Loading...
HomeMy WebLinkAboutCAG2023-561 - Original - Powell Brothers Productions - Thursdays at the Lake: The Powell Brothers - 08/15/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form Dir. Assist: • For Approvals,Signatures and Records Management KE N T This form combines&replaces the Request for Mayor's Signature and Contract Cover WASHINcroN Sheet forms. Dir/Dep Dir: Originator: Department: Ronda Billerbeck Parks, Recreation & Community Services Date Sent: Date Required: > 11/06/2023 ASAP 0 CL Authorized to Sign: Date of Council Approval: QDirector or Designee N/A Budget Account Number: Grant? Yes WINo 10006222.64190.4310 Budget?W]Yes:No Type: N/A Vendor Name: Category: Powell Brothers Productions Contract Vendor Number: Sub-Category: = 2535935 Original 0 The Powell Brothers perform at Kent Summer Concerts "Thursdays at the Lake." .7w Project Name: p Y 3- Project Details:The Powell Brothers will perform as part of Kent's "Thursdays at the Lake" 0 = concerts on August 15, 2024 from 7:00 to 8:30 p.m. c 40 40 Agreement Amount: $2 500.00 Basis for Selection of Contractor: Other `Memo to Mayor must be attached Start Date: 08/15/2024 Termination Date: 08/15/2024 Im Q Local Business?F--]YeslzNo* If meets requirements per KCC3.70.100,please complete"Vendor Purchase-Local Exceptions'form on Cityspace. Business License Verification:Yes In-Process Exempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: FTesONo CAG2023-561 Comments: Im G 3 4) H •� i N 3 f0 C V1 Date Routed to the City Clerk's Office: 1 1/7/23 ,c«w»373__,0 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20210513 • KENT PERFORMANCE AGREEMENT WASH I NGTO N between the City of Kent and The Powell Brothers, c/o Powell Brothers Productions THIS PERFORMANCE AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and The Powell Brothers (the "Contractor"), doing business through Powell Brothers Productions organized under the laws of the State of Washington, located and doing business at 10910 Sea Mist, Magnolia, TX 77354. (the "Agent"). I. DELEGATED AUTHORITY. Contractor is an artist who has acquired the services of Agent to manage performance bookings. By signing this Agreement for Contractor, Agent warrants that Contractor has delegated and assigned authority to Agent to contractually bind Contractor to scheduled performances, including the performance(s) provided for herein and under the terms of this Agreement. Agent agrees to defend, indemnify, and hold the City harmless from any and all claims, damages, losses, or suits resulting from any allegation that Agent has exceeded its authority to enter into this Agreement on Contractor's behalf. II. DESCRIPTION OF WORK. Contractor shall perform the following event for the City: Description: Contractor will present one performance as part of the Kent Arts Commission's Summer Concert Series. Start Time/Duration/Stop Time: 7:00 p.m. /90 minutes/8:30 p.m. Day, Date, Year: Thursday, August 15, 2024 Event Location: Lake Meridian Park, 14800 SE 272nd Street, Kent, WA Merchandising: Contractor shall have the sole and exclusive right, but not obligation, to sell souvenir posters, programs, CDs, DVDs, and other merchandise directly pertaining to and/or bearing the likeness of the Artist at the performances. Artist will provide sales staff and retain 100% of the receipts. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time those services are performed. III. COMPENSATION. The City shall pay Contractor the total sum of$2,500.00 for the work to be performed under this Agreement, upon satisfactory completion of all services and requirements specified in this Agreement. The full amount will be paid by City check on the day of the show and remitted to Powell Brothers Productions. IV. PRESS MATERIALS. Contractor agrees to provide to the City where appropriate, at his or her own expense, complete press materials, including hard copy or high-resolution electronic photographs, biographic descriptions, and program materials, not less than six (6) weeks prior to the initial event date for the City's use in promoting the event. All publicity and promotional materials regarding the event released to the media or public by the Contractor shall credit the City of Kent for its support of the event or project. V. PERFORMANCE SPACE. The City agrees to furnish, at its sole cost and expense, a place of performance on the date(s)and at the time(s) contained in Section II. The City shall also provide ushers, house manager, and box office staff and any additional services and personnel as required by the City, for the efficient operation of the engagement. Other arrangements will be the responsibility of the City and Contractor as follows below: Venue: City will provide covered outdoor stage. Sound: City will provide; Artist will provide technical requirements no later than 60 days prior to performance date. Lights: N/A Dressing Rooms: None available. Technical Staff: City will provide sound technician. As may be more particularly described in any rider that may be attached and incorporated into this Agreement as Exhibit B. VI. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement, and that the Contractor has the ability to control and direct the PERFORMANCE AGREEMENT- 1 (between City and Artist, through Artist's Agent) performance and details of its work, the City being interested primarily only in the results obtained under this Agreement and compliance with its terms and conditions. VII. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. VIII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence, including assertions that the use or transfer of any software, book, document, report, film, tape or sound reproduction delivered in accordance with this Agreement constitutes an infringement of any copyright, patent trademark, trade name, or otherwise results in unfair trade practices. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. The provisions of this section shall survive the expiration or termination of this Agreement. IX. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. X. DISCRIMINATION. In the performance of work under this Agreement or any subcontract, the Contractor and Agent, its sub-contractors, or any person acting on behalf of the Contractor, Agent or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor or Agent shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XI. TERMINATION AND BREACH. Either party may terminate this Agreement, with or without cause, upon providing the other party ninety (90) days written notice at its address set forth on the signature block of this Agreement. All costs incurred by the City due to Contractor's failure to comply with the terms and conditions of this Agreement shall be the responsibility of the Contractor. The City may deduct its costs from any payments due to the Contractor or pro-rate the Agreement amount based upon the actual time of Contractor's performance compared to the contracted performance schedule. XII. IMPOSSIBILITY OF PERFORMANCE. Indoor performances may be dependent upon a facility which the City may or may not have control over. Outdoor performances are considered "rain or shine." In the event that extreme inclement weather renders and outdoor performance impossible, or an indoor facility unexpectedly becomes unavailable, the city will attempt to arrange an alternate performance space and Contractor will employ its best efforts to provide the contract work in that alternate performance space. Neither party shall be under liability for failure to perform in the event that such failure is caused by or due to acts or regulations of public authorities, civil tumult, strike, epidemic or any other cause beyond the control of either party. In the event of failure to perform as provided in this section, neither party shall be liable for the balance of the Agreement. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its Contractors to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification as provided for by this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be PERFORMANCE AGREEMENT-2 (between City and Artist, through Artist's Agent) deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non- assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or arising out of the performance of this Agreement. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: C&d W. 7-&6w Z-01-1,1*oah By: Chad W.Tolar(Nov 7,2023 11:17 CST) By:Lori Hog 2023 09:09 PST) Print Name:Chad W.Tolar Print Name: Lori Hogan Its Partner, Powell Brothers Productions Its: Recreation and Cultural Services Supt DATE: 11/07/2023 DATE: 11/07/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: The Powell Brothers Ronda Billerbeck, Cultural Programs Manager c/o Powell Brothers Productions, Chad Tolar City of Kent 10910 Sea Mist 220 Fourth Avenue South Magnolia, TX 77354 Kent, WA 98032 (956)458-4657 (telephone) (253) 856-5055 (telephone) TolarPowellEntertainment(D-gmail.com (email) rbillerbeck(aD_kentwa.gov (email) �A/TTES�T/: A,�,, 9C.c.®1�. I��WG�JV Kent City Clerk PERFORMANCE AGREEMENT-3 (between City and Artist, through Artist's Agent) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 of 5 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 of 5 direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination EEO COMPLIANCE DOCUMENTS - 3 of 5 includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. C&,d w: r� Chad W.Tolar(Nov 7,2023 11:17 CST) By: For: Powell Brothers Productions Title: Partner, Powell Brothers Productions Date: 11/03/2023 EEO COMPLIANCE DOCUMENTS - 4 of 5 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 5 of 5 EXHIBIT A INSURANCE & INDEMNITY REQUIREMENTS No Insurance is required for this Contract. THE POWELL BROTHERS A PRODUCTION RIDER EXHIBIT B CONTACTS MANAGEMENT CHAD TOLAR +1 (956)458-4657 tolarpowellentertainment@gmail.com TOUR MANAGER MIKE SMITH +1 (713)516-4244 mike.powellbros@gmail.com BAND&GEAR DETAILS • The Powell Brothers are a three piece band consisting of the following members: • TAYLOR POWELL ELECTRIC GUITAR&LEAD VOCALS • BLAKE POWELL BASS GUITAR&BACKING VOCALS • MIKE SMITH DRUMS • The Powell Brothers travel mostly self contained w/everything but FOH.The band travels with full backline,monitor console,mics,stands and cables as well as a small,ground stacked lighting package.Unless otherwise specified on our input list the only requirements will be power, P.A.and FOH. • Behringer X32 RACK @ Off Stage In 1/0 Rack • Rack Has Built-In Split for FOH Sends.(see patch list below) STAGE & POWER REQUIREMENTS • Minimum Stage Dimensions: 20'wide x 16'deep. • Please provide 2 Isolated and Independent 20 Amp circuits.These will terminate to various 120v Edison duplexs on stage and 1 quad box at Tech World(see stage plot). P.A. SYSTEM REQUIREMENTS • Professional quality,preferably flown,stereo four-way speaker system(three way+subwoofers),capable of delivering 110 db distortion-free, wide band audio,evenly distributed throughout the venue,plus full range front fills and delay systems where needed. OTHER CONSIDERATIONS • This rider is updated regularly and pursuant to Production Manager's advance.Please check that you have the latest version,and disregard any previously released versions or"word of mouth"information,other than information sent only by those authorized by The Powell Brothers Productions. • The contents of this document must be confirmed and any substitutions addressed and approved by the production manager prior to the performance date. THE POWELL BROTHERS TECHNICAL PRODUCTION I ' 1 KICK IN TELEFUNKEN M82 SHORT BOOM *MIC/STAND PROVIDED - •• 2 SNARE TOP TELEFUNKEN M81-SH CLIP *MIC/STAND PROVIDED - •• 3 (48v) SNARE BOTTOM TELEFUNKEN M80-SH CLIP *MIC/STAND PROVIDED - •• 4 �- •• 24 TOM 1 TELEFUNKEN M81-SH CLIP *MIC/STAND PROVIDED �' •• 6 TOM 2 TELEFUNKEN M81-SH CLIP *MIC/STAND PROVIDED �' •• 7 (48v) OH LEFT TELEFUNKEN M60 FET TALL BOOM *MIC/STAND PROVIDED - •• 8 (48v) OH RIGHT TELEFUNKEN M60 FET TALL BOOM *MIC/STAND PROVIDED •• 9 BASS TRACKS TRAX 6 *DI PROVIDED • - 10 Bass LIVE SANS-AMP RBI DI *DI PROVIDED • - 11 EG BLAKE PRINCETON RECORDING AMP *AMP PROVIDED I/O RACK 12 EG TAYLOR PEDAL BOARD DI *AMP PROVIDED I/O RACK 13 TRACKS L TRAX 3 •• 14 TRACKS R TRAX 4 •• 15 TAYLOR VOX RF TELEFUNKEN M80 TALL BOOM *RF/MIC/STAND PROVIDED •- 16 BLAKE VOX RF TELEFUNKEN M80 TALL BOOM *RF/MIC/STAND PROVIDED 17 CLICK TRAX 1 *DI PROVIDED - •• 18 MIKE TB SHURE SM-57 TALL BOOM *MIC/STAND PROVIDED - •• 19 TAYLOR TB TELEFUNKEN M81 TALL BOOM *MIC/STAND PROVIDED - •• 20 BLAKE TB TELEFUNKEN M81 TALL BOOM *MIC/STAND PROVIDED - •• 21 OPEN 22 ]OPEN 23 OPEN 24 OPEN 25 OPEN 26 OPEN 27 OPEN 28 OPEN 29 OPEN 30 SMPTE TRAX 5 31 MON TB 32 FOH TB FOH INPUT PATCH 1 FOH PB L *PLAYBACK DEVICE PROVIDED FOH LOCAL I/O *FOH DIRECT PATCH 2 FOH PB R *PLAYBACK DEVICE PROVIDED FOH LOCAL I/O *FOH DIRECT PATCH 3 HOUSE DJ L OPTIONAL-HOUSE MUSIC FOH LOCAL I/O *FOH DIRECT PATCH 4 HOUSE DJ R OPTIONAL-HOUSE MUSIC FOH LOCAL I/O *FOH DIRECT PATCH 5 OPEN FOH LOCAL I/O *FOH DIRECT PATCH 6 OPEN FOH LOCAL I/O *FOH DIRECT PATCH 7 OPEN FOH LOCAL I/O *FOH DIRECT PATCH 8 FOH TB SHURE SM-57s *MIC PROVIDED FOH LOCAL I/O *FOH DIRECT PATCH FOH OUTPUT PATCH 1 MASTER L REQUIRED-DRIVE LINES @ FOH OR I/O RACK 2 MASTER R REQUIRED-DRIVE LINES @ FOH OR I/O RACK 3 SUBS REQUIRED-DRIVE LINES @ FOH OR I/O RACK 4 FRONT FILLS OPTIONAL-DRIVE LINES @ FOH OR I/O RACK 5 SIDE FILLS OPTIONAL-DRIVE LINES @ FOH OR I/O RACK 6 SMPTE *TIMECODE PROVIDED 7 OPEN 8 SHOUTS MONITOR *MONITOR PROVIDED THE POWELL BROTHERS STAGE PLOT 92- 9?* pOwELL �. , POWELL BROTHERS /� _ yE BROTHERS Monitor World can go off stage left or right. It consists of a single 20RU rolling rack containing our stagebox, RF and tails. Scrim Cart dimensions are:5'x 5'x 18" Please provide 1 isolated 20amp 120v circuit(edison)for audio. 1 drop at monitor world, 1 drop at drums, and 2 drops at front for pedal boards. No Monitors needed on the downstage edge. Signature• Mdl%SSq MGCor�YIlGK Melissa McCormick(Nov 7,202309:50 PST) Email: cityclerk@kentwa.gov REC- 110623-Powell Brothers Prod uctions-SCS2 4 Final Audit Report 2023-11-07 Created: 2023-11-06 By: Ronda D Billerbeck(rbillerbeck@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAABG6xvU9 P965aVasdF67cJ274GIoMShm "REC-110623-Powell Brothers Prod uctions-SCS24" History Document created by Ronda D Billerbeck (rbillerbeck@kentwa.gov) 2023-11-06-10:58:24 PM GMT-IP address: 146.129.252.126 Document emailed to Ihogan@kentwa.gov for signature 2023-11-06-11:02:02 PM GMT Email viewed by Ihogan@kentwa.gov 2023-11-07-5:08:57 PM GMT-IP address: 104.47.64.254 Signer Ihogan@kentwa.gov entered name at signing as Lori Hogan 2023-11-07-5:09:48 PM GMT-IP address: 146.129.252.126 Document e-signed by Lori Hogan (Ihogan@kentwa.gov) Signature Date:2023-11-07-5:09:50 PM GMT-Time Source:server-IP address: 146.129.252.126 Document emailed to tolarpowellentertainment@gmail.com for signature 2023-11-07-5:09:52 PM GMT Email viewed by tolarpowellentertainment@gmail.com 2023-11-07-5:15:41 PM GMT-IP address: 108.178.118.54 f55g Signer tolarpowellentertainment@gmail.com entered name at signing as Chad W. Tolar 2023-11-07-5:17:51 PM GMT-IP address: 108.178.118.54 Document e-signed by Chad W. Tolar(tolarpowellentertainment@gmail.com) Signature Date:2023-11-07-5:17:53 PM GMT-Time Source:server-IP address: 108.178.118.54 Document emailed to Kim Komoto (kkomoto@kentwa.gov)for signature 2023-11-07-5:17:55 PM GMT Powered by Adobe ` ENT Acrobat Sign Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2023-11-07-5:18:45 PM GMT-IP address: 104.47.64.254 dp Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date:2023-11-07-5:19:03 PM GMT-Time Source:server-IP address: 146.129.252.126 C'► Document emailed to cityclerk@kentwa.gov for signature 2023-11-07-5:19:04 PM GMT Email viewed by cityclerk@kentwa.gov 2023-11-07-5:48:35 PM GMT-IP address: 104.47.64.254 dp Signer cityclerk@kentwa.gov entered name at signing as Melissa McCormick 2023-11-07-5:50:20 PM GMT-IP address: 146.129.252.126 d4 Document e-signed by Melissa McCormick (cityclerk@kentwa.gov) Signature Date:2023-11-07-5:50:22 PM GMT-Time Source:server-IP address: 146.129.252.126 Agreement completed. 2023-11-07-5:50:22 PM GMT Powered by Adobe �� KENT Acrobat Sign