Loading...
7.1 Smoky Hill River Festival Sound Provider AgreementCITY OF SALINA REQUEST FOR CITY COMMISSION ACTION DATE TIME 04/18/2016 4:00 P.M. AGENDA SECTION ORIGINATING DEPARTMENT: FISCAL A P VAL: NO: 7 ARTS & HUMANITIES BY: FINAL APP [TEM OVAL: NO: 1 Page 1 BY: Brad Anderson ITEM: Resolution No. 16-7343 Resolution No. 16-7343 authorizing the Mayor to execute a sound provider agreement for the Smoky Hill River Festival. BACKGROUND: The Smoky Hill River Festival utilizes professional sound equipment and technicians at three stages. The Eric Stein Stage, Stage Ii, and Arty's Stage have a wide variety of music provided by musicians with national and international reputations. The equipment required for these stages and professional operators of the system requires a high level of competency and is essential for a quality experience for both the audience and the musicians. In early March, Salina Arts & Humanities mailed 14 RFQIRFP packets to professionals in six states in the central United States. The packages included a narrative description of the festival, a scope and description of power specifications and equipment, the selection panel scoring guide, a timeline for the process, a festival program, and a listing of required documents for the review process. Two responses were received and reviewed by a committee consisting of staff, a stage management and entertainment committee representative, and a sound professional. A weighted scoring guide was used that measured five areas to rank the applicants. The scoring guide included areas such as: 1) Previous experience at similar events; 2) Quality of work based on provided references; 3) Experience working with diverse arts events; 4) Professional experience of staff; 5) Mechanical/Equipment requirements. DPG Productions from Wichita, KS provided a bid for $23,899.01 (the actual bid was for $28,899.01 and included a $5000 in-kind sponsorship offer) compared to the bid from Hooper Sound Productions, Norman, OK for $29,450 making a difference of $5,551. DPG did not provide requested details on per stage pricing, and suggested fewer sound engineers overall which resulted in a lower overall bid. The review committee felt DPG did not have a comparable level of demonstrated sound experience at outdoor events. The Wichita company had numerous professional arena sound events, but lacked any demonstrated experience for festivals of similar size and complexity to Salina and no references from outdoor music events. Both the staff and the committee felt that Hooper Sound provided a more complete package with necessary personnel at each of the stages. They also provided numerous references for similar work at outdoor events like the River Festival. After reviewing the information and the proposed budgets provided, Hooper Sound was determined best meet all the sound support specific to the Festival's needs. Hooper provided details about each sound engineer and other support staff, they supplied excellent references from numerous outdoor arts and sporting events, and have 13 years of experience providing exceptional service and sound for the Smoky Hill River Festival. Their bid reflects a modest increase over last year's contract, but also includes providing additional sound equipment and an engineer for Arty's Stage. (In previous vears this stage was handled through contracted employees of the city on a art -time seasonal CITY OF SALINA REQUEST FOR CITY COMMISSION ACTION DATE TIME 04/18/2016 4:00 P.M. AGENDA SECTION ORIGINATING DEPARTMENT: FISCAL APPROVAL: NO: 7 BY: ARTS & HUMANITIES FINAL APPROVAL: ITEM NO: 1 Page 2 BY: Brad Anderson BY: basis.) If approved, this would be the first year of a three year negotiable agreement with Hooper Sound. Due to the complexity of scheduling, entertainment booking, and preparing for entertainment backline requirements, both quality and continuity can be maintained from year to year with this type of agreement. The attached contract outlines the terms and conditions of the proposed agreement with Hooper Sound. FISCAL NOTE: The funds for this contract are budgeted as a technical expense of the Smoky Hill River Festival and are within the estimated amounts projected for this service. Additional amounts for hotel accommodations and fuel expense are also covered in a separate billing/invoice as outlined in the contract documents and are also budgeted expenses. CONFORMANCE WITH THE STRATEGIC PLAN: The City will provide the highest quality of services, consistent with governing body directions, available resources and staff commitment to quality. RECOMMENDED ACTION: 1. Approve Resolution No. 16-7343 authorizing the contract for sound services with Hooper Sound Production Services, Inc. 2. Approve Resolution No. 16-7343 authorizing the contract for sound services with Hooper Sound Production Services Inc. with City Commission recommendations. 