HomeMy WebLinkAboutR2025-014 20250113RESOLUTION NO. R2025-14
A Resolution of the City Council of the City of Pearland, Texas, awarding a
5-year contract (3-year initial term; two 1-year renewals) for Aerial Display
Productions to Sky Wonder Pyrotechnics (“Sky Wonder”), in the estimated
amount of $302,500.00 (60,500.00 Annually).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City Council hereby awards a contract to Sky Wonder
Pyrotechnics, in the annual estimated amount of $60,500.00.
Section 2. The City Manager or his designee is hereby authorized to execute a
contract for Aerial Display Productions.
PASSED, APPROVED and ADOPTED this the 13th day of January, A.D., 2025.
________________________________
J KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 5DE91000-0F0D-4540-9456-9A80D7DC4FE0
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 1 of 7
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
GENERAL SERVICES CONTRACT NO. RFP
1125-02
City of Pearland Aerial Display
Production for July 4th and Christmas
Celebrations
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-
rule municipal corporation (“City”) and Contractor (“Contractor"), and consisting of the following parts:
I.Summary of Contract Terms
II.Signatures
III.Standard Contractual Provisions
IV.Special Terms and Conditions
V.Additional Contract Attachments
I.Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
Skywonder Pyrotechnics LLC
3626 CR 203
Liverpool, TX 77577
$60,500
01/13/2025
01/12/2028 (three years from date of award)
2 (two) one-year
R2025-14 RFP 1125-02
II.Signatures
CITY OF PEARLAND CONTRACTOR Skywonder Pyrotechnics, LLC
Date Title:
Date:
*Signed by:Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority: Superintendent/Manager – up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
City Council Resolution over $50,000
President
12-30-2024
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
1/14/2025 | 9:06 AM CST
1/14/2025 | 11:48 AM CST
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 2 of 7
III.Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for
Bid/Proposal or Quote No RFP 1125-02 (“Solicitation”), which Solicitation includes the required
scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal
response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2,
respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1.Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2.Term. This Contract is for an initial 3-year term, with performance commencing upon the
effective date or the date of issuance of the notice to proceed issued by the Contract
Administrator or the Purchasing Division, or upon the performance date listed in the notice to
proceed, whichever is later. The parties may mutually extend the Term of this Contract for up
to 2 (two) additional one-year periods (“Option Period(s)”), provided, the parties do so by
written amendment prior to the expiration of the original term or the then-current Option
Period. The City’s extension authorization must be executed by the City Manager or designee.
3.Compensation and Payment. This Contract is for an estimated amount of $57,000, subject
to approved extensions and changes. Payment will be made for Services completed and
accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable
invoice. Contractor shall invoice no more frequently than once per month. All pricing must be
in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated, in its entirety, by reference into this Contract. Any amount not
expended during the initial term or any option period may, at the City’s discretion, be allocated
for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayable@pearlandtx.gov
4.Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City’s Contract
Administrator for this Contract is as follows:
Name: Gerald Pierce
Department: Finance
Phone: 281-652-1786
Email: gpierce@pearlandtx.gov
5.Insurance; Bonds.
(A)Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the
City’s Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days’ advance written notice of cancellation, material
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 3 of 7
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee’s written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B)Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6.Purchase Release Order. For multiple-release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receives the signed purchase release
order.
7.Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re-worked immediately at no charge to the City. If immediate correction or re-
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including additional costs
over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City’s invoice.
8.Warranty.
(A)The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances.
(B)In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C)Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9.Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City’s actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City’s product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10.Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City’s City Council to determine whether or not to fund this
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 4 of 7
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11.Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12.Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13.Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
14.Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15.Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16.Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Gerald
Pierce
Title: Purchasing Business Partner
Address: 3519 Liberty Dr. Pearland TX, 77581
Phone: 281-572-6713
IF TO CONTRACTOR:
Skywonder Pyrotechnics LLC
Attn: Aaron Hoot
Address: 3626 CR 203 Liverpool, TX, 77577
Phone: XXX
17.Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL
INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT
APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN
ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES
OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR
DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR
JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S
NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 5 of 7
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD-
PARTY DEFENDANT AS ALLOWED BY LAW.
18.Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator’s fees.
19.Attorney’s Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney’s fees or other costs relating to the suit.
