Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-436 SFA.LLC dba Mountain West Production GroupAGREEMENT FOR SERVICES
BETWEEN EAGLE COUN'T'Y, COLORADO
AND
SFA.LLC DB A
MOUNTAIN WEST PRODUCTION GROUP
THIS AGREEMENT ("Agreernent") is effective as of 07/13/2017
SFA.IIc a Colorado limited liability company d/b/a Mountain West Production Group
and Eagle County, Colorado, a body corporate and politic (hereinafter "County").
RECITALS
by and between
(hereinafter "Contractor")
WHEREAS, the County desires to hire Contractor to deliver, set-up and operate stage, lighting and sound for the
2017 Eagle County Fair and Rodeo (the "Project") at the Eagle County Fairgrounds, located at 426 Fairgrounds
Road, Eagle, Colorado 81631 (the "Property"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the Services as defined below in paragraph I hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the services or work described in ExhibitA ("Services" or "Work") which is
attached hereto and incorporated herein by reference. Exhibit A includes three proposals with established rates for
years 2017, 2018 and 2019 respectively. The Services shall be performed in accordance with the provisions and
conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the schedule established in Exhibit
A. Contractor will provide its Services on July 19, July 20, July 21 and July 22, 2017 during the 2017 Eagle
County Fair and Rodeo. If no completion date is specified in Exhibit A, then Contractor agrees to furnish the
Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below
Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services.
The County agrees that it will provide overnight security at the Fairgrounds on July 18, July 19, July 20, July 21 and
July 22, 2017.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
2. County'!i-Representative. The Facilities Management Department's designee shall be Contractor's contact
with respect to this Agreement and performance of the Services.
C17-436
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one year in accordance
with the terms of this Agreement.
4. Extension or Modification. This Agreement may be extended in accordance with the rates established in
Exhibit A for up to two (2) additional one year terms upon written agreement of the parties. Any amendments or
modifications shall be in writing signed by both parties. No additional services or work performed by Contractor
shall be the basis for additional compensation unless and until Contractor has obtained written authorization and
acknowledgement by County for such additional services in accordance with County's internal policies.
Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched by any
additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in
the compensation payable hereunder. In the event that written authorization and acknowledgment by County for
such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's
rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment
for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not
exceed $10,729.80. The County will additionally provide one hotel room (with 2 beds) of County's choice for use
by Contractor from 7118117 - 7122/17 (5 nights lodging) during the Contractor's Services. Check-in/check-out times
and use of the rooms will be subject to the hotel's policies and procedures. Contractor shall not be entitled to bill at
overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in
writing by County.
a. Payment will be made via check at the conclusion of the Services for Services satisfactorily
performed, and upon receipt of an invoice from Contractor. All invoices shall include detail regarding the hours
spent, tasks performed, who performed each task and such other detail as County may request.
b. If, at any time during the term or alter termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Services for
which payment was made were not performed as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to
County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall
forthwith be returned to County.
C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
2
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this. Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
Workers' Compensation insurance as required by law.
ii. Auto coverage. The Services do not require the operation of a motor vehicle.
Notwithstanding the foregoing, should Contractor or any of its employees drive their personal vehicles in connection
with the performance of the Services under this Agreement, such individual shall maintain auto insurance as
required by law and shall be solely responsible for any injury or damage arising out of use and operation of such
personal vehicle.
iii. Commercial General Liability coverage to include premises and operations,
persona I/ad vert i s ing injury, prod uctslcompleted operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The commercial general liability coverage shall be endorsed to include Eagle County, its
associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as
additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as
Exhibit B.