3. Reject the contract with Hooper Sound Production Services Inc. and provide staff with further direction. ,� SMOKY MIL Lr RIVERr[5TIVAL June 9-12, 2016 • Oakdale Park, S F.- ii, -1 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and Hooper Sound Production Services, Inc. for Sound/Light Production is support for the 2016 Smoky Hill River Festival This Agreement is entered into on the latest date of execution shown on the signature page by and between the City of Salina, Kansas, (the "City") and Hooper Sound Production Services, Inc, a sound production provider (the "Contractor"). Recitals A. The City desires to contract for sound/light production services for the purpose of amplification and lighting at the Eric Stein Stage and Stage Ii, and Arty's Stage of the Smoky Hill River Festival on June 9, 10, 11, and 12, 2016 in compliance with federal, state, and local regulations. B. The Contractor has the requisite qualifications and experience to perform the services needed by the City and desires to perform those services pursuant to the terms of this Agreement. The parties, in consideration of the mutual promises set forth in this Agreement, agree and covenant: 1. Definitions. Capitalized words used in this Agreement shall have the following meanings: "Agreement" means this Agreement for light/sound production services, as amended and supplemented from time to time. "City" means the City of Salina, Kansas. "Contractor" means Hooper Sound Production Services, LLC and its successors. 2. Exhibits. The following Exhibits are attached to and made a part of this Agreement (Mark with "X" if applicable): Exhibit A: Responsibilities of the Parties Exhibit B: Term; Schedule Exhibit C: Basis of Payment Exhibit D: Insurance Requirements 3. Responsibilities of the Parties. The parties agree to perform the responsibilities outlined in the attached and incorporated Exhibit A. 4. Term-, Schedule. The Contractor agrees to perform its responsibilities during the term and according to the timeframe and schedule described in Exhibit B, subject to the potential for prior termination pursuant to the terms of this Agreement. A-1 5. Payment. The City shall pay the Contractor for the performance of its responsibilities pursuant to this Agreement as set forth in Exhibit C. 6. Insurance Reguirements. 6.1. Types and Amount of Coverage_ The Contractor agrees to obtain insurance coverage as specified in Exhibit D, attached hereto, and shall not make any material modification or change from these specifications without the prior approval of the City. If the Contractor subcontracts any of its obligations under this Agreement, the Contractor shall require each such subcontractor to obtain insurance coverage as specified in Exhibit D. Failure of the Contractor or its subcontractors to comply with these requirements shall not be construed as a waiver of these requirements or provisions and shall not relieve the Contractor of liability. 6.2. Rating. All insurance policies shall be issued by insurance companies rated no less than A- VII in the most recent `Bests" insurance guide, and admitted in the State of Kansas. Except as otherwise specified in Exhibit D, all such policies shall be in such form and contain such provisions as are generally considered standard for the type of insurance involved. 6.3. Certificate of Insurance. The parties acknowledge that the Contractor has provided the City with a certificate of insurance listing the City as the Certificate Holder and evidencing compliance with the insurance requirements in this Agreement. The City reserves the right to require complete certified copies of all insurance policies procured by the Contractor pursuant to this Agreement, including any and all endorsements affecting the coverage required hereunder. 7. Iniury to Persons or Damage to Proi)erty. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the City's Risk Management Department at (785) 309-5705 in the event of such injury to person(s) or damage to property. 8. Indemnification. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its agents, representatives, officers, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees and court costs) attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property, including loss of use resulting therefrom, to the extent that such claims, damages, losses, and expenses relate to, arise out of, or are alleged to have resulted from the wrongful acts, negligent acts, errors, omissions, or defective work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Agreement. 