HomeMy WebLinkAbout2013-06-11 - AGENDA REPORTS - CONCERTS IN PARK CONTR 2013-14 (2)Agenda Item: 8
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval: -�e
Item to be presented by: Ingrid Hardy
DATE: June 11, 2013
SUBJECT: RENEWAL OF CONTRACT FOR STAGE, SOUND, LIGHTING,
AND TRUSS FOR 2013, AND 2014 CONCERTS IN THE PARK
SERIES
DEPARTMENT: Parks, Recreation, and Community Services
RECOMMENDED ACTION
1. City Council approve the renewal of contract 912-00247 with SOS Entertainment for the 2013
and 2014 Concerts in the Park series for an amount not to exceed $110,000 over two fiscal years.
2. Authorize the City Manager or designee to execute all documents or modify the contract in
the event other issues of impossibility of performance arise, contingent upon the appropriation of
funds by the City Council in the annual budget for such fiscal year, and execute all documents,
subject to City Attorney approval.
BACKGROUND
In 2012, the Arts and Events office went out to bid for the stage, sound, lighting, and truss
services for the 2012 Concerts in the Park series. The one-year contract was awarded to SOS
Entertainment, with the possibility of renewal for two additional years at the City's request. SOS
Entertainment provided and installed all the required equipment, at a cost of $49,474, for the
duration of the event and to the City's satisfaction.
For the 2013 and 2014 Concerts in the Park series, staff recommends that the City renew contract
# 12-00247 with SOS Entertainment. Pursuant to the terms set forth in the original contract
allowing for cost adjustments based on the Consumer Price Index, the renewed contract is
anticipated to cost over $50,000 for each of the two years.
ALTERNATIVE ACTIONS
Other actions as determined by the City Council.
FISCAL IMPACT
The anticipated cost of this contract is included in account number 15407-5121.003 in the
proposed Fiscal Year 2013-14 budget, and will be included in the Fiscal Year 2014-15 budget
proposal.
ATTACHMENTS
Copy of Contract # 12-00247 available in the City Clerk's Reading File
z
;ca-ogaAl
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
SOS ENTERTAINMENT
Contract No. 12-00195
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this 29 day of
—M 20 1 ?-, by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and SOS ENTERTAINMENT, a Califonia Corporation
("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a 4 week
completion basis an amount set forth in the attached Exhibit "B," which is
incorporated by reference, for CONTRACTOR's services. CITY will pay such
amount promptly, but not later than thirty (30) days after receiving
CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from July 5, 2012, to July 3, 2013. The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
- A. - CONTRACTOR will perform services listed in the attached Exhibit "A."
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
Revised WOO I Page 1 of
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from
CITY's Engineering Division or the website for State of California Prevailing
Wage Determination at www.dir.ca.gov/DLS.R/PWD, A copy of the prevailing
rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, and the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program.
All covered work classifications required in performance of this contract will be
subject to prevailing wage provisions. The Contractors and its subcontractors shall
pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita's Labor Compliance Program.
A copy of the Labor Compliance Program is available for review upon request at
the Office of the City Clerk. All pertinent state statues and regulations, including,
but not limited to those referred to in this contract and in the City's Labor
Compliance Program, are incorporated herein as though set forth in their entirety.
Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
C. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.-
5.
mployment.
5. FAAULLMUTY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
Revised 8/2011 Page 2 of 7
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an `occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "AMI." Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will
require its insurer to modify such certificates to delete any exculpatory wording
stating that failure of the insurer to mail written notice of cancellation imposes no
obligation, and to delete the word "endeavor" with regard to any notice provisions.
Revixd 0011 Page 3 of 7
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
F. Should Contractor's insurance required by this Agreement be cancelled at any
point prior to expiration of the policy. CONTRACTOR must notify City within 24
hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must
ensure that there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
- C.- — 'Should -the Agreement be terminated pursuant -to -this Section; CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of
the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or
should any claim be brought against it by suit or otherwise, arising out of performance by
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any
Revised 912011 Page 4 of 7
judgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for
other employers while tinder contract with CITY. CONTRACTOR is not an agent or employee of
CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits
CITY provides for its employees. Any provision in this Agreement that may appear to give CITY
the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CI.TY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: SOSENTERTAINMENT
17645 Sierra Hwy.
Santa Clarita, CA 91351
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
Revised 8201 I Page 5 of?