ii. Contractor's certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
Contractor isnot entitled to workers' compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
COUNTY:
Eagle County, Colorado
Eagle County Facilities Management
Tanya Dahlseid
P.Q. Box 850
Eagle, Colorado 81631
(970) 328-8892 (p)
(970) 328-8899 (f)
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E -Mail: atty@eaglecounty.us
CONTRACTOR:
SFA.Ilc d/b/a Mountain West Production Croup
Steve Franseen
39 t t W 76t' Ave
4
Westminster, CO 80030
Telephone: 720-296-1548
E -Mail: Events.MWPG@gmail.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement. (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.1LS. 24-71.3401 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and
regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
C. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
C. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the
County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants
that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest
standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to
ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
h. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
j. Contractor shall not assign any portion of this. Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
M. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
n. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citinn or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
15. ProhibitionsQn Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 5-17.5A01, et, seq. If Consultant has any employees or
subcontractors, Consultant shall comply with C.R.S. 8-17.5-100, et. seq., and this Agreement. By execution of this
Agreement, Consultant certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Consultant will participate in the E -verify Program or other
Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Consultant shall not:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement, or
ii. Enter into a subcontract that fails to certify to Consultant that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Consultant has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
http://www.dhs.gov/xprevprot/pro&Eamslgc_ 118 522 t 678 t 50.shtm
C. Consultant shall not use either the E -verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Consultant obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual. Consultant shall be required
to:
Notify the subcontractor and County within three (3) days that Consultant has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Consultant shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
C. Consultant shall comply with any reasonable request by the Department of Labor and
Employment made in the course of an investigation that the department is undertaking pursuant to its authority
established in C.R.S. 8-17.5-102(5).
If Consultant violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Consultant
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Consultant violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
7
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its COUNTY MANAGER
By:
Bryan Treu, Interim County Manager
CONTRACTOR:
SFA.LLC DBA
MOUNTAIN WEST PRODUCTION GROUP
By:
Print Name: Steven R Franseen
Title: President
ub!Gu l r
IrRull UUtGK0Q0KS
Mountain West Production Group
3911 W 76th Ave
Westminster, CO 80030
(720)296-1548
Events.MWPG@gmalI.com
l iG M 11
BILL TO
Eagle County Pair
07/19/2017 25' Trailer Stage
25' Covered Mobile Trailer Stage LOAD IN 7.18-17
NO ADDITIONAL CHARGE
4 Day event 7-19-17 to 7-22-17
Music from 4P - 1 AM nightly - approx.
Deck size:
25' wide
17' deep
6' tall
2 sets of stairs included
Black Skirting included
Additional Options:
Black Mesh Backdrop Included -YES
6' tall sound wings- YES
Sound Fly Package - YES
Banner mounting package - YES
Drum Riser - NO
Mesh Side Walls - NO
Stage Branding services -
1 Hr Graphic Design & Delivery - $100 - NO
Backdrop (Mesh) 28$"x64" $645 - NO
Stage Root 372"x34" $375 -IVO
Stage Skirt 294"x48" $450 - NO
Sound Wings 72'x48' $225 - NO
*Note: One hour of graphic design and delivery charge
is required for any banners. Additional hour of graphic
design $55. MWPG to retain ownership of banners,
Delivery, Set, Strike included
** Note trailer is 12'6" tall please make sure we are
aware of overhead obstructions and highly uneven
ground that may affect load in well prior to event.
Mountain West Production Group
7202961548
M amW rK'% G
INVOICE # XX039XX
DATE 07/1912017
DUE DATE 07/192017
TERMS Due on receipt
2.80 1,500.80 4,200,00
htl na•llr nn -1 inli,i+rnm in fml lannif nm m nr raKl atn0 nrlr Or t= %I i"A� i n, rni rano, n R_]oral—nn 1 ICRoi.'mi raRI it kpt=('. nnlrnffhui a- 1r nrlAhal rl- rC#_ d ahr_ hggri_ r) IW)l Iid
UMIZU I r
IMU11 UUICKtSOOK5
..........
07119/2017 Sound Services A
Sound
4 Day event 7-19-17 to 7-22-17
Music from 4PM - 1 AM nightly - approx
Mains:
12 Box Dual 7" Active Line Array - Flown From Stage
Roof
Flybars and rigging kit for above
3 Pair Yorkville dual 16" subs
Amplifiers for above QSG
Monitors:
Up to six monitor mixes will be provided
5-15" and Horn monitor wedges
2-15", 3way drum fill.