9. Voluntary Termination. Either party may terminate this Agreement, with or without cause, upon thirty (30) days advance written notice to the other party. In the event of such termination, the Contractor shall be compensated for such services as have been satisfactorily performed through the date of termination, but no compensation shall be earned after the effective date of the termination. Within five (5) days of any such termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Contractor pursuant to this Agreement shall be delivered to the City. Notwithstanding the above, the Contractor shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purposes of set-off until such time as the exact amount of damages due the City from the Contractor may be determined. 10. Default. If either party fails to comply with any term of this Agreement within ten (10) days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement ("Event of Default"). 11. Remedies. Upon the occurrence of an Event of Default, the non -defaulting party shall have the following rights and remedies, in addition to any other rights and remedies provided under this Agreement or by law: 11.1 Termination. The non -defaulting party shall have the right to terminate this Agreement or terminate the defaulting party's rights under this Agreement. 11.2 Other Remedies. The non -defaulting party may pursue any available remedy at law or in equity (including specific performance) by suit, action, mandamus or other proceeding to enforce and compel the A-2 performance of the duties and obligations set forth in this Agreement, to enforce or preserve any other rights or interests of the non -defaulting party under this Agreement or otherwise existing at law or in equity and to recover any damages incurred by the non -defaulting party resulting from such Event of Default. 12. Non-Assismable. Due to the unique qualifications and capabilities of the Contractor, neither the rights nor responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Notices. All notices required or permitted to be given pursuant to this Agreement shall be in writing and delivered personally or sent by registered or certified mail, return receipt requested, or by generally recognized, prepaid, commercial courier or overnight air courier service. Notice shall be considered given when received on the date appearing on the return receipt, but if the receipt is not returned within five (5) days, then three (3) days after mailed, if sent by registered or certified mail or commercial courier service; or the next business day, if sent by overnight air courier service. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk Attn: Shandi Wicks P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: Jerry Hooper, Hooper Sound Production Services, Inc. 951 Valley View Norman, Oklahoma 73069 405.759.7386 14. Retention and Inspection of Records. The Contractor shall maintain complete, accurate, and clearly identifiable records with respect to all costs and expenses incurred under this Agreement. The records shall be maintained during the term of this Agreement, and for a period of three (3) years from the date of final payment under this Agreement (the "Retention Period"); provided, however, that if any litigation, claim or audit is commenced prior to the expiration of the Retention Period, then the Retention Period shall be extended until all litigation, claims or audit findings have been completely terminated or resolved, without right of further appeal. During the Retention Period, the Contractor shall allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to, or arising under, this Agreement. The City agrees to responsibly utilize all information obtained pursuant to this paragraph for the purposes of reviewing, confirming, and verifying the nature and amount of all costs and expenses incurred under this Agreement. The City agrees to take reasonable precautions not to disclose such information outside the scope of those stated purposes, subject to the Kansas open records act or other applicable law. 15. Non -appropriation. The City is subject to Kansas budget and cash basis laws, and operates on a calendar fiscal year. In the event that this Agreement involves financial obligations spanning multiple fiscal years for the City, it is subject to annual appropriation by the City's governing body for future fiscal years. If the City's governing body does not appropriate the funds necessary to fulfill the City's financial obligations pursuant to this Agreement, the City shall so notify the other parties to this Agreement and this Agreement shall be null and void for purposes of the fiscal year(s) affected by the decision of the governing body not to appropriate. 16. Relationship. It is expressly understood that Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which Contractor performs its responsibilities as outlined in Exhibit A. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. Contractor shall be exclusively responsible for all taxes, withholding payments, employment - based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. A-3 17. Subcontracting. Contractor shall not subcontract any work or services under this Agreement without the City's prior written consent. 18. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of this Agreement. 19. EaualOnportunity. (a) In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code, the Contractor and its subcontractors, if any, agree that: (1) The Contractor shall observe the provisions of the Kansas act against discrimination and Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the performance of work under this Agreement because of race, sex, religion, age, color, national origin, ancestry or disability, (2) The Contractor shall include in all solicitations, or advertisements for employees, the phrase "equal opportunity employer," or a similar phrase to be approved by the City's human relations director; (3) If the Contractor fails to comply with the manner in which the Contractor reports to the Kansas human rights commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, the Contractor shall be deemed to have breached this Agreement and it may be canceled, terminated or suspended, in whole or in part, by the City; (4) If the Contractor is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas act against discrimination under a decision or order of the Salina human relations commission or the Kansas human rights commission which has become final, the Contractor shall be deemed to have breached this Agreement and it may be canceled, terminated or suspended, in whole or in part, by the City; (5) The Contractor shall not discriminate against any employee or applicant for employment in the performance of this Agreement because of race, sex, religion, age, color, national origin, ancestry or disability; and (b) The Contractor shall include similar provisions in any subcontract under this Agreement. (b) The provisions of this section shall not apply to this Agreement if the Contractor: (1) Employs fewer than four employees during the term of this Agreement; or (2) Contracts with the City for cumulatively $5,000 or less during the City's calendar fiscal year. 20. Administration of AUeement. All references in this Agreement requiring the City's participation or approval shall mean the participation or approval of the City Manager or his designee, unless otherwise provided herein. 21. Attorney Fees. If any suit or action is instituted by either party hereunder, including all appeals, the prevailing party in such suit or action shall be entitled to recover reasonable attorney fees and expenses from the non -prevailing party, in addition to any other amounts to which it may be entitled. 22. Right to Independent Legal Advice. The Contractor understands and acknowledges the right to have this Agreement reviewed by legal counsel of the Contractor's choice. 23. Applicable Law: Venue. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. In the event of any legal action to enforce or interpret this Agreement, the sole and exclusive venue shall be in the Saline County, Kansas District Court. 24. Interpretation. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any ply. A-4 25. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday that termination time shall extend to 5:00 p.m. of the next full business day. 26. Severability. The unenforceability, invalidity, or illegality of any provision of this Agreement shall not render the other provisions unenforceable, invalid, or illegal. 27. Authority and Consent to Transaction. Each party represents to the other that the person executing this Agreement has full and legal authority to bind such party to the terms of this Agreement, and that the execution and delivery of this Agreement have been duly and validly authorized by the governing body of each party. 28. Persons Bound. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and authorized assigns of the parties hereto. 29. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 30. Amendments. Neither this Agreement nor any of its terms may be changed or modified, waived, or terminated except by an instrument in writing signed by an authorized representative of the party against whom the enforcement of the change, waiver, or termination is sought. 31. Waiver. No failure or delay by a party hereto to insist on the strict performance of any term of this Agreement, or to exercise any right or remedy consequent to a breach thereof, shall constitute a waiver of any breach or any subsequent breach of such term. No waiver of any breach hereunder shall affect or alter the remaining terms of this Agreement, but each and every term of this Agreement shall continue in full force and effect with respect to any other then existing or subsequent breach thereof. 32. Conflict Resolution. No interpretation of this Agreement shall be allowed to find the City has agreed to binding arbitration. 33. No Third Party Beneficiaries. Solely the parties to this Agreement shall have rights and may make claims under this Agreement. There are no intended third party beneficiaries under this Agreement, and no third parties shall have any rights or make any claims hereunder. 34. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached, and initialed by all parties, shall supersede all conflicting printed provisions. 35. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 36. Headings. The headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the interpretation of any provision hereof. 37. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. I IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their authorized representatives. CITY OF SALINA., KANSAS By: Attest: Form: Jon R. Blanchard, Mayor Shandi Wicks, CMC, City Clerk Greg A. Bengtson, City Attorney CONTRACTOR By: Jerry Hooper Hooper Sound Production Services, Inc. Date: April 18, 2016 EXHIBIT A RESPONSIBILITIES OF THE PARTIES 1. Contractor hereby agrees to provide all the sound and lighting equipment specified in Exhibit "E"(Equipment List) attached hereto and made a part of this Agreement. Contractor warrants that the equipment listed in Exhibit "E" is in good working order. 2. Contractor will provide g qualified personnel to insure the proper operation of all equipment provided for in this Agreement. 3. Contractor will provide consultation to Festival Coordinator and Stage Managers during all stages of the festival preparation period including review and advance of contracted performer's technical riders. 4. Buyer will provide at their expense, a minimum of (4) stage hands for the load -in and load - out of contracted equipment listed in Exhibit "E". Stage hands must be healthy, able-bodied persons capable of lifting large and heavy items such as speakers, amplifiers, cables, truss, etc. Stage hands will be under the direct supervision of Hooper Sound Production Services staff and will work according to safe work practices. 5. Buyer shall provide the electrical power necessary for Contractor to power the lighting and sound systems. The Contractor's electrical requirements are listed in Exhibit "F" attached hereto. 6. Buyer shall provide adequate security to protect the Contractor's equipment and personnel during the term of this Agreement; including, but not limited to, overnight hours. 7. Buyer will provide adequate access immediately adjacent to the stage areas for the loading and unloading of equipment and parking/vehicle access permits to the Contractor and his designated vehicles. Parking shall be reserved for any vehicle the Contractor may need in the performance of his duties hereunder. 8. Buyer shall provide (A) clean (not smoked in) Non -Smoking hotel rooms; each with (2} beds. Check in on June 9, 2016 — Check out on June 12, 2016. A-6 9. This Agreement is for service rendered rain or shine. Contractor or Buyer has the right to interrupt the Contractor's performance of his duties hereunder in the event of inclement weather or any other conditions which Contractor or Buyer regard as hazardous to any person or persons. Any such interruption, postponement of cancellation of services shall not affect the Contractor's compensation specified herein. Additional Terms and Conditions: 1. Pricing is based upon the listed equipment and personnel requirements and may be amended depending on special equipment needs, artist requirements, and other events and contingencies: 2. Should any portion of this Agreement prove to be invalid, illegal or unenforceable, it shall not affect the balance of the Agreement. 3. Should any litigation arise between the parties hereto regarding the performance of this Agreement, the prevailing party shall be compensated for whatever damages are awarded, plus reasonable attorney's fees by the other party. 