oceanside,CA 92056 Notice to City: City Manager Stephanie L. Sandre, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 21.0 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 7 23.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 24.0 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 25.0 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However,notice of such impediment or delay in performance must be timely given and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock,Texas Big Ev ,Inc. By: By: Printed Name: Printed Name: Title: Title: Date Signed: Date Signed: Q 2r Attest: By: Ann Franklin, City Clerk For Cit., Approved as to Form: By: Stephanie L. Sandre,City Attorney Exhibit "A" ROUND ROCK TEXAS PORCHASMG DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.i-oundrocktexas.gov REQUEST FOR PROPOSAL (RFP) INFLATABLE PARADE BALLOON RENTAL SOLICITATION NUMBER 25-025-UPDATED JULY 2025 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No.25-025-UPDATED Commodity Code 037-34 July 2025 INFLATABLE PARADE BALLOON RENTAL PART GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" is seeking proposals from qualified vendors to provide professional services related to the rental, inflation, and operation of inflatable parade balloons for citywide events and holiday parades. These balloons are a central feature of annual celebrations and are expected to contribute to the festive and safe atmosphere of public events. The City is setting a not-to-exceed cost of$50,000 per year for the term of contract. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—Genera! Requirements Page(s) 2-4 Part it —Definitions, Standard Terms and Conditions, Page 5 and Insurance Requirements Part III—Supplemental Terms and Conditions Page(s) 6-8 Part IV—Scope of Work Page 9-10 Part V—Proposal Preparation Instructions and Evaluation Factors Page 11 Attachment A-Proposal Submittal Form Separate Attachment Attachment B—Reference Sheet Separate Attachment Attachment C- Insurance Instructions Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released July 30, 2025 Deadline for submission of questions August 13, 2025 @ 5:00 PM, CST City responses to questions or adderdums Approximately August 15, 2025 @ 5:00 PM, CST Deadline for submission of responses August 29,2025 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PPA, CST on the due date noted above. A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: htti)s liroundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. https:l/roundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https:l/roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein.Various Page 2 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 updates may nclude addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https://rouncirocktexas.bonfirehub.com A. This request for proposal (RFP) does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties'form must be completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https:/Imvw.ethi cs.state,tx.0 slfil inainfo/1295! 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited)initiated by the Offeror to the City Official, Employee, City Consultant,or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protestEDroundrocktexas.gov. In the event of a timely protest,the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Response Due Date: If you are a qualified respondent and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for responses, you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the response due date. B. After Response Due Date: If you submit a response to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: I. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10)working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer Page 3 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A)above. iii. You must submit your protest in writing and must include the following information: a. your name, address, telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents, e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest,the Purchasing Manager,with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination.The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter.The reasons for the determination will be presented in the letter. iii. Determine that a viclaJon of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However, the awarded contract will not be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15)business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 4 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. These can be obtained from the City's website at https:/hvww.roundrocktexas.,qovlcity-deoartmentsfpurchasingl. In addition,the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https:i,lmv.