20.Termination.
(A)City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City’s own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B)Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing the
terms of the Contract that have been breached and what action the defaulting party must
take to cure the default. If the party in default fails to cure the default as specified in the
notice, the party giving the notice of default may terminate this Contract by written notice
to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21.Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the
owner’s manual and/or preventative maintenance guidelines or instructions if available for any
equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22.Limitation of Liability. The City’s maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23.Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24.Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 6 of 7
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25.Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A.this Contract (excluding attachments and exhibits);
B.its attachments;
C.the bid solicitation document including any addenda (Exhibit 1); then,
D.the Contractor’s bid response (Exhibit 2).
26.Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of
Interested Parties” as part of this Contract if required by said statute for items approved by
the City Council.
27.Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28.State Law compliance. In accordance with Chapter 2271 of the Texas Government Code,
the signatory executing this contract on behalf of company verifies that the company does not
boycott Israel and will not boycott Israel during the term of this contract. This clause is subject
to companies with ten or more full time employees and the contract value is $100,000 or more
that is to be paid wholly or partially with public funds of the governmental entity.
29.State Law compliance. In accordance with Chapter 2274 of the Texas Government Code,
the signatory executing this contract on behalf of company verifies that the company does not
and will not discriminate against a firearm entity or firearm trade association during the term
of this contract. For purposes of this provision, “company” excludes businesses structured
as sole proprietorship.
30.State Law compliance. In accordance with Chapter 2276 of the Texas Government Code,
the signatory executing this contract on behalf of company verifies that the company does not
boycott energy companies and will not boycott energy companies during the term of this contract.
This clause is subject to companies with ten or more full time employees and the contract
value is $100,000 or more that is to be paid wholly or partially with public funds of the
governmental entity.
31.Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
32.Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 7 of 7
arrangements, agreements, and understandings, either oral or written, between the parties.
IV.Special Terms and Conditions. none
V.Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Compensation and Payment
Attachment C: Insurance and Bond Requirements
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Service Contract Standard Form
Approved as to Legal Form 6.28.2021 Page 8 of 7
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/Quote No. RFP 1125-02
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Signature and Printed Name: Aaron Hoot
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
ATTACHMENT A – SCOPE OF WORK
Sky Wonder Pyrotechnic’s understanding of said “Scope of Work” is as follows: to provide a high-
quality display with creativity and variety at said one location for the maximum enjoyment for
the spectators of The City of Pearland.
The proposed contract price is turn-key and includes all product, permit fees, stand-by
fees, all necessary equipment, operator labor, and insurance requirements.
Show Celebration of Freedom July 4th: $42,000.00
18-20 Min.
Type: 1.3G
Body of Show
288 – 3” Assorted Shells
216 – 4” Assorted Shells
108 – 5” Assorted Shells
30 – 1.2 1 00 Shot Assorted Cakes
FINALE WILL CONSIST OF
360 – 3” Assorted Shells
108 – 4” Assorted Shells
72 – 5” Assorted Shells
10 – 1.2” 100 Shot Assorted Cakes
Show Hometown Christmas: $15,000
200 drones
20 Custom Animations
Synchronized music
Other services offered:
Celebration of Freedom Simulcast Broadcast App for Up to 30,000 users - $3,500
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
ATTACHMENT B – BID/PRICING SCHEDULE
The proposed contract price is turn-key and includes all product, permit fees, stand-by
fees, all necessary equipment, operator labor, and insurance requirements.
Show Celebration of Freedom July 4th: $42,000.00
Show Hometown Christmas: $15,000
Other services offered:
Celebration of Freedom Simulcast Broadcast App for Up to 30,000 users - $3,500
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Attachment C
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids@pearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions
identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project
have the same types and amounts of coverages as required herein or that the subcontractors are included under the
contractor’s policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact
business in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require
additional types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS
1. Workers’ Compensation
Employers’ Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
CGL and BAL, City to be listed as
additional insured and provided 30-
day notice of cancellation or material
change in coverage.