4. This Agreement is the complete understanding between the parties and supersedes and replaces all previous agreements or representations both written and oral. FMA EXHIBIT B TERM; SCHEDULE 1. The Contractor shall have the equipment provided for in Exhibit "E" set up and ready to operate at: Eric Stein Stage LOakdale Park Salina, KS by 5:00 .m. on June 9 2016 Stage II Oakdale Park Salina, KS by 9:00 a.m. on June 10 2016 's Sj@ge Oakdale Park SahmKS by 9:00a.m. on June 10, 2016 For: Smoky Hill River Festival 2016, as per Festival schedule from June 9-12, 2016 2. Load -in may commence at: Eric Stein Stage, 9:00 am. on June 9 2016 Stage II and 's Stage when available or 3:00 p.m. on June 9 2016. 3. Power must be in place and of the specification in Exhibit "F" by: 9:30 a.m. June 9. 2016 for Eric Stein Stage 4.00 p.m. June 9 2016 for Sta a II and Arty's Stage C-1 EXHIBIT C BASIS OF PAYMENT 1. Compensation: Buyer shall pay to Contractor the amount of $18.500.00 for the Eric Stein Stage lighting and sound production and $7,725.00_ for Stage II sound production, and $3,325.00 for Arty's Stage for a total compensation of $29, 450. 2. Payment: Deposit of $7362.50 with executed contract Balance of $22,087.50 upon completion, June 12, 2016. 3. Invoices: Buyer will reimburse to Contractor the fuel costs for transportation of equipment and personnel from actual fuel receipts submitted by Contractor. EXHIBIT D INSURANCE REQUIREMENTS Pursuant to Section 6 of the Agreement, the Contractor shall obtain, pay for, and maintain — and shall require each of its authorized subcontractors to obtain and maintain — for the duration of the Agreement, policies of insurance meeting the following requirements.- 1. equirements: 1. General R uirements. A. Additional Insured. With the exception of the workers' compensation and professional liability policies to be obtained by the Contractor hereunder, all policies shall name the City of Salina ("City"), its agents, representatives, officers, officials, and employees as additional insured(s). Insurance for the additional insured shall extend to Products/Completed Operations and be as broad as the insurance for the named insured, including defense expense coverage, and, with respect to the commercial general liability policy required hereunder, shall be endorsed to apply as primary and non-contributory insurance before any other insurance or self-insurance, including any deductible, maintained by, or provided to, the additional insured(s). B. Waiver of Subrogation. Where allowed by law, all policies will include a waiver of subrogation in favor of the City, its agents, representatives, officers, officials, and employees. C. Claims Made Policies. If coverage is written on a claims -made basis for any of the policies required by this Agreement, the Contractor must maintain the coverage for a minimum of two (2) years from the date of final completion of all work under the Agreement. D. Premium and Deductible Expenses. The Contractor shall be responsible for all premiums and retention or deductible expense for any and all policies required by this Agreement. C-2 2. Specific Covera e R uirements. A. Commercial General Liability MGL"). The Contractor shall maintain CGL coverage written on ISO Occurrence form CG00 01 or an industry equivalent, which shall cover liability arising from Personal Injury, Bodily Injury, Property Damage, Premises and Operations, Products and Completed Operations, Contractual Liability, Independent Contractors and Advertising Injury. The policy limits shall not be less than the following: • Each occurrence $1,000,000 • General aggregate $2,000,000 • Personal and Advertising Liability $1,000,000 The policy shall contain an endorsement that modifies the general aggregate to apply separately to each project. The Contractor shall maintain the Products and Completed Operations liability coverage for a period of at least two (2) years after completion of all work under the Contract. B. Business Automobile Liabili ("BAL"), The Contractor shall maintain BAL coverage written on ISO form CA 00 01 or an industry equivalent. Coverage shall be applicable to all autos and other vehicles subject to compulsory auto liability laws that are owned, hired, rented or used by the Contractor and include automobiles not owned by but used on behalf of the Contractor. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 C. Workers' Com ensation/Em to er's Liability. The Contractor shall maintain workers' compensation and employer's liability coverage with policy limits not less than the following: • Workers' Compensation (Coverage Part A) o Statutory • Employer's Liability (Coverage Part B) o $100,000 each accident o $500,000 disease — policy limit o $100,000 disease — each employee E-3 EXHIBIT E EQUIPMENT, LIGHTING, AND POWER SPECIFICATIONS Schedule I - Equipment List ERIC STEIN STAGE - $18,500.00 Sound System to include: 1. 1- Yamaha CL5 Digital FOH Mixing Console (EQ's, Comp/Gates, FX Built In) 2. 2 - Yamaha R103224D Remote Digital Stage Boxes w/ Dante Transport 3. 1- Audio Snake 48 x 8 x 300' + Transformer Isolated Split 4. 24- QSC Wideline 8 Line Array Speakers + Fly Grids 5. 6- Danley TH115 15" Horn Load Subwoofers 6. 3 - QSC I-282 Front Fill Speakers 7. 2 - Mains Amp Racks w/ Basis Speaker Mgt. Controllers (28,000 watts ea.) 8. 1- Midas PRO 2-64 Digital Monitor Console (EQ's, Comp/Gates, FX Built In) 9. 1 -Midas DL251 48x16 Remote Digital Stage Boxw/HyperMAC trasport 10. 10 -1000 watt Bi -Amp Monitor Speakers 11.2 - 4 Mix Monitor Amp Racks (1000 watts ea. mix) 12. 1- Drum Mix Monitor Amp Rack 13. 1- Drum/Bass Monitor System (2 - EAW JF200e Tops & 2 - EAW SB250 Subs) 14.2 - DTH -4215 Side Fill Speakers 15. 1- Microphones, DI's, Cables, Stands Pkg. 16. 1 - Single Channel Comm System 17. 1 - A/C Power Distribution + Feeder Cable 18.2 - Audio Engineers Lighting system to include: 1.48' 20" Box Truss w/ 60K Par LED Lighting equivalent 2. 1- DMX Lighting Console 3. 1- Cables, Gels, Frames Pkg. 4.2-1 ton Chain Motors + Rigging Hardware 5. 1- A/C Distro + Feeder Cable 6. 1- Rigger/Lighting Engineer STAGE H - $7,725.00 Sound System to include: 1. 1 - Yamaha LS9-32 Digital FOH Mixing Console (EQ's, Comp/Gates, FX Built In) 2. 1- Audio Snake 24 x 8 x 150' + Split 3.4 - TurboSound TQ440 12" 3 way Mains Speakers 4.2 - Danley TH115 15" Subwoofer Speakers 5. 1 - Mains Amp Rack w/ Basis Speaker Mgt. System (12,000 watts) 6. 1 - Yamaha LS9-32 Digital MON Mixing Console (EQ's, Comp/Gates, FX Built In) 7.6 - QSC 1HPRl22i 12" Powered Monitors 8. 1- QSC KW181 18" Powered Sub Woofer 9. 1- Microphones, DI's, Cables, Stands Pkg. 10. 1 Single Channel Cam System E-4 11. 1 - A/C Power Distribution + Feeder Cable 12.2 — Audio Engineers Arty's Stage- $3225.00 Sound System to include: 1. 1— Presonus SR24-4-2 Digital FOH Mixing console (EQ's, Comp/Gates, FX Built In) 2. 1- Audio Snake 24 x 8 x 150' 3. 2- QSC K12 12" Powered Speakers w/ Stands 4. 2- QSC KW18118" powered Sub Woofers 5. 5.6 -Turbo Sound TXD-12M 12" Monitor Speakers 6. 1- 4 Mix Monitor Amp Rack (600 watts ea. mix) 7. 1- Microphones, DI's, Cables, Stand Pkg. 8. 1- Audio Engineer Schedule H Electrical Requirements Eric Stein Stage Power Requirements: 1. Minimum 100 amp 240V Single Phase or 208V 3 -Phase for Sound System Power (Contractor provides #214 SO Tails) 2. Minimum 200 amp 208V 3 Phase for Lighting System Power (Contractor provides #00/5 SO Tails) Stage II Power Requirements: 1. Minimum 50 amp 240V Single Phase Service run to stage w/ NEMA 14-50 125/250v Receptacle. Arty's Stage Power Requirements: 1. Minimum of 2 - 120 Volt separate circuits with 30 amp breakers on each. Additional Comments: This proposal includes: ❑ Consultation to Festival Coordinator and Stage Manager during all stages of the Festival preparation period including review and advance of contracted performer's technical riders. ❑ All labor costs for Hooper Sound staff including per diems. ❑ All transportation costs of equipment and personnel excluding cost of fuel to be reimbursed from fuel receipts submitted by Hooper Sound. E-5 DATE (IMMIDDIYYYY) k CERTIFICATE OF LIABILITY INSURANCE 3/30/2016 THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH18 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. must be endorsed, tf SUBROC3ATI[3N IS WAiVIE?D, subject to IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, t ehe ndolraement. A statement on this certificate does not confer rights to the the terms and Conditions of the policy, certain policies may req kMA— In Ha,I of e:uGh andersemahtls). _..... PRODUCER Insurance Solutions by Irwin Agency Ino. 712 Wall Street Norman-, OK 73069 INSURED Hooper Sound Production Se:rvicesr Inc. 961 valley View Rd a Lisa Buckner _— A _o--- --44 a -4444 3607 (405)364 - - - lisa bucknereinaurance-solutiona.00m - --o- _ _ rNsutte_R141 nF_+a covaoa. _HAic r sua_Oaytat+n s�eaaltnsura3to._ . 13027 sour+ a bio _ 1 xn*uran C9FP—_AW_ Norman OK 73069 "SUP F COVERAGES C1wR`CIFICATE NUMBER:11 15-16 REVISION NUMBER. ER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __ -_ _ _ ___ - • - IOL .EFF PDLiCl ERP LIMITS eX !COMMERCIAL GENERAL LIABIUTY CLAIMS -MADE i X OCCUR Z[ Y yg»65176 00 X I POLICYEGATE LIMIT � PFR T APP_ LIEBLOC' AUTOMOBILE LIABILITY BX 1 ANY AUTO I t ALL OWNED SCHEDULED 3auIEcAV4016 AUTOS AUTOS NON -OWNED - I HIRED AUTOS AUTOS UMBRELLA UAB I OCCUR EXCESS LEAK CLAIMS AND EMPLOYERS' LIABILITY Y N 1 ANY PROPRIETOWPARTNERIEXECUT:VE 'jINIA C i e6 damry In NH] EXCLUDED? �J 103036941-16-1 GENERAL AGOPSGATE. S e__._ -. i pRMUCrS-COMPIOPAGG 5 2,000,000 S $ 1,000,000 E BODILY INJURY (Per pere0n) $ 4/1/2016 4/1/2017 BOAILYINJURY (Per eceidenq $ -- 4/2/2016 1 4/1/2017 EACH OCGURRI:NCE - AGGREGATE E,L. EACH ACCIDENT_ E L DI$EA - EA W E L DISEASE POLICY I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addldensl Remarks Schedule, MY ue attached if more space is required) Additional Insured form attached Waiver of Subrogation form attached s i,9-0-01o0a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City o£ Salina Kansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 211 W iron PO BOX 2181 AUT mioniz D REPRESPNTATIVE Salina, KS 67402 a» Jim Irwin/HAILEY ®1g813-2014 ACORD CORPORATION. All rights reserved, ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (2.014011 EACH. OCCURRENCE 3 1,000,000 _ OlImt R TEO 100,0.00 PIiE,MISni� W41X 1_ _ 5/15/2015 5/15/2016 MED EXP' ww. n) $.._ - , 5,000 PERStlNALAADVINJURY i i •, 1,000000 2 000 000 GENERAL AGOPSGATE. S e__._ -. i pRMUCrS-COMPIOPAGG 5 2,000,000 S $ 1,000,000 E BODILY INJURY (Per pere0n) $ 4/1/2016 4/1/2017 BOAILYINJURY (Per eceidenq $ -- 4/2/2016 1 4/1/2017 EACH OCGURRI:NCE - AGGREGATE E,L. EACH ACCIDENT_ E L DI$EA - EA W E L DISEASE POLICY I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addldensl Remarks Schedule, MY ue attached if more space is required) Additional Insured form attached Waiver of Subrogation form attached s i,9-0-01o0a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City o£ Salina Kansas THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 211 W iron PO BOX 2181 AUT mioniz D REPRESPNTATIVE Salina, KS 67402 a» Jim Irwin/HAILEY ®1g813-2014 ACORD CORPORATION. All rights reserved, ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (2.014011 POLICY NUMBER. E. _„ , °,IC; COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Locations Of Covered Opt City of Slina, its agents, representatives, officers, 861 Valley View Rd, Norman, OK 73069 officials and employees 211 W. Iron PO Box 2181 Salina, KS 67402 to complete this Scheduli; if not shown above will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property dame" or "personal and advertising Injury" paused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts ar omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional Insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, . including materials, parts or equipment famished in connection with such work, on the project (other than service,. maintenance or reports) to be performed by or on 'behalf of the additional Insured(s) at the location of the covered operations has been completed; or 2. That portion of 'your work" out of which the injury .or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 0 Insurance Services Office, Inc., 21)12 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III -- Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: VBA365176 00 COMMERCIAL GENERAL LIABILITY CO 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Slina, its agents, representatives, officers, officials and employees 211 W. Iron PO Box 2181 Saiina KS 67402 Information required to complete this Schedule, if not shown above will be The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above Because of payments we make for injury or damage arising out of your ongoing operations or 'Your world' done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. in the CO 24 04 06 09 ® insurance Services Office, Inc., 2008 Page 1 of 1 E3 RESOLUTION NUMBER 16-7343 A RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH HOOPER SOUND PRODUCTION SERVICES, INC. TO PROVIDE SOUND SERVICES AT THE SMOKY HILL RIVER FESTIVAL. BE IT RESOLVED by the Governing Body of the City of Salina, Kansas: Section 1. That the Mayor is hereby authorized to execute an agreement with Hooper Sound Production Services, Inc. to provide sound services at the Smoky Hill River Festival, subject to the terms and conditions of the agreement. Section. 2. That the City Clerk is hereby directed to file the original agreement and retain according to the City of Salina Records Management Policy, Section 3. That this resolution shall be in full force and effect from and after its adoption. Adopted by the Board of Commissioners and signed by the Mayor this 1 Sffi day of April, 2016. Jon R. Blanchard, Mayor (SEAL) ATTEST: Shandi Wicks, CMC, City Clerk