%,.roundrocktexas.cov/citV-departments/purchasing! Page 5 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1, AGREEMENT TERM:The terms of the awarded agreement shall include but not be limited to the following-. A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. Upon expiration of the contract term,the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships normally engaged in inflatable parade balloon rental as specified herein and have adequate organization, facilities, financial capability, and personnel to ensure prompt and efficient service to the City. B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. C. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three (3) years. D. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this RFP process. 3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in inflatable parade balloon rental. 4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. 5. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United Stales. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage,fuel surcharges, delivery charges, costs associated with obtaining permits, P,ige 6 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. 7. PRICE INCREASE: Contract prices for inflatable balloon rentals shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 10%for any single line item unless otherwise approved by the City. A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December), and each (January through June OR July through December six month average)thereafter. TI-e percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing(cDroundrocktexas.gov with the rate detail comparison, a comprehensive calculation,and any supporting documentation to the designated City Contract Specialist a minimum of 45 days poor to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make change to the purchase order within 30 days of the request or negotiate with the Contractor cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 8. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five(5)working days.The Contractor will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City the Contractor shall agree to reperform services to specification at no additional cost to the City, If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 9. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any m nimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints,which may be more or less than indicated. 11. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https://rounorocktexas.bonfirehub.com once the City Council has approved the recommendation of the award and the agreement has been executed. 12. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. Page 7of13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 B. The City's designated representative: The City's designated representative shall be: Name: Jenene Jeffries Title: Manager Dept: Parks and Recreation Phone: 512-341-3362 E-mail:jjeffries@roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 13. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. C. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 8 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No, 25-025-UPDATED Commodity Code 037-34 July 2025 PART IV SCOPE OF WORK 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" is seeking proposals from qualified vendors to provide professional services related to the rental, inflation, and operation of inflatable parade balloons for citywide events and holiday parades. These balloons are a central feature of annual celebrations and are expected to contribute to the festive and safe atmosphere of public events. The City hosts multiple events annually, including but not limited to "Fourth of July" and"Light Up the Lake" celebrations.The city intends to rent approximately 7 large inflatable balloons per event. 2. MATERIAL SPECIFICATIONS: A. Balloons must be made of high-quality fabric with quality coloring. B. Balloons must not have rips, tears, holes or any other defects. All balloons must be shipped with patch kits in case of defect upon arrival. If defects keep a balloon from being displayed at an event, a credit shall be applied. 3. SERVICE REQUIREMENTS: The Contractor shall: A. Permitting and Compliance: Ensure all balloons comply with applicable safety standards, city regulations, and FAA requirements, if applicable. B. Storage: Optional off-site storage of balloons (if applicable). 