Amplifiers for above
Signal Processing:
Allen&Heath Digital Console
Wireless (pad control for above
Misc:
"A" level Microphone pack for touring/national band
"A" level Microphone Stands - as needed
Direct boxes - as needed
Microphone cable - as needed
Stage power distribution - as needed
small table (lar sound board)
ipodlcd player hook up for pre/post event Music
Minimum 2 techs
Notes: MWPG will deliver, set up, and run the above
system MWPG will require eight 20 amp electrical
circuits (minimum seven), Friday 4pm - 2am
Saturday 2pm - 2 AM
0 711 9/2017 Stage Lighting
Lighting
4 Day event 7-19-17 to 7-22-17
Fixtures
16 high output 3 -in -1 RGBW LED fixtures
8x US Wash
6x DS Wash
6x Moving head lights (LED based movers)
Control
Computer based DMX Control Platform
Tactile Midi interface
Power and Data cabling as needed
Delivery, Set, Run Strike included
Three day event. Lighting operator when dark,
MWPG will require 2x 20 AMP electrical circuit for all
lighting
Mountain West Production Group
720 296 1546
fJlx
a IU
1,750.00
750.00
4.900.00
2,100.00
ht MQ-II—nal intiri{rnminmalInnnK`nmmarrMKIAtwnr1,O'fa=rricinrinirnironrxnrRInr.I=— I I-RX-irnrnirAZ,rrlrotor..nnfrnkf6riaurlr-4Pk.1r- afr-Aqhr- H iqA-n ifnfir WA
WO)ZU i r
IrITU11 1. UICKMOK5
07i 19/2017 Sound Services - Misc 1 406.00 400.00
Sound Servlces:Additlons to Arena sound system -
4 Day event 7-19-17 to 7-22-17
Mains:
4x Small format line array boxes
2x L1 o type crank up lifts for above
Pole mount kit for line array mains
2x Dual 18" subs
Power amps for above
Systern Processor
Monitors:
2x Active 12" 2 way PA mains for Rodeo Chute
monitors
1 x Active 12' 2 way PA main for - west gate monitor
600 ft Power and signal cable for above
3x tripod speaker stands
Misc:
Custom made cabling to allow interface with house
system
approx 2.5 fours of calibration labor on 7-19-17 to
properly dial in overall processing and delay of house
system and additions to it.
System Processor for above
Wireless iPad remote for above
Dust Covers/Rainbags!
All Delivery, Set, Run and Strike Included
07'1912017 Sound Services D 2,80 115.00 322.00
Sound Services: Songwriting contest
4 Day event 7-19-17 to 7-22-17
Small Sound System for the tent area
2x QSC K12 PA mains on L13 style Iifts
2x QSC K10 Monitors
16 Channel Mixing Console
Gig Box For small Band:
Microphones as needed
Mic Stands as needed
Dis as needed
Mic cable as needed
Power and interconnect cabling as needed
4x High output LED lights for Above
All Delivery, Set, Run and Strike included
Mountain West Production Group
7202961548
hffnc- Urnnnoi-t i nit lit rnrn 1n rfni In—Ir'nmma'.Kl qfd
n1n1zu I r
07i19i2.017 Note 1 0.00 0.00
STEVE FRANSEEN has produced this Estimate or
Invoice for you. You can reach STEVE FRANSEEN at
720.296.1548 or email Steve.MWPG@gmail.com
— Note: This estimate includes package pricing.
Unless otherwise stated, changes in line item quantities
or overall needs may reflect in line item pricing
changes.
Exhibit "A" as Fallows:
Note;
1. Overall discount only applies it MWPG is used for all
services listed.
2. Line item quantity reflects a 40% discount on 2nd.
3rd, and 4th event days..
3. MWPG will require Overnight security 7-18-17, 7-19-
17, 7-20-17, 7-21-17, 7-22-17
4. MWPG will require one double Occupancy hotel
room from as close as reasonable to the venue 7-18-17
thru the evening of 7-22-17 (5 nights)
Attached is your !nvoice. Please take a moment to read aver it
thoroughly. We look forward to making your eveiit great. if you have
not done so already please see
int p: lvynv.rn+.+productiongreup-com.+use€uli*fo.rtmi for the terms and
conditions of our services.
