Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CAG2025-040 - Original - Skylimit Productions, FSO Uptown - 2025-2026 Spotlight Series - 2/3/25
FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Lff LH Agreement Routing Form Dir. Assist: PH • For Approvals,Signatures and Records Management KE N T This form combines&replaces the Request for Mayor's Signature and Contract Cover wnsHiNcroN Sheet forms. Dlr/Dep Dlr' J 1eParascondoia Originator: Department: Ronda Billerbeck Parks, Recreation & Community Services Date Sent: Date Required: > 01/24/2025 ASAP 0 CL Authorized to Sign: Date of Council Approval: QDirector or Designee NA Budget Account Number: Grant?[:]YesVNo 10006222.64190.4310 Budget?W]Yes:No Type: N/A Vendor Name: Category: Skylimit Productions, FSO Uptown Contract Vendor Number: Sub-Category: = 2573194 Original 0 2025-2026 Spotlight Series Project Name: E C Project Details: = Uptown will perform as part of Kent's 2025-2026 Spotlight Series on *, Saturday, October 25, 2025. c 40 40 Agreement Amount: $10,000 Basis for Selection of Contractor: Other `Memo to Mayor must be attached Start Date: 10/25/2025 Termination Date: 10/25/2025 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 CAG2025-040 Comments: CA G 3 4) H •� i N 3 f0 C V1 Date Routed to the City Clerk's Office: 2/3/25 ac«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 Skylimit Productions, FSO Uptown THIS PERFORMANCE AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skylimit Productions, FSO Uptown (the "Contractor"), organized under the laws of the State of California, located and doing business at 4210 Via Marina,Apt. 140, Marina Del Rey, CA 90292. (the "Agent"). I. DESCRIPTION OF WORK. Contractor shall perform the following event for the City: Description: Uptown (hereinafter referred to as "Artist")will present one public performance as part of the Kent Arts Commission's "Spotlight Series." Performance will feature three singers and a three-piece band. Start Time/Duration/Stop Time: 7:30 p.m. /two 45-minute sets separated by intermission /9:30 p.m. Day, Date, Year: Saturday, October 25, 2025 Event Location: Kent-Meridian High School Performing Arts Center, 10020 SE 2561h Street, Kent, WA 98032 Travel/Transportation: Artist will provide. Lodging: City will provide seven (7) hotel rooms on the nights of Friday, October 24 and Saturday, October 25, 2025. Refreshments: City will provide refreshments and a meal on the day of the performance as specified in the rider, attached as Exhibit B. Merchandising: Artist 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 performance. City will retain 15% of the receipts when Artist provides sales staff and 20% of the receipts when City provides sales staff. Billing: "Uptown: A Celebration of Motown and Soul" Sponsorship: City reserves the right to obtain corporate sponsor(s)for Artist's performance. Exclusivity: Artist shall not appear in general Seattle/Puget Sound market during the 2025- 2026 season (September 2025—August 2026, including King, Pierce, Snohomish, and Kitsap counties, with the exception of venues previously discussed and mutually agreed upon (including Edmonds Center, Vashon Center, Washington Center, and Admiral Theatre.) House seats: City will hold ten (10) complimentary house seats for Artist, to be released 24 hours prior to curtain if not notified by Artist. *All as more specifically described in the attached Exhibit B 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. II. COMPENSATION. The City shall pay Contractor the total sum of $10,000 for the work to be performed under this Agreement, upon satisfactory completion of all services and requirements specified in this Agreement. A deposit of$5,000 will be paid, by City of Kent check, to Skylimit Productions by January 31, 2025. The balance of$5,000 will be paid, by City of Kent check, to Skylimit Productions on the day of the show. However, should restrictions imposed due to the current Coronavirus pandemic require smaller, socially distanced capacity, the parties agree the compensation due under this Agreement may be reduced upon the mutual agreement by the Contractor and City, which agreement shall be confirmed in writing, though a formal contract amendment shall not be necessary. PERFORMANCE AGREEMENT- 1 (between City and Artist, through Artist's Agent) III. 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. IV. 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 proscenium theater: Kent-Meridian High School Performing Arts Center Sound: City will provide sound system according to Contractor's technical rider.* Lights: City will provide lighting according to Contractor's technical rider.* Dressing Rooms: City will provide dressing room facilities according to Contractor's rider.* Technical Staff: City will provide sound and lighting technicians, and theater manager familiar with facility. Contractor will provide any other technical staff, including a road manager or technical director, necessary for the performance. *All as more specifically described in the attached Exhibit B V. 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 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. VI. 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. VII. 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. Vill. 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. IX. 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. X. 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. XI. 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 PERFORMANCE AGREEMENT- 2 (between City and Artist, through Artist's Agent) 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. XII. 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 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. PERFORMANCE AGREEMENT- 3 (between City and Artist, through Artist's Agent) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By:#11<er(Jan 3Q 2025 05:52 PST) By: ie Par*—'z 30la(Feb 3,2025 08:49 PST) Print Name: Joel Walker Print Name: Julie Parascondola Its Managing Director Its: Parks Director DATE: 01/30/2025 DATE: 2/3/25 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Joel Walker Ronda Billerbeck Skylimit Productions City of Kent 4210 Via Marina, Apt. 140 220 Fourth Avenue South Marina Del Rey, CA 90292 Kent, WA 98032 (804) 921-2022 (telephone) (253) 856-5055 (telephone) bookinq(cD.skylimit-productions.com (email) rbillerbeck@kentwa.gov (email) ATTEST: City Clerk PERFORMANCE AGREEMENT - 4 (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); 0 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. By:r,of WaIker(J an 30,202505:52 PST) For: Skylimit productions Title: Managing Director Date: O1/30/2025 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 Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage 2. maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 4. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 712/20/2024 E(M WDDNYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE �� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Will Maddux NAME: East Main Street Insurance Services, Inc. A/C.No, o Ext: (530)477-6521 (A/C,NE FA xNo): Will Maddux E-MAIL er.co lth th f ino eevenem ADDRESS: @ P PO Box 1298 INSURER(S)AFFORDING COVERAGE NAIC# Grass Valley CA 95945 INSURER A: Evanston Insurance Company 35378 INSURED INSURER B: Joel Walker(Skylimit Productions) INSURER C: Joel Walker,dba: INSURER D: 4210 Via Marina, 140 INSURER E: Marina del Rey CA 90292 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER MWDDNYYY MWDDNYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(other than fire) $ 1,000,000 X Host Liquor Liability MED EXP(Any one person) $ 5,000 A Retail Liquor Liability Y N 3DS5475-M3127424 10/25/2025 10/26/2025 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: 12:01 AM 12:01 AM GENERAL AGGREGATE $ 2,000,000 X POLICY❑ PRO- JECT ❑ LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Deductible $ 1,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Certificate holder listed below is named as additional insured per attached MEGL 2217 01 19.Attendance: 1000, Event Type:Concert-70's Music. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Kent-Meridian Performing Arts Center AUTHORIZED REPRESENTATIVE 10020 SE 256th St /ff f Kent WA 98030 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY 191 POLICY NUMBER: 3DS5475-M3127424 MARKEL: EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Kent-Meridian Performing Arts Center 10020 SE 256th St Kent,WA 98030 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 of this endorsement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by the acts or omissions of any insured listed under Paragraph 1. or 2. of Section II — Who Is An Insured: 1. In the performance of your ongoing operations; or 2. In connection with your premises owned by or rented to you. 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. MEGL 2217 0119 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 2 with its permission. B. 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. All other terms and conditions remain unchanged. MEGL 2217 0119 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 2 with its permission. EXHIBIT B Initial Advance and Press Contact Joel Walker: (804) 921-2022 Technical Advance Contact ov Tommy Aparicio: (901) 308-3376 booking@skylimit-productions.com UPTOWN TECHNICAL RIDER B Three Singers with 3pc Live Band and Recorded Music UPDATED JUNE 2024 GENERAL INFORMATION UPTOWN ("Artist") is available for performance in a number of different spaces and configurations. Most aspects of the presentation are flexible and negotiable as part of the engagement contract. However, any deviations from this rider must be approved at least 48 hours prior to performance. Configurations: RIDER A: Three Singers with Recorded Music (No Musicians) RIDER B: Three Singers with 3pc Live Band and Recorded Music RIDER C: Three Singers with 5pc Live Band and Recorded Music RIDER D: Three Singers with 7pc Live Band and Recorded Music This technical rider specifies the requirements for RIDER B ONLY. Names/Number of Performers: • THREE (3) Singers • UP TO THREE (3) Instrumentalists/Instrumental Groups (SEE CONTRACT) NOTE: Non-contracted musicians provided via click-track. RHYTHM: 1. Electric Bass 2. Drums 3. Electric Guitar Dedicated Rehearsal/Sound Check: In addition to the following technical requirements, Artist will require up to five (5) hours of dedicated time in the performance space prior to the room's opening. This pre-show time in the space will be utilized to (A) load-in and complete a sound check, (B) complete a technical cue-to-cue, and/or (C) perform a full-volume and full-length run-through to incorporate any regional instrumentalists into the show. This will be Initials 1,e 5 Date 1/24/25 ' IPTOWN TECH RIDER B PAGE 2 of 8 similar to a dress rehearsal, involving instrumentalists, amplification/microphones, and singing. This is essential for a smooth final performance. Please be sure to note that Artist will be performing at FULL VOLUME during this dedicated time so as not to affect events in the adjoining areas. Schedule for the day should be arranged so that sound check/rehearsal is complete no later than two (2) hours prior to house opening. Local Crew Requirements: A knowledgeable venue representative should be available to grant venue access to company in time to complete sound check and rehearsal prior to audience seating. Artist must be able to easily communicate from the stage area with the following technicians: Master Electrician (lighting board operator), Audio Engineer, and Follow Spot Operator(s) (if needed depending on venue size). All technicians must be present during the pre-show sound check/rehearsal AND performance. A minimum of one (1) stagehand is required to assist with the load-in and load-out of Artist's equipment. If load-in or stage access is logistically difficult (e.g., stairs, elevators, fire escapes, mazes of corridors), additional stagehand(s) may be required. STAGE REQUIREMENTS (to be ready upon arrival): PRESENTER AGREES TO FURNISH AT OWN EXPENSE Performing Surface: The required performing area is a hard surface, at least twenty (20) feet wide and twenty (20) feet deep. No carpeting, please. A raised proscenium-style stage with either a wood or masonite floor is ideal. The performing surface should be swept clean and cleared of all equipment and debris prior to Artist's arrival. Stage/House Access: The show is performed proscenium-style, so enjoyment will be enhanced if there is no audience seating to the side of or behind the performers. A portion of the show may involve performer/audience interaction, so house access from the stage (via aisles or stage stairs) is necessary. Ideal locations are two separate sets of stairs (or aisles) located mid-SR and mid-SL, although one method of house access located center stage or on one side of the stage is also acceptable. Seating/Onstage Furniture: Artist requires the use of three (3) matching bar stools, preferably standard black backless bar stools (29 to 31 inches tall). The stools will be used as onstage seating during performance, so they should be well-maintained. Behind the stools, two (2) small tables should be placed to hold fifteen (15) bottles of non-carbonated mineral water at room temperature and three (3) matching, black or navy blue clean hand towels. Initials 112 5 1/24/25 UPTOWN TECH RIDER B PAGE 3 of 8 Curtain/Backdrop: If the performance space allows for a backdrop (and Artist-provided Multimedia is not being incorporated — see LIGHTING REQUIREMENTS), either a white cyclorama (cyc) with color washes or an appropriately-themed backdrop would be most appropriate. A black traveler or backdrop is also acceptable. Offstage/Wings: Offstage/backstage access from the performing space with appropriate masking from the audience is required on at least one side of the stage and preferred on both sides of the stage. HOSPITALITY: Accommodations: PRESENTER-PROVIDED ACCOMMODATIONS ARE REQUIRED. Please see Engagement Contract for room requirements and number of rooms/nights needed. Artist requires hotel with interior corridors, complimentary wi-fi internet, complimentary (or reimbursable) parking, and complimentary hot breakfast (or equivalent meal buyout of $15pp, per night). The hotel property should have a 3-star (out of 5-star) rating or better. Parking: Artist company will travel to Venue in personal vehicles (cars and vans requiring standard-size parking spaces). Please reserve complimentary (or reimbursable) parking space for Artist's vehicles (number to be provided during final tech advance) adjacent to stage door to be available before, during, and after Performance. Security: Presenter shall guarantee proper security at all times to ensure the safety of Artist company, their instruments, and all personal property from load-in to load-out. While uniformed security is not necessary, theater personnel should prevent public access to the stage from the audience, and locked doors or attendants should prevent any unauthorized individuals from accessing the backstage area during the duration of the Artist's stay. No non-venue personnel should be allowed access backstage or to dressing rooms without approval by the Artist, and Presenter can be held financially responsible for loss due to lack of security. Dressing Room(s): For Artist, please provide at least one (1) well-lit private dressing area sized to accommodate three (3) persons with easy access to the stage furnished with a rolling costume rack, a table, three chairs, one full-length mirror, and wastebasket. In addition, Initials /12 i� 1/24/25 UPTOWN TECH RIDER B PAGE 4 of 8 please provide (1) well-lit private changing area with rolling costume rack for instrumentalists sufficiently sized and with seating to accommodate the number of contracted players. There should also be easy access to at least one (1) private No showers bathroom with O&F artist company only with hot and cold running water, available. adequately supplied with fresh soap, clean full-sized bath towels (one per company 112 1�q member), toilet paper, and tissue. The dressing rooms should be in a private area and --,7144 should permit access to and from the stage without passing through any public areas. JW Electrical outlets and wireless internet access (WiFi) should be offered to Artist if available at Venue, with network name and password posted in the backstage area. Artist would appreciate the use of a functioning costume steamer and an iron with ironing board backstage. Catering: UPTOWN cares about the environment, so for all the following catering requirements, wherever it is possible to NOT use paper and plastic, it would be greatly appreciated. • Snacks: Upon arrival, please have one fresh fruit tray available in Artist's dressing room. • Beverages: Upon arrival (and available from load-in through load-out), please provide one case (24 bottles) of any brand of still (non-sparkling) distilled, spring, or purified bottled water. Additionally, please provide freshly brewed coffee (with fresh milk and sugar), hot water/electric kettle, sliced lemons, honey, a box of herbal teas (to include Throat Coat Tea), and assorted chilled beverages (Red Bull energy drinks, apple juice, orange/cranberry flavored teas, coconut water, soda water). • Meal: A quality meal for the entire Artist company to be served after Artist's sound-check (approximately 2 hours before showtime), in a quiet, private dining area (please confirm time and location). Meal should include soup, salad (with choice of dressings), hot entrees, a selection of fresh bread and rolls, and choice of dessert. NOTE: AT NO TIME SHOULD ANY MEAL INCLUDE PORK, PORK PRODUCTS, OR SHELLFISH. Any other special food restrictions/allergies will be forwarded one week prior to performance. Appearances/Meet-and-Greets: Requests for pre- or post-show meet-and-greets or receptions at Venue must be submitted to the Artist prior to engagement date and will be subject to Artist's approval, not to be unreasonably withheld depending on Artist's tour schedule. Off-site events must be negotiated/approved in advance and will not be permitted unless part of the engagement contract. Initials 129 1/24/25 UPTOWN TECH RIDER B PAGE 5 of 8 BACKLINE REQUIREMENTS ARTIST REQUIRES THE FOLLOWING TO BE PROVIDED BY PRESENTER. All instruments should be placed in a gentle arc with no instrument less than 15 feet upstage of the vocal monitors to allow space for Artist's choreography. Please see attached Stage Plot for further details. • ONE (1) ELECTRIC BASS AMP AND STAND (IF BASS IS CONTRACTED): • Amp: Aguilar Tone Hammer 500 w/ DB cabinet or similar • One Bass Guitar stand • Riser for Electric Bass/Amp (if available and suited to venue dimensions) • ONE (1) ELECTRIC GUITAR AMP AND STAND (IF GUITAR IS CONTRACTED): • Amp: Blackstar HT40 Club, Fender Deluxe or similar • One Guitar Stand • Riser for Electric Guitar/Amp (if available and suited to venue dimensions) • ONE (1) DRUM KIT WITH CYMBALS (IF CONTRACTED): • A professional five piece drum kit (DW, Tama, Yamaha, Pearl, or similar) • Chain drive double-bass pedal (DW, Tama or equal) • Four (4) Cymbals (crash, ride, etc..) plus Hi-Hats • All Drum Hardware and cymbal stands. • Drum Throne (ideally with back) • Drum Shield to control stage volume • Drum Rug • Risers for Drums ("double height," or approx. 3 feet, preferred for Drums) TECHNICAL REQUIREMENTS (to be ready upon arrival) General Audio Requirements: ARTIST WILL REQUIRE A FULLY-OPERATIONAL PROFESSIONAL SOUND SYSTEM WITH OPERATOR. UPTOWN is a Motown-R&B-hip/hop-pop ensemble. Their musical performance is high energy with constant movement and has a very contemporary feel. The sound needs for the group are more similar to that of an R&B/Hip-Hop act vs. a traditional or classic Motown act; big low-end and clean high-end is ideal, and the Presenter-provided P.A. should include sufficient low-end reproduction to appropriately amplify this style of performance. In addition, the group will use supplemental tracks ("click") along with the live band to add production quality, and the Presenter-provided audio should be able to combine the two seamlessly. Initials Z_ Date 1/24/25 _ UPTOWN TECH RIDER B PAGE 6 of 8 P.A. System: Please provide a high quality, STEREO PA. that provides even coverage to the entire audience area and has sufficient power and headroom to produce sound levels in the region of 110dBA throughout the audience. The speaker system should be one of the following brands, where possible: d&b, Meyer, Nexor, or similar. Please provide flown line arrays and ground-stacked subs wherever possible. This PA should include appropriate professional audio console, power amps, equalizers, speakers, all necessary cabling, and monitors appropriate to venue dimensions. If the venue PA is not of sufficient quality to properly host the artist, the presenter shall rent/furnish a professional sound board with the appropriate number of inputs/outputs (see list for details), amplification and monitoring equipment, and sound engineer. Audio/lighting load-in and basic stage setup should be completed prior to Artists' arrival, as only a short amount of time is allotted to fine-tune audio and lighting prior to full sound check. Front of House and Monitor Consoles: It is important that the front-of-house mixing console is in an advantageous listening position. No enclosed spaces, please. Ideally, the mix position should be in the same acoustic environment as most of the audience and as close to center as possible. If mixing console is to be located in a general admission standing space, please provide barricades. Monitors may be mixed from front-of-house or in the wings, depending on availability. PRESENTER AGREES TO FURNISH AT OWN EXPENSE: • Multi-channel mixing board with appropriate number of inputs/outputs and amplifiers with appropriate cables sufficient to send clear sound throughout the venue. • For Vocals: Four (4) wireless handheld mics (one will be used as spare) with fresh batteries (Example: Sennheiser 6000 or 9000 Wireless) with straight adjustable round-bottomed mic stands. IMPORTANT. Three (3) matching straight microphone stands with round bases and appropriate mic clips are required as the singers need that type to facilitate choreography... no tripod mic stands please. • In-Ear Vocal Monitors: Four (4) wireless IEM systems (Sennheiser G4 Wireless or similar) for vocalists (one will be used as spare). • In-Ear Band Monitors: An IEM system (Wireless or Wired) is required for each contracted band member. Please refer to Engagement Contract for total number of Band IEMs required. Initials_40� 1/24/25 'JPTOWN TECH RIDER B PAGE 7 of 8 • Vocal Floor Monitors: Four (4) downstage vocal monitor wedges (minimum 12" woofers) grouped on one mix (will adjust during sound check) spread evenly across front of stage • For Supplemental Tracks: This production utilizes a hybrid of live and recorded musicians via click track. The performers travel with Artist-provided Mac laptop computer running QLab software, which will be run by an instrumentalist from an onstage position. Presenter should provide an '/8" to Stereo '/4" adapter with stereo DI box open and available on a small table directly at onstage position to accept the following: Stereo R Input: Pre-Mixed Studio Recorded Tracks for House/Monitors Stereo L Input: Metronome/Click • An onstage snake with an appropriate number of open channels to accept input from all onstage amplification and output for all onstage monitors • For Electric Bass (IF CONTRACTED): DI plus Amp set-up to allow bassist to control onstage tone/volume • For Drums (IF CONTRACTED): Microphones on boom stands for kick, snare/toms and right/left overheads [Example: Sennheiser 421 for kick, Shure SM57 for snare/toms, Shure SM81 for overheads]. DRUM SHIELD should be provided to control onstage volume. • For Electric Guitar (IF CONTRACTED): Amp set-up with cardioid microphone (Example: Shure SM57) Lighting Requirements: ARTIST WILL NOT PROVIDE LIGHTING EQUIPMENT OR TECHNICIANS. Good concert lighting is required. For all setups, a general stage wash preferably with multiple color options AND some front-of-house electrics are required. Theatrical lighting capable of dimming is preferred. One (1) follow spot with operator is preferred for moderate to large venues for solo moments. NOTE: There must be sufficient onstage "wash" lighting without the use of spotlights for the majority of the performance unless three (3) spotlights are available, as the group utilizes the entire stage for choreography; please make sure all faces are well-lit. Stage wash may be confined to the "singer area," with a pool of light (if available) illuminating the instrument area(s). Artist will provide a song list and basic staging plot to all operators on the day of the show to aid in lighting effects - the more interesting, the better! NOTE: Please utilize stage haze in moderation, as some vocalists react adversely. Initials 112 Date 1/24/25 UPTOWN TECH RIDER B PAGE 8 of 8 Multimedia (Optional): The best presentation of the show incorporates multimedia video, set up to either project (using Presenter-provided projection equipment or digital screen) as a large image on an LED Wall or white cyclorama behind the performers, movie screen above the performers, or on 2 side screens. The image should be as large as possible and proportionate to the size of the venue for optimum audience view. Video content is generated from the same Artist-provided Mac Computer (HDMI port) that runs the supplemental audio tracks, sent from an onstage position. Video Projection System and HDMI cabling to the computer must be provided by PRESENTER to utilize Multimedia. Please notify Artist during Tech Advance whether or not Multimedia will be included in the presentation. Initials e 5 Date 1/24/25 Signature: Lori II*av Signature: P� Lwdll Lori Hogan(Jan N,202513:44 PST) Phung Huyn (Feb 3,M2507:58 PST) Email: lhogan@kentwa.gov Email: parkscontracts@kentwa.gov Signature: CHi'i5 BiYOOIKS Chris Brooks(Feb 3,2025 09:12 PST) Email: cityclerk@kentwa.gov RCULT-SkylineProductions-SpotlightSeries-012 425 Final Audit Report 2025-02-03 Created: 2025-01-24 By: Ronda D Billerbeck(rbillerbeck@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAASNMBmisXhc3fJMP4Bdze_UyXdbtQTxyn "RCULT-Skyline Prod uctions-SpotlightSeries-012425" History Document created by Ronda D Billerbeck (rbillerbeck@kentwa.gov) 2025-01-24-9:19:03 PM GMT '`-► Document emailed to Lori Hogan (Ihogan@kentwa.gov)for signature 2025-01-24-9:23:14 PM GMT Email viewed by Lori Hogan (Ihogan@kentwa.gov) 2025-01-24-9:43:14 PM GMT Document e-signed by Lori Hogan (Ihogan@kentwa.gov) Signature Date:2025-01-24-9:44:31 PM GMT-Time Source:server 17- Document emailed to helena@epicartsmanagement.com for signature 2025-01-24-9:44:37 PM GMT Email viewed by helena@epicartsmanagement.com 2025-01-24-9:48:51 PM GMT Document signing delegated to Joel Walker(Joel@skylimit-productions.com) by helena@epicartsmanagement.com 2025-01-24-9:51:52 PM GMT Document emailed to Joel Walker Qoel@skylimit-productions.com)for signature 2025-01-24-9:51:52 PM GMT Email viewed by Joel Walker Qoel@skylimit-productions.com) 2025-01-30-1:51:02 PM GMT dp Document e-signed by Joel Walker(Joel@skylimit-productions.com) Signature Date:2025-01-30-1:52:36 PM GMT-Time Source:server Adobe Acrobat Sign Document emailed to Kent Parks (parkscontracts@kentwa.gov) for signature 2025-01-30-1:52:38 PM GMT Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2025-02-03-3:57:48 PM GMT Signer Kent Parks (parkscontracts@kentwa.gov) entered name at signing as Phung Huynh 2025-02-03-3:58:20 PM GMT Document e-signed by Phung Huynh (parkscontracts@kentwa.gov) Signature Date:2025-02-03-3:58:22 PM GMT-Time Source:server Document emailed to Julie Parascondola Oparascondola@kentwa.gov) for signature 2025-02-03-3:58:25 PM GMT Email viewed by Julie Parascondola Qparascondola@kentwa.gov) 2025-02-03-4:35:36 PM GMT �p Document e-signed by Julie Parascondola Qparascondola@kentwa.gov) Signature Date:2025-02-03-4:49:16 PM GMT-Time Source:server Document emailed to Kim Komoto (kkomoto@kentwa.gov)for signature 2025-02-03-4:49:19 PM GMT Email viewed by Kim Komoto (kkomoto@kentwa.gov) 2025-02-03-4:57:07 PM GMT dg Document e-signed by Kim Komoto (kkomoto@kentwa.gov) Signature Date:2025-02-03-4:57:24 PM GMT-Time Source:server Document emailed to cityclerk@kentwa.gov for signature 2025-02-03-4:57:27 PM GMT Email viewed by cityclerk@kentwa.gov 2025-02-03-5:11:36 PM GMT Signer cityclerk@kentwa.gov entered name at signing as Chris Brooks 2025-02-03-5:12:20 PM GMT Document e-signed by Chris Brooks (cityclerk@kentwa.gov) Signature Date:2025-02-03-5:12:22 PM GMT-Time Source:server Agreement completed. 2025-02-03-5:12:22 PM GMT Adobe Acrobat Sign