4. CONTRACTOR RESPONSIBILITIES: The Contractor shall- A. Be responsible for the packaging and shipping of all parade balloons and associated materials to and from the City of Round Rock(PARD)yard. B. Deliver balloons and associated materials 4 days(at minimum)prior to the scheduled event. C. Inspect all parade balloons prior to shipping and again upon arrival and receipt at the city location. Complete a visual and physical inspection for defects, damage, or wear. Verify dimensions, design, branding, and artwork for accuracy. D. Evaluate material quality, anchoring systems, and safety features prior to shipping. E. Supply and review manuals, care instructions, and repair kits (if applicable). F. Test the inflation for proper functionality and air retention prior to shipping. G. Assist with inflating and deflating all parade balloons at the parade staging locations. H. Provide the required number of supervisors who shall operate and monitor all parade balloons along the entire parade route. Supervision shall include assisting city staff in the operation and monitoring of all parade balloons along the parade route. I. Provide cold air and pumps for all cold air balloons. J. Observe and obey all city signage while on city property. K. Upon completion of each event, the Contractor is responsible for coordinating the packing of all parade balloons and making all shipping arrangements for the shipping of all parade balloons back to the company. 5. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work performed across the city, the City shall be provided with a designated and identified crew leader/point of contact upon award of the contract. A. The City shall be provided with the designated person's name and telephone number. B. This contact person shall remain the same throughout the term of the contract or upon termination of the contact person. If a change has been made to the contact person, the City's designated representative shall be notified by the Contractor immediately at the time of the change. NO substitutions of key personnel shall be permitted without written approval of the authorized City's designated representative. C. The designated contact person shall be identified in the solicitation response and may be required to attend an oral presentation to the evaluation team prior to award of contract. Page 9 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No.25-025-UPDATED Commodity Code 037-34 July 2025 D. The City shall also be provided with a secondary designated contact person to communicate with if the primary contact is unavailable. 6. MAINTAIN COMMUNICATION: Communication is vital to the City of Round Rock.The City requires timely communication throughout the entire job process.The City understands that lead times can vary depending upon the size, manufacturer, and difficulty of the required tasks. 7. DELIVERY AND STORAGE:The Contractor shall make all arrangements for the delivery of inflatable balloons and supplies for each event. The Contractor shall verify with the City's designated representative and make necessary arrangements for security and storage space in the building during the project. 8. CITY RESPONSIBILITIES: The City will- A. Provide access to facilities or a designated location as needed. B. Provide access to utilities needed to complete tasks. C. Coordinate with the Contractor for the successful delivery of products. D. Ensure that the designated location or site is reasonably free of debris and hazards. Page 10 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https:/lroundrocktxvendors.munisselfservice.comNendorsidefault.aspx Proposal Submittal Instructions: The Respondent shall include all the following documents in their response- o Attachment A-Proposal Submittal Form o Attachment B-Reference Sheet Respondent's Catalog Pricing o Acknowledged Addenda(if applicable) o Segment requirements listed below. c A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. o List of Exceptions(if any)-Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions'with the Respondent's proposal. 3. EVALUATION CRITERIA: A. Segment 1 — Respondent's Solution. Safety Reauirements. Approach. &Timeline i. System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. ii. Program Approach and Timeline: Describe your technical plan for accomplishing required work and the estimated timeline for a project. Specifically indicate: 1) A description of your work program by tasks. Detail the steps you will take in proceeding from Task 1 to the final tasks. 2) Portfolio of balloons that includes images, dimensions, cubic feet(measurements)and number of handlers required. 3) A description of your role from inspections to the event and briefing. 4) A plan of action should there be any issues on the day of the event. B. Seament 2—Company Work Experience and Personnel i. Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing,work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. ii. Project Management Structure: Provide a general explanation and organizational chart which specifies project leadership and reporting responsibilities and interface the team with City project management and team personnel. iii. Prior Experience: State the number of years that your company has been providing the requested services in the solicitation. Describe only relevant municipal, governmental,corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include Page I 1 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-UPDATED Commodity Code 037-34 July 2025 corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2015.Supply the project title,year,and reference name with title, present address, and phone number of principal persons for whom prior projects were achieved. iv. Personnel: Include names,qualifications, and resumes of all personnel who will be assigned to the project. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. v. Contractors' past performance with the City may be considered. C. Segment 3—Catalog Pricing and Assortment: Information described in the following subsections is required from each respondent.Your method of cost may or may not be used but should be described in detail.A firm fixed price or not-to-exceed contract is$50,000 per year.The evaluators will score points on your catalog and your assortment of items. 1. Catalog patriotic balloons with pricing. H. Catalog of cold air Christmas balloons with pricing. iii. Catalog of"all other" balloons with pricing. iv. Cold air fees. v. Supervisor rates including all travel expenses. vi. Shipping/freight charges. vii. Itemized cost of supplies and materials. 10. EVALUATION SCORING: The intent of the City is to award to one respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the reouirements and jorovides the best overall value to the City. A. Evaluation Criteria: Weights: • Respondent's Solution,Approach, Safety Requirements&Timeline(Segment 1) 40 pts • Company Work Experience and Personnel (Segment 2) 20 pts • Catalog Pricing 20 pts • Catalog Assortment 20 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers(BAFO)are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion,elect to have respondents provide oral presentations of their proposal. The City reserves the right to re-score an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for the award. C. The City reserves the right to reject any or all proposals submitted,or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a"short list"of qualified proposal respondents and may determine that the Respondent(s)should submit a Best and Final Offer(BAFO). Each"short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. Page 12 of 13 City of Round Rock Exhibit "A" Inflatable Parade Balloon Rental RFP No. 25-025-LJPDATED Commodity Code 037-34 July 2025 11. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party.Any unsolicited communication by the Respondent to a City official, undesignated employee,or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Respondent from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 12. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services per-formed from the current Contractor, B. Provide City contact(s) information for implementation of the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Pagc 13 uF 13 Exhibit "A" Big Events Helium Balloon Rental Inventory Size Balloon Helium Handlers Rate Card Licensed Characters 40' Aliel the Zoonicorn 2300 20 $ 5,500 35' Barney 1400 12 $ 4,500 45' Betty Boop 2600 24 $ 5,750 45' Betty Boop w/Sash 3000 24 $ 5,750 35' Bob the Builder 2700 18 $ 4,250 38' Cabbage Patch 3200 22 $ 5,000 50' Cat in the Hat 2100 22 $ 6,000 45' Catboy- PJ Mask 2300 20 $ 6,000 45' Clifford the Big Red Dog 3000 24 $ 6,000 30' Garfield with Pookk 2500 20 $ 5,500 28' Garfield Santa 2700 20 $ 5,250 40' Grinch 2100 20 $ 5,500 40' Hagar the Horrible 2800 16 $ 4,500 30' Horton the Elegy 2050 18 $ 4,500 22' Kids Fish 1200 10 $ 3,500 30' Lorax 2100 22 $ 4,500 18' Lorax Trees (2) $ 2,000 33' Magic School Bus -Submarine 2500 18 $ 4,250 35' Mighty Mouse 2400 16 $ 5,500 25' Mr. Potato Head Classic 2200 14 $ 5,000 28' Mr. Potato Head Fireman 2800 16 $ 5,000 40' My Little Pony 4000 24 $ 5,500 25' Pacman 1500 10 $ 4,000 40' Teenage Mutant Ninia Turtle 3000 16 $ 6,000 56' Thing 1&Thing 2 4700 30 $ 6,000 30' Thomas The Tank 4000 24 $ 6,000 35' Very Hungry Cater ip llar 2500 22 $ 5,500 58' Word Girl 3200 30 $ 5,500 Non-Licensed Characters 13' Apple 600 4 $ 1,000 45' Astronaut 3300 17 $ 4,500 10' Basebatl 500 4 $ 800 12' Basketball 700 4 $ 1,000 15' Basketball 900 8 S 1,700 10' Beach Batts - Mulicolored 525 4 $ 