Thank you for choosing
Mountain West Production Group
720 296 154.9
SUBTOTAL
DISCOUNT 10%
TOTAL
BALANOE DUE
Mountain West Production Group
7202961548
11 ,922.00
-1.192.20
10,729.80
$10,729-80
}%PnQ-11/'nnn—t inti lit rnminnrlallannlr'nmmnrrnA ohxrnrir l7rfa�rrio�Rrinvnironrxn�Rlnrala�an I1CfLoinirniroRi�rko},('.nnfrnlfiiria�nrlrariAha7ri FnTi_tfah�hZ7r1_f79frflr did
Mountain West Production Group
3911 W 76th Ave
Westminster, CO 80030
(720)296-1548
Events.MWPG c@gmail.com
INVOICE
BILL TO
Eagle County Fair
DATE. AG i.V.ITY
07/18/2018 25' Trailer Stage
25' Covered Mobile Trailer Stage LOAD IN 7-17-18
NO ADDITIONAL CHARGE
4 Day event 7-18-18 to 7-21-18
Music from 4PM - 1 AM nightly - approx.
Deck size:
25' wide
17' deep
6' tall
2 sets of stairs included
Black Skirting included
Additional Options:
Black Mesh Backdrop Included -YES
6' tall sound wings - YES
Sound Fly. Package - YES
Banner mounting package - YES
Drum Riser - NO
Mesh Side Walls - NO
Stage Branding services -
i Hr Graphic Design & Delivery - $100 - NO
Backdrop (Mesh) 288"x60" $645 - NO
Stage Roof 372"x30" $375 - NO
Stage Skirt 294"x48" $450 - NO
Sound Wings 72'x48'$225 - NO
*Note. One hour of graphic design and delivery charge
is required for any banners. Additional hour of graphic
design $55. MWPG to retain ownership of banners.
Delivery, Set, Strike included
" Note trailer is 12'6" tall please make sure we are
aware of overhead obstructions and highly uneven
ground that may affect load in well prior to event.
Mountain West Production Group
7202961548
INVOICE # XX040XX
DATE 07/18/201 8
DUE DATE 07/18/2018
TERMS Due on receipt
OTY . RATE AM6UKIT
2.80 1,500.00 4,200.00
07/18/2018 Sound Services A
Sound
4 Day event 7-18-18 to 7-21-18
Music from 4P - 1 AM nightly - approx
Mains:
12 Box Dual 7" Active Line Array - Flown From Stage
Roof
Flybars and rigging kit for above
3 Pair Yorkville dual 18" subs
Amplifiers for above QSC
Monitors:
Up to six monitor mixes will be provided
5-15" and Horn monitor wedges
2-15", 3way drum fill.
Amplifiers for above
Signal Processing:
Allen&Heath Digital Console
Wireless Ipad control for above
Misc:
"A" level Microphone pack for touring/national band
"A" level Microphone Stands - as needed
Direct boxes - as needed
Microphone cable - as needed
Stage power distribution - as needed
small table (for sound board)
ipodlcd player hook up for pre/post event Music
Minimum 2 techs
Notes: MWPG will deliver, set up, and run the above
system MWPG will require eight 20 amp electrical
circuits (minimum seven). Friday 4pm - 2am
Saturday 2pm - 2 AM
07/18/2018 Stage Lighting
Lighting
4 Day event 7-18-18 to 7-21-18
Fixtures
16 high output 3 -in -1 RGBW LED fixtures
8x US Wash
8x DS Wash
6x Moving head lights (LED based movers)
Control
Computer based DMX Control Platform
Tactile Midi interface
Power and Data cabling as needed
Delivery, Set, Run Strike included
Three day event. Lighting operator when dark.
MWPG will require 2x 20 AMP electrical circuit for all
lighting
Mountain West Production Group
7202961548
...:.............. .