WC, CGL and BAL, City shall be
provided 30-day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
2. Commercial General (Public)
Liability (CGL) to include coverage
for:
a)Premises/Operations
b)Products/Completed
Operations
c)Independent Contractors
d)Personal Injury
e)Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3. Business Auto Liability (BAL) to
include coverage for:
a)Owned/Leased vehicles
b)Non-owned vehicles
c)Hired vehicles
Combined Single Limit -
$1,000,000
If the contract involves a professional service, the contractor will also be required to provide the City with professional
liability insurance in an amount of at least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions
regarding required insurance should be directed to City of Pearland Purchasing Department, at
ebids@pearlandtx.gov.
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City. A purchase order will not be issued without
evidence of required insurance.
Agreement
I agree to provide the above described insurance coverages within 10 working days if selected to perform work for
the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors
performing work on the project.
Project/Bid # City of Pearland Aerial Display Production for July 4th and Christmas Celebrations
Company: Skywonder Pyrotechnics, LLC
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Page 1 of 5
City of Pearland
Fireworks Proposal
For
July 4th, 2025
Exhibit 1: RFB/RFP/Quote No. RFP 1125-02
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Page 2 of 5
Table of Contents
A. Business Organization…………………………………Page 3
B. System Concept and Solution………………………Page 3
C. Program………………………………………………………Page 3
D. Firing System………………………………………………Page 4
E. Authorized Negotiator……………………..………….Page 4
F. Reference Clients………………..……………………….Page 5
G. Other Services Offered……….……………………….Page 5
H. Attachments and Addendum……………………….Page 5
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Page 3 of 5
A. Business Organization:
Sky Wonder Pyrotechnics (SWP)
3626 CR 203
Liverpool, TX 77577
Office: 281 393-2500
Points of Contact:
Aaron Hoot 979 997-6456
Email: aaron.hoot@skywonderpyro.com
Tammy Zientek 281 393-2500
Email: tammy.zientek@skywonderpyro.com
SWP is an LLC company incorporated in the state of Texas and holds the following
license from:
Texas Department of Insurance State Fire Marshal’s Office
Distributor’s License # FWD-202113
US Department of Justice Bureau of ATF
License # 5-TX-039-51-8L-01851
SWP has been in business for 68 years with the acquisition of Alpha Lee Enterprises in
2015, which spans back to 1952. SWP has 6 full-time and 64 part-time employees.
B. System Concept and Solution:
SWP’s understanding of said “Scope of Work” is as follows: to provide a high-quality
display with creativity and variety at said one location for the maximum enjoyment for
the spectators of The City of Pearland. The total proposed contract price is $42,000.00.
The proposed contract price is turn-key and includes all product, permit fees, stand-by
fees, all necessary equipment, operator labor, and insurance requirements.
C.Program:
Below is a technical plan outlining the process from arrival to launching and clean-up for
the proposed show. The outline defines various activities and check points along the
way to ensure quality but foremost safety for our operators and the spectators:
Once product arrives on site, the operator will verify inventory of product matches
packing list defined from SWP home office. This will consist of proper pyro count by
sizes and the required “e-match” count needed to launch the product.
Racks and pods will be positioned and orientated based on the approved site plan
locations.
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Page 4 of 5
The operator will start to direct the crew to carry out the following tasks:
o Loading the product into the racks and pods
o Lay out of the firing modules at each location
o Electronic matching of the product
o Put in place clean-up activities to keep the area clean
o Monitor these activities from a safety perspective
Based on the scope of work, the operator will then start to arrange the wired-up
product to the firing modules to define the different phases of the show, opening,
main, and finale.
Once the operator is satisfied the show is arranged and ready to go, there are
several tests that will be carried out to ensure the safety and quality of the show are
ready:
o Product is safely loaded into launching tubes
o All wiring will be tested for proper connections
o Battery tested to ensure power supply is good
o Fire extinguishers in place for safety
o All crew is ready and on stand-by for monitoring
After the show, only the operator will be allowed around the firing site to check for
un-launched product and will remove, as necessary.
Break-down and clean-up will commence after conclusion of the show
Notes:
o Each listed step above is considered a very high technical factor and is
treated with extreme caution when dealing with pyrotechnics.
o SWP follows all applicable rules and regulations of federal, state and local
governing entities (AHJ, authority having jurisdiction).
D. Firing System:
SWP will be utilizing a Cobra Wireless Firing System for every shell being fired. The show
will be scripted so that the operator pushes one button to start the show in
perfect sync to the music utilizing out Sky Wonder Pyrotechnics broadcasting app.