800 7' Beach Balls -Red/White/Blue 210 2 $ 600 Exhibit "A" 14' Birthday Cake 1900 12 $ 3,000 45' Blue Angel Jet 1800 20 $ 4,500 12' Blue Bird 400 2 $ 1,000 24' Butterfly 700 10 $ 2,500 28' Candy Cane 650 6 $ 2,500 50' Candy Cane 1000 12 $ 3,500 16' Chinese Lantern 1000 6 $ 2,000 12' Christmas Bells- Qty 3 1500 12 $ 2,000 8' Christmas Orn. Santa Head 300 2 $ 500 12' Christmas Orn. Digital Print- Santa/Snowman 1100 8 $ 1,400 13' Christmas Orn. (Red Set-Qty4} 2100 16 $ 2,500 14' Christmas Orn. (Bell/Star/Orn- Qty 3) 1500 12 $ 1,750 28' Christmas Stockings- Qty 2 1900 12 $ 4,000 20' Christmas Wreath 1250 10 $ 1,800 45' Clown 3700 24 $ 4,500 30' Clown Head 1800 12 $ 2,500 45' Cowboy 2800 20 $ 4,000 30' Cowboy Boot Patriotic 2500 16 $ 3,000 65' Dinosaur 4300 24 $ 5,000 45' Dog w/Bone. Candy Cane, Paper 2600 20 $ 5,000 45' Fa"1 2500 20 $ 4,500 10' Earth 525 4 $ 800 14' Earth 700 6 $ 1,000 24' Elves-Qty 2 2800 24 $ 3,500 30' Elves-Qty 2 4000 30 $ 4,000 20' Firecracker 600 6 $ 750 30' Flag- USA 1800 12 $ 3,000 35' Flag- USA 2300 14 $ 3,400 30' Flag- Pirate 1800 12 $ 2,800 18' Football 550 6 $ 1,400 22' Football 1500 12 $ 1,800 50' Football Player 2700 20 $ 5,000 20' Froc Prince 1200 8 $ 2,500 14' Gift Box with Tag 1600 8 $ 1,500 14' Gift Box-Qty 3 4200 24 $ 4,000 12' Gingerbread House 1400 10 $ 2,000 28' Gingerbread Man 1800 12 $ 2,500 28' Gingerbread, Mr. 1800 12 $ 2,700 28' Gingerbread, Mrs. 1800 12 $ 2,700 40' Gingerbread Man 2300 22 $ 3,800 Exhibit "A" 35' Goldfish 1900 12 $ 3,000 16' Heart 550 4 $ 750 35' Hot Rod 3200 20 $ 3,500 25' Humpty Dumpty 1600 15 $ 3,000 40' Humpty Dumpty 2500 14 $ 3,500 18' Ice Crum Cones -Qty 3 1500 9 $ 2,250 18' Ice Ceam Cones- Mint Chip 500 3 $ 1,000 15' Jupiter 700 6 $ 1,500 14' Leprechan Hat 1600 12 $ 1,900 22' Liberty Belt 1400 100 $ 3,000 18' Lollop-Qty 4 2400 16 $ 4,000 10' Mars 525 4 $ 900 24' Monarch Butterfly 700 10 $ 2,500 10' Moon 525 4 $ 900 35' Mother Goose 2100 16 $ 3,500 25' Neko Good Fortune Cat 2200 14 $ 2,500 45' Nutcracker 2900 24 $ 4,000 27' Otis the Octopus 1550 10 $ 3,500 40' Orange Dog 2300 24 $ 4,000 40' Orca 1900 16 $ 4,000 25' Panda 1600 12 $ 3,500 33' Parrot(Red or Blue) 2100 16 $ 3,000 16' Patriotic Heart 600 6 $ 1,500 26' Peace Hand 1300 10 $ 3,000 14' Peace Ornaments-Qty 2 1100 8 $ 1,600 30' Pen uin 1400 14 $ 3,000 30' Ri g 1800 16 $ 3,200 20' Pinata 900 8 $ 2,500 45' Pirate 3200 24 $ 4,500 25' Pirate Treasure Chest 2600 16 $ 3,000 26' Plane"Spirit of 76" 1500 16 $ 3,000 40' Polar Bear 2000 16 $ 4,000 15' Pot O' Gold 1450 10 $ 2,000 12' Pumpkin 700 4 $ 750 25' Rabbit in a Hat 1700 18 $ 2,500 40' Reindeer 2000 18 $ 4,000 10' Reindeer Head 525 4 $ 1,000 45' Rock n' Roll Roy 2400 20 $ 4,000 30' Rocket-Oty 2 1600 16 $ 3,500 30' Sana 1700 14 $ 3,200 Exhibit "A" 27' Santa with Green Mittens 1700 14 $ 3,200 25' Saxaphone 1100 a $ 1,800 30' Sea Turtle 1700 14 $ 3,500 18' Shamrock 600 6 $ 1,800 30' Shark 1100 10 $ 3,000 10' Smilev Face 525 4 $ 1,000 12' Snowflake- Qty 3 1500 12 $ 2,250 18' Snowflake- Qty 3 2200 12 $ 3,500 12' Snowgtobe 1100 8 $ 1,900 20' Snowman 950 6 $ 2,200 30' Snowman 1700 10 $ 2,800 45' Snowman 2900 24 $ 4,000 20' Snowman Ornament 900 6 $ 2,200 12' Soccer Ball 700 4 $ 1,000 14' Stars- Qty 3 1500 12 $ 1,650 18' Sun with Glasses 900 6 $ 2,200 22' Teddy Bear- Buckley 1400 12 $ 2,500 22' Teddy Bear- Babette 1400 12 $ 2,500 45' Tiger-White 2500 22 $ 4,500 45' Tiger-Orange 2500 22 $ 4,500 40' Toy Soldier 2100 20 $ 4,000 18' Toy Soldier Ornament 900 6 $ 2,200 22' Troll 1400 12 $ 2,500 15' Tropical Fish- Qty 3 2250 12 $ 2,400 18' Turtle Red Tennis Shoes 600 4 $ 1,800 14' Tuxedo Penguin 525 4 $ 1,500 45' Uncle Sam 2600 18 $ 4,500 12' Uncle Sam Hat 900 6 $ 1,500 15' Uncle Sam Hat 950 6 $ 1,800 40' Whale 950 10 $ 3,800 30' Wizard 1600 16 $ 4,000 Exhibit "A" Bi" g vents , Inc Giant Inflatables for Special Events & Parades Responses to RFP25-025 Segment 1 i. Big Events has been manufacturing,maintaining,renting, selling and operating giant inflatables and helium parade balloons since the 1980's. Over the life of our operations we have continually refined the materials and our production processes to offer nothing less than the best products industrywide. Prior to their use and upon their return from each event worldwide,we inspect,clean and repair any damage to the balloons to ensure optimal performance and presentation. We do all of this and store our products in our approximately 7,000 square foot facility.From this location in Oceanside,California we will ship all our products for inbound and outbound services. We aim to deliver each shipment in a more than timely manner well before each event. Big Events prides itself on the presentation of our balloons and we typically send one staff