2.80
2.80
1,750.00
750.00
4,900.00
2,100.00
p .
07/18/2018 Sound Services - Miso
Sound Services:Additions to Arena sound system. -
4 Day event 7-19-17 to 7-22-17
Mains:
4x Small format line array boxes
2x L16 type crank up lifts for above
Pole mount kit for fine array mains
2x Dual 18" subs
Power amps for above
System Processor
Monitors:
2x Active 12" 2 way PA mains for Rodeo Chute
monitors
1 x Active 12' 2 way PA main for - west gate monitor
600 ft Power and signal cable for above
3x tripod speaker stands
Misc:
Custom made cabling to allow interface with house
system
approx 2.5 hours of calibration labor on 7-19-17 to
properly dial in overall processing and delay of house
system and additions to it.
System Processor for above
Wireless !Pad remote for above
Dust Covers/Rainbags!
All Delivery, Set, Run and Strike included
07/18/2018 Sound Services D
Sound Services: Songwriting contest
4 Day event 7-18-18 to 7-21-18
Small Sound System for the tent area
2x QSC K12 PA mains on L13 style lifts
2x QSC K10 Monitors
16 Channel Mixing Console
Gig Box For small Band'
Microphones as needed
Mic Stands as needed
Dls as needed
Mic cable as needed
Power and interconnect cabling as needed
4x High output LED lights for Above
All Delivery, Set, Run and Strike included
Mountain West Production Group
7202961548
ATE AtvC©tifYT
1 400.00 400.00
2.80 115.00 322.00
Nate:
1. Overall discount only applies if MWPG is used for all
services listed.
2. Line item quantity reflects a 40% discount on 2nd,
3rd, and 4th event days..
3. MWPG will require Overnight security 7-17-18, 7-18-
18, 7-19-19, 7-20-18, 7-21-18
4. MWPG will require one double occupancy hotel
room from as close as reasonable to the venue 7-18-18
thru the evening of 7-21-18 (5 nights)
1
------ ---- ..............................................................
............
- ......-_......._._._-...
.....................
11,922.00
Attached is your Invoice, Please take a moment to read over it SUBTOTAL -592,10
thoroughly. We look forward to making your event great. If you have DISCOUNT 5%n
not done so already please see TOTAL 11,325.90
http://www.mwproductiongroup.comiusefulinio.htrnl for the terms and BALANCE DUE $11 X325-90
conditions of our services.
Thank you for choosing
Mountain West Production Group
7202961548
Mountain West Production Group
720 296 1548
MOURWn West ProducHon Group
3911 W 76th Ave
Westminster, CO 80030
(720)296-1548
Events. MWPG@ gm ai I. cam
INVOICE
[SILL TO
Eagle County Fair
MWPG
7* 'Wig Ai _Pi. C►'��h
INVOICE # XX086XX
DATE 07/17/2019
DUE DATE 07/17/2019
TERMS Due on receipt
DATE ACTIVITY QTY RATE
07/17/2019 26 TrWu sr fig® 2.80 1,500.00
25' Covered Mobile Trailer Stage LOAD IN 7-16-19
NO ADDITIONAL CHARGE
4 Day event 7-17-19 to 7-20-19
Music from 4PM - 1 AM nightly - approx.
Deck size:
25' wide
17deep
6' tall
2 sets of stairs included
Black Skirting included
Additional Options:
Black Mesh Backdrop Included -YES
6' tall sound wings - YES
Sound Fly Package - YES
Banner mounting package - YES
Drum Riser - NO
Mesh Side Walls - NO
Stage Branding services -
1 Hr Graphic Design & Delivery - $100 - NO
Backdrop (Mesh) 288"x6O" $645 - NO
Stage Roof 372"x3O" $375 - NO
Stage Skirt 294"x48" $450 - NO
Sound Wings 72'x48' $225 - NO
"Note: One hour of graphic design and delivery charge
is required for any banners. Additional hour of graphic
design $55. MWPG to retain ownership of banners.
Delivery, Set, Strike included
„