E. Authorized Negotiator:
Aaron Hoot (President) has full authority to negotiate contract terms and render binding
decisions on contract matters:
Aaron Hoot
3626 CR 203
Liverpool, TX 77577
979-997-6456
aaron.hoot@skywonderpyro.com
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Page 5 of 5
F. Reference Clients:
City of Sugarland
City of Lake Jackson
City of Port Lavaca
City of West Columbia
City of Brazoria
City of Galveston
City of League City
City of Texas City
City of Beaumont
City of Mont Belvieu
City of Port Arthur
City of Orange
City of Brownsville
City of Fredericksburg
City of Huntsville
City of Stafford
City of Pecan Grove
City of Pflugerville
City of Victoria
City of Madisonville
City of Wharton
City of Port Neche
Texas A&M University
USAA
Fort Sam
Moody Gardens
Mardi Gras – Beaumont
Hyatt Lost Pines Resort
Houston Yacht Club
Austin Symphony
Bentwater Yacht Club
Lakeside Country Club
Royal Oaks Houston
Royal Oaks Dallas
Miller Theatre
Pirates Beach
Sienna Plantation
Sonterra County Club
Veranda
Walden Community
Willow Brook Country Club
Austin County Club
St. Edwards University
Rice University
University of Texas
SWP will provide any requested contact information regarding the clients referenced above. SWP will
provide additional references as required.
G.Other Services Offered:
Simulcast Broadcasting App – $3,500 for up to 30,000 users
H.Attachments and Addendum:
Attachment A – Shell Breakdown
Attachment B – Site Plan
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
12.2.2024 City of Pearland Quote
To: City of Pearland
18-20 Min. Show July 4th: $42,000.00
Type: 1.3G
Body of Show
288 – 3” Assorted Shells
216 – 4” Assorted Shells
108 – 5” Assorted Shells
30 – 1.2 100 Shot Assorted Cakes
FINALE WILL CONSIST OF
360 – 3” Assorted Shells
108 – 4” Assorted Shells
72 – 5” Assorted Shells
10 – 1.2” 100 Shot Assorted Cakes
Sky Wonder Pyrotechnics, LLC
Tel 2 81 - 393 - 2500 3626 CR 203 Liverpool, TX
77577
www.skywonderpyro.com
sales@skywonderpyro.com
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Extended Fall out Radius
per Fire Marshal
Pearland
Fireworks Display
Independence Park
3449 Pearland Parkway
Pearland, TX 77581
No hazardous material with 700'
No schools, hospitals, churches, daycares within 600'
Security provided by Pearland PD
Firing Site
1.3G 5" shells max
Minimum 350' radius
Secured around firing site
N
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Sky Wonder Pyrotechnics LLC
Page 1 of 1
Sky Wonder Pyrotechnics LLC
3626 CR 203
Liverpool, TX 77577
sales@skywonderdpyro.com
www.skywonderpyro.com
Estimate
ADDRESS
City of Pearland
3519 Liberty Drive, Suite 201
Pearland, TX 77581
United States
SHIP TO
City of Pearland
3519 Liberty Drive, Suite 201
Pearland, TX 77581
United States
ESTIMATE 5006
DATE 12/02/2024
DATE DESCRIPTION QTY RATE AMOUNT
Drone Show 200 Drone Show Display with 20
custom formations
200 75.00 15,000.00
SUBTOTAL 15,000.00
TAX 0.00
TOTAL $15,000.00
Accepted By
Accepted Date
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
1125-02
Sky Wonder Pyrotechnics
Supplier Response
Event Information
Number:1125-02
Title:City of Pearland Aerial Display Production for July 4th and Christmas
Celebrations
Type:RFP-Sealed
Issue Date:11/20/2024
Deadline:12/6/2024 02:00 PM (CT)
Notes:Aerial Display Production for July 4th and Christmas Celebrations FY
2025. A detailed description of the July 4th, 2025, fireworks program
with detailed opening, main display, and grand finale, with budgetary
parameters identified within the specifications.
Drone Submissions for Christmas 2025 must include a detailed show
including visual concept or storyboard for a holiday themed show.
Specify the estimated duration, number of drones and animations
included with budgetary parameters identified within the
specifications.
Vendor: Sky Wonder Pyrotechnics 1125-02Page 1 of 5 pages
Exhibit 2: Contractor's Bid/Proposal ResponseDocusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Contact Information
Contact:Gerald Pierce
Address:City Hall Annex
3523 Liberty Drive
Pearland, TX 77581
Email:gpierce@pearlandtx.gov
Vendor: Sky Wonder Pyrotechnics 1125-02Page 2 of 5 pages
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Sky Wonder Pyrotechnics Information
Address:4633 River Road
Sweeny, TX 77480
Phone:(979) 997-6456
By submitting your response, you certify that you are authorized to represent and bind your company.
Aaron Hoot aaron.hoot@skywonderpyro.com
Signature Email
Submitted at 12/2/2024 11:02:54 AM (CT)
Response Attachments
Contractor Questionnaire.pdf
Contractor Questionnaire
House and Senate Bill Forms.pdf
House and Senate Bills
Non-Collusion Statement.pdf
Non-Collusion
Vendor References.pdf
Vendor Referrences
City of Pearland 07.04.2025.pdf
Fireworks Display Quote
3079.pdf
Drone Display Estimate
Copy of Sky Wonder Drones Booklet (Booklets).pdf
Drone Proposal
Bid Attributes
1 Specification Acknowledgement
Bidder has reviewed specifications and agrees that their bid adheres fully. If not, bidder will need to provide written
explanation of any exceptions.
Yes
2 Insurance Requirement Acknowledgement
I have read and agree to the City of Pearland's Contractor Insurance Requirements & Agreement.
3 Local Bidder Preference Claim Form
Bidder claims Pearland local bidder preference, pursuant to provisions of Local Bidder Preference claim form and
Texas Local Government Code, Chapter 271.9051.
No
Vendor: Sky Wonder Pyrotechnics 1125-02Page 3 of 5 pages
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
4 Conflict of Interest Questionnaire
I am submitting a completed and signed copy of the Conflict of Interest Questionnaire.
5 Non-Collusion Statement
I am submitting a completed and signed copy of the Non-Collusion Statement.
6 Contractor Questionnaire
I am submitting a completed and signed copy of the Contractor Questionnaire.
I agree
7 Vendor References
I have attached my company's list of references, as required.
I agree
8 Cooperative Purchase
Are these items on a cooperative purchasing agreement/contract? If so, please state which agreement and the
contract number.
No
9 Delivery/Installation
Please state the anticipated delivery/installation time required for this project.
No response
1
0
Bid Security
Bidder understands and has completed the following: Bid Security required by Bid Specifications has been
uploaded as an attachment within the E-bid system and, a fully executed, signed and sealed hard copy of the Bid
Bond will be delivered to the Office of City Purchasing, Finance Department, City Hall Annex, 3523 Liberty Drive,
Pearland, Texas, 77581 upon request.
I have uploaded a copy of my Bid Bond.
1
1
Warranty for Labor/Workmanship
Please state your warranty for labor/workmanship.
We will guarantee our work
1
2
Warranty for Materials/Supplies
Please state your warranty for materials/supplies.
We will guarantee our materials
1
3
Licenses and/or Registration Numbers
I have attached copies of all licenses and registration numbers with my bid submittal.
I agree
1
4
Performance and Payment Bond
I certify that I have included a copy of the required Performance and Payment bonds, as described in bid
specifications, with my bid response.
I agree
Vendor: Sky Wonder Pyrotechnics 1125-02Page 4 of 5 pages
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1
Bid Lines
1 Fireworks Submissions:
Display Description - A detailed description of the fireworks program must be
included. Description must be broken down into opening, main display, and
grand finale. Duration should be no less than 18 minutes, and no longer than
20 minutes.
Price:$42,000.00 Total:$42,000.00
Supplier Notes:See attached proposal
2 Drone Submissions:
Display Description – A detailed show description including visual concept or
storyboard for a holiday themed show.
Duration – Specify the estimated duration and the number of drones and
animations that will be included.
Price:$15,000.00 Total:$15,000.00
Response Total: $57,000.00
Vendor: Sky Wonder Pyrotechnics 1125-02Page 5 of 5 pages
Docusign Envelope ID: 7FD5A234-8CFE-46ED-94F7-70EAC76B2FB1