member per parade balloon to assist with the inflation,operation and deflation of these balloons.The majority of our staff have worked in this space for over 25 years. Operating a unique custom-made product such as these requires thorough and copious experience.To mitigate any issues that may arise during each parade,our staff carry kits to assist with any potential problems that may occur during show times. For every event,it is our goal to have clean and concise communication between our main point of contact and the city,which we have clearly demonstrated over the last seven years working with Round Rock. We understand the importance a straight line of communication can have with vendors when it comes to successfully completing any live event. ii. Our giant balloons and inflatables are one-of=a-kind products. It is important for our clients to book early to reserve their preferred character/icon. Some cities will start booking their balloons roughly four(4)months prior to the event. Once those balloons are requested and reserved we can complete the final event proposal with corresponding staff,shipping and helium costs if applicable. Each package of balloons will require a different set of costs. Steps to renting parade balloons for a parade: 1. Confirm availability for the requested balloons 2. Generate shipping and staff travel costs and fees 3. Send final invoice with everything noted and agreed upon a. Helium Needs b. Handler Needs c. Shipping arrangements and times 4. Discuss and agree on event details(start times/inflation areasleontacts/route/de flation/etc.) 5. Inspect balloons prior to shipment 6. Ship balloons and equipment,inspecting the items again in Round Rock 7. Event day-arrive and begin inflation a. Prior to start of the parade instruct and train the handlers b. Walk with each balloon c. Deflate and repack everything 3909 Oceanic Drive, Ste. 402, Oceanside,CA 92056 entail. nick@bigeventsonline,com Tel: 760-477-2655 www.bigeventsonline.com Exhibit "A" Bi'eg vents , Inc Giant In,flatablesfor Special Events & Parades 8. Return Ship Attached you will find our current offcrings of helium parade balloons with individual helium,handler and costs noted.The image of each balloon can be easily viewed when clicking on the blue link. We do not have a published price list of our inflatables,but the average range of rental prices for a weekend is between S750.00 and S 1,300.00 per inflatable plus shipping. Licensed characters start at$1,500.00 plus shipping. It is the responsibility as a project manager to oversee all operations of each event from its conception to completion. Every event presents different idiosyncrasies and requirements and it is that job to ensure all arc vetted and accounted for.The way we achieve this is to ask many questions including potential hypothetical scenarios prior to the event and plan to account for those. As mentioned before,each of our staff carries an important bag with tools and equipment necessary to mitigate any potential problem.The main obstacles in preventing helium parade balloons operating at peak performance is high wind and lightning. Prior to any event we discuss a Hight Wind Action Plan(HWAP),so all responsible parties arc in agreement to the steps that need to be taken in these circumstances. Segment 2 i. Big Events in an incorporated company in the State of California.Our office and warehouse is located at 3909 Oceanic Drive,Ste.402,Oceanside,CA 92056. ii. As project manager it is my responsibility to see every aspect of the event through to the end. It is my job to coordinate with the clients(City of Round Rock),day of event staff, insurance company,helium contacts and day of event contacts. Checking and rechecking with each contact continually prior to the event to make sure there are no interruptions on the event day. iii. Big Events has been supplying ballons and inflatables to the City of Round Rock since 2018 for both the 4"'of July Parade and Light up the Lake.As mentioned before we have been in business since the 1980's.We have two main project managers that work with the City of Round Rock and whom both have been on site to see through the events. Charles Trimble and Nick Deluca both can be reached at our offices listed here in this proposal. Our main point of contact for the city has been Jenene Jefferies-Uhrig. iv. Charles Trimble,President Nick DeLuca,Project Manager Nick is the main point of contact and oversees 97%of the event Segment 3 Enclosed in this proposal is our rate card slicet for the helium parade balloons. Inflatable rental prices are noted above.Every year Big Events adds to its portfolio of rental items to bring new options and excitement to our offerings. The prices noted in each include all the equipment necessary to operate each product. The only additional costs are staff travel expenses,helium if necessary and roundtrip shipping,each of which changes depending on the items rented. 