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County,
19. AUT$ORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Patties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
23. FORCE MAJEURE. Should perfonttance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will
immediately terminate without obligation of either party to the other.
24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting Conceits in the Park sound, stage,
truss, lighting, and power maintenance. To the extent that there are additional terms and
conditions contained in Exhibit `B" that are not in conflict with this Agreement,
incorporated as if fully set forth above. There
agreements expressed or implied, oral or written.
are no other understandings,
those terms are
terms or other
Revised 0011 Page 6 of 7
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY'S conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Revised 0011 Page 7 of 7
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
Print Name & Title n
Date: r� ��y L� , D 2 -
FOR CITY OF SANTA CLARITA:
KENNETH R. PULSKAMP, CITY MANAGER
By: �/A ••:�"
City Manager
Dates Z9
ATTEST:
By:
CityClerk
- - - - - Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
CityAtt fmey
Date: tet' 1,220 I a
Revised 812011 Page 8 of
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # PR -11-12-29
BID OPENING: May 15, 2012
The City of Santa Clarlta invites sealed bids for:
2012 CONCERTS SOUND, STAGE, TRUSS 8, TEMPORARY POWER
Terms of payment: D� l �,�1 Subtotal US$ �9, 451, oc)
,
Delivery: Sales or Use Tax (8.75%): US$
TOTAL: US$ J iy 4R�� co
1. Return original of Bid to: City of Santa Clarlta
Purchasing Agent
23920 Valencia Blvd., Suite 245
Santa Clarlta, CA 91355-2196
2. Prices shall be D.D.P. City of Santa Clarlta Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer.
4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature
acknowledges the proposer has read and understands the requirements contained on pages 1 to 20.
5. The last day for questions will be 5:00 PM, May 8, 2012.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
To help the City In source recruitment please let us know how you learned of this solicitation. Check one.
Advertisement _ Dlrect mall
_ Word of mouth —Other(list)
Y Electronic medlum (Website etc.) ✓Bidding Service
'FLk4LI- SIVS-
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned
agrees to furnish the commodity or service stipulated on this bid as stated above.
1" Ib4b 51gZQQ wl�fy SkNi�
Company!5L-6 Address: 1. To f rr — C4,
Name(Print) FD iU.>45it✓RSbSignature 6U t141u1 JA&T&
Company Phone No. -6304_24 -
o.-604_24_ I l 6-1 Title of Person Signing Bid. SALES �
Bid # PR -11-12-29
i!Lma-
q►Lml
Nino-,
C. SPECIFICATIONS
This specification Is to provide a standard of quality between bidding vendors for sound,
stage, truss, and temporary power services for the City of Santa Clarita's Concerts in the
Park, located at Central Park, 27150 Bouquet Canyon Road In Santa Clarita, from July 7
2012 to August 25, 2012.
There will be no scheduled site visit for this bid. The park Is open to all during daylight hours.
There are 8 concert dates total. The successful bidder will have the stage and truss set-up
and In working order, no later than the Friday prior to the concert, the power and sound the
day of (Saturday), and strike the equipment no later than the night of the concert, for each
date. The truss need only be "lowered" after each concert but will remain as well as the
stage on the location. I
In relationship to standards of quality the City shall only select a professional sound, stage
and truss, and temporary power contractor with professional staff.
The scope of this section Is for the design, supply, Installation, operation, and strike of all
sound, stage and truss, temporary power equipment, assistants and all equipment not
mentioned that is required for safe, professional Installation and operation of the concerts.
Failure to be prompt and attend scheduled Inspections; sound checks or show times, will
result in financial fines that shall be deducted from the final payment at the rate of $100.00
per hour (rounded up) delay.
The successful bidder will perform professional sound, stage and temporary power services
for the following Concerts In the Park series dates:
o Saturday, July 7, 2012
o Saturday, July 14, 2012
o Saturday, July 21, 2012
o Saturday, July 28, 2012
o Saturday, August 4, 2012
rr o Saturday, August 11, 2012 -
o Saturday, August 18, 2012
o Saturday, August 25, 2012
BW # PR -11-12.29 9
Scope of Work:
1. Contractor to provide, Install, operate and strike all: sound, stage and truss, and
temporary power equipment and all equipment required for safe, professional Installation
and operation. All labor is to be Included In final costs.
a. Time for each concert day:
Load In — 9:00 AM
Set by 1:00 PM
• Sound Check -3:00 PM or 4:00 PM
• Concert start -7:00 PM.
• Concert end — 9:00 PM
2. Contractor to provide competent professional operational crew set-up/strike crew who
are professional, wear professional attire and are safety conscious.
3. All work shall be Inspected by a City of Santa Clarite, Building and Safety Inspector and the
Los Angeles County Fire Department and must meet all state, and local codes and
standards. Vendor shall be responsible for all permits and fees required for work at all
concerts. There is a Building and Safety permit needed at an approximate cost of $150.00.
4, The audio and generator will need to be removed from site each weekend Installed on
Saturday morning by 9: 00 AM. One generator required.
. imp MTM
1. Audio—
a. Vendor to supply audio system to cover outdoor venue for a capacity of up to
8,000 people
b. Vendor to'supply all AC/Distro and cabling, package to Include 100' of
feeder cable to reach generator
c. Main speaker system should be flown from roof system, vendor Is responsible for
supplying all chain motors and rigging package to safely fly and secure speakers
— system
d. Main speaker system accepted brands, are JBL Vertec, V- Dos, Martin or
equivalent system (no custom made systems will be accepted)
e. FOH requirements
• (1) 48 Channel 250' Snake with monitor split
(1) 48 Channel console
• (1) Playback rack for CD's/lpod-
• (1) Clear comlralk back system to stage
• All necessary outboard gear (EQ's, Comps and Gates) If not using Digital
consoles
2. Monitor System Requirements -
a, (1) 48 Channel console
b. (1) AC / Distro package to power all amp racks and provide stage power
c. (9) Monitor mixes (8 for stage and 1 for cue)
Bid # PR -11-12-28 10
d. (9) BI- amped floor wedges (all wedges must be of the same type and make)
e. (1) Full mic compliment to accommodate up to a 12pc band
f. (1) Stage workbox to Include, DI's, sub snakes and all needed cables
g. (1) Wireless mic similar to Shure or better for MC
h. (1) Mic stand package to Include both tall and short booms as needed
1) All necessary outboard gear (EQ's, Comps and Gates) If not using Digital
console
3. Roof Structure -
a. Vendor to supply a 40'x 32'x 35' (4) poster self climbing roof system.
b. Roof grid to be a min of 20" heavy duty truss.
c, All uprights shall be a min of 12" truss and must have outriggers and safety guy
wires as needed.
d. Roof structure should have a shade scrim on top and secured as needed.
e. Roof structure shall be capable of supporting a min of (6) lamp bars on the
upstage and(6) on the downstage trusses.
f. Upstage truss should also be capable of supporting a 30' backdrop.
g. The roof system will be raised and lowered before and after each event.
h, Vendor shall be responsible to make sure all equipment such as Chain motors
are covered between events and.protected against the weather (rain)
I. Truss and roof to be to any current or new O.S.H.A. regulations..
4. Stage -
a. Vendor to supply:
• 32'x 24'x 6' stage deck with safety railings on (3) sides
• (2) sets of stairs with handrails
• Stage to have Black skirting on (3) sides
(1) 8' x 12'x 6' monitor wing on stage right with safety Falling
• (2) 8' x 8'x 6' sound wings
• (1) carpeted 8' x 8' x 1' drum rlser
5. Power -
a. Vendor to supply:
• Minimum 70KW hush generator for sound
• All necessary cable needed for 3 phase operation
• Generator operator to remain onsfte while generator is In operation
Nd # PR -11.12-29 11
NON -COLLUSION AFFIDAVIT
2012 CONCERTS SOUND, STAGE, TRUSS & TEMPORARY POWER
PR -11-12-29
City of Santa Clarite, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
I, being first duly sworn, depose and state that I am � cyf the party making the foregoing bid,
that the bid is not made In the Interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation; that the bid Is genuine and not collusive or sham; that the bidder
has not directly or Indirectly induced or solicited any other bidder to put In a false or sham bid, and has not
directly or Indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put In a
sham bid, or that anyone shall refrain from bidding; that the bidder has not In any manner, directly or
Indirectly, sought by agreement, communication, or conference with anyone to fa the bid price of the
bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other bidder, or to secure any advantage against the public body awarding the contract of anyone
Interested in the proposed contract; that all statements contained In the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged Information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or agent
State of California
Countyof Its An?p 10
'Subscribed and swom to (or affirmed) before me on — - - -
this day of , 20J2
personally known to me or proved to me on the basis of satisfactory evidence to be the
person (s) who appeared before me.
(SEAL) HEATHER BARRY Slgnature
COMM. #1639861
TAWL Lo
lee County am
! Comn.6 . WR.7, 2013
Bid # PR -71-12-29 12
E.
PRICING
2012 Concerts In the Park - Sound, Stage and Truss, and Temporary Power
1.
All Sound Requirements
$ 4-0 cm oo
2.
All Stage Requirements
$ 'L, 400.00
3.
All Truss Requirements
$rJ, 1-000 . DD
4.
All Temporary Power Requirements
$, co
5.
Permit fees, etc...
00
6.
Sponsorship CM U 16, 511,00
$— 116,661.Dt�
S
7, Subtotal (Add 1-6) $�, �QR DO
8. Tax (if applicable at .0875) $
9. Frelght/Delivey $ Z, Coo • OD
10. Total for all services as per bid specifications $
(Add line 7, 8 and 9. Place this total on first page of bid in "Total" section)
--ADDTIONAL PRICING (do not add to total for bid)
Optional "A" Lighting package
0,0o PSR CbW-:C-Ri` X g)
1. (96) 500w -1000w Par 64 with assortment of standard gel
$ k bm. 00 (1 lot)
2. 120kw hush generator to run all lights with all necessaryable and distro �!
$ 11, 2xy (1 lot) eCNCCD
x YJ 1
3. Connection to dmx out for city to use their own lighting console
$ -� (I lot)
" sas t � r, at�MtTi-r {1'�Q�1c1�1U
6
1ti�IWJ1` ,17iEF
BW # PR -11-12-29
��T�ItJt" SuCstS RtrD VIt X18
om@,AL, RA°LIC3 T1lJL� � �V tlst,{ 9i -t
T'WT-1 Lu�Nr G tC�1�i1 tJ(� � 1�fzU0
Ar aW-n�ALL� riFovc>✓ro f P60rJ6 .
17645 Sierra Hwy
Canyon Country, CA 91351
661-424-1767
I Name / Address I
City of Santa Clarita
23920 Valencia Blvd., Suite# 120
Santa Clarita, CA 91355
Estimate
Date
Estimate #
7n/2o12
1946
Protect
Qty
Description
Rate
Total
CITY OF SANTA CLARITA - CONCERTS IN THE PARK (2012)
Central Park, 27150 Bouquet Canyon Road, Santa Clarita, CA
91350
Total of 8 Concert Dates: Saturday, July 7, 2012 - Saturday, August
25, 2012 / 9:OOam - 9:OOpm
"•• CUSTOM LIGHTING PACKAGE FOR EVENTS •** (8
12,800.00
12,800.00
Concert Dates)
32) LED Tri -Pars to Provide High -Intensity Stage Wash
1) Intelligent Lighting Station for Lighting Control
1)Lighting Operator
(LED Tri -Pars to be mounted on Trussing Structure to Provide
Stage Wash)
*** CUSTOM POWER SUPPLY & DISTRO PACKAGE FOR
4,000.00
4,000.00
EVENTS "*".'(B Concert Dates)--- -
-
(Power & Distro Package to be Used for Powering Stage Lighting
Package)
1) Minimum 70KVA Hush Generator
1) Distro Cable Package for 3 -Phase Operation
NOTE: Generator Package does not Include Generator Operator /
Operator Already Included w/ Main Generator Package)
Subtotal Before Discounts
16,800.00
*•• SPONSORSHIP / DISCOUNT *"*
"*+ Sponsorship / Discount Provided in Consideration of Valued
-6,825.00
-6,825.00
Community Partner to Help Meet Budget for Event'**
Total $9,975.00