3909 Oceanic Drive, Ste. 402,Oceanside,CA 92056 entail. nick(a:bigeventsonline.com Tel: 760-477-2655 www.bieeventsonline.com SOLCITATION SUBMITTAL FORM AND EXECUTION NOTE- RESPONDENTS SHALL COMPLETE. SIGN, AND UPLOAD THIS ATTACHMENT WITH THEIR SUBMITTAL IN BONFIRE FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF THE SUBMITTAL. By signature hereon, the Respondent certifies that: All statements, pacing and information prepared and submitted to the City s Bonfire portal in response to this solicitation are current, complete, and accurate. He/she has not given,offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee, evaluator, or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation Submittal Form with a false statemert shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual signing this Execution of Solicitation Submittal Form is authorized to sign this document, represent the Respondent and to bind the Respondent under any contract resulting from this submittal. RESPONDENT )COMPANY): tD 9 Ev ls. Inc _ – — SIGNATURE (INK/DIGITAL): NAME (TYPEDIPRINTED): Nicholas Deluca TITLE: Project Manager DATE: 8/1812025 STREET: 3909 Oceanic Drive, Ste. 402 CITYISTATEIZIP: Oceanside. Ca 92056 TELEPHONE & FAX NO.: 760.477.2655 E-MAIL ADDRESS: Nick a)bigeventsunline.ucm FEDERAL TAX IDENTIFICATION NUMBER (FIN): 33-0557372 By submitting a response to this solicitation. the Respondent agrees that the City's Definitions and Standard Terms and Conditions. in effect at the time of release of the solicitation. shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website at: https:r wv. :.roundro ktexas aa;:'city-businesses,sol!citationsi Exhibit "A" ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 25-025 RESPONDENT'S NAME: Nicholas DeLuca DATE: 8118 2025 Provide the name, address, telephone number and E-MAIL of at least three(3)valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name Summerlin Councll Name of Contact Traci Glesea Title of Contact Director E-Mail Address traciCasummerlimmuncil.com Present Address 1910 Spring Gate Lane City, State, Zip Code Las Vegas,NV 89134 Telephone Number (702 ) 341-5500 Fax Number:( ) 2. Company's Name City of Fairfax Parks and Recreation Name of Contact Mitzi Taylor Title of Contact Event Manager E-Mail Address Mitzl.TavlorCcilfairfaxvaoov Present Address 10455 Armstrong Street City, State, Zip Code Fairfax,VA 22030 Telephone Number ( 703 ) 385-7949 Fax Number:( ) 3. Company's Name McAllen Parks and Recreation Name of Contact Denny Meline Title of Contact Director E-Mail Address dmelineCo7mcallen.net Present Address 2001 Trophy Drive City, State, Zip Code McAllen,TX 78504 Telephone Number ( 956 ) 681-3333 Fax Number:( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Bl'* g vents , Inc Giant Inflatables for Special Events & Parades CITY OF ROUND ROCK PURCHASING DEFINITIONS,STANDARD TER IS AND CONDITIONS Exemption Notification Section 13: Please note that Big Events has never needed to apply for permits with regards to renting or operating our balloons or inflatables.T7ie City of Round Rock needs to notify Big Events,prior to 2 months preceding an event,of any required permits,certificates,and/or licenses. 3909 Oceanic Drive, Ste. 402,Oceanside, CA 92056 entail: nick@bigeveiitsonline.com 'fel:760-477-2655 www.bieeventsonline.com Exhibit "A" ROUND ROCK i EXA5 PUR[H.lsma C)t'mt'1 ADDENDUM CITY OF ROUND ROCK, TEXAS RFP 25-025 Inflatable Parade Balloon Rental Addendum No: 1 Date of Addendum: 08/01/2025 This addendum is to incorporate the following changes to the above referenced solicitation: I. Clarifications: A. See Page 2 of PD 1.0 RFP 25-025 "Attachment C—Cost Proposal Sheet" has been amended to reflect "Attachment C - Insurance Instructions". B. The City requests the respondent(s) to provide their catalog pricing in lieu of the previous requested "Attachment C- Cost Proposal Sheet". C. See Page 11 of PD 1.0 RFP 25-025"Proposal Submittal Instructions' which lists the request for the "Respondent(s)Catalog Pricing". II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation. Exhibit "A" y ROUND ROCK TEXAS PUACNUSING 0R'IS10N 1 ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: RFP 25-025 Addendum No: 2 Date of Addendum: 08/14/25 This addendum is to incorporate the following changes to the above referenced solicitation: I. Extension:The proposal due date is hereby extended until August 22,2025 at 3;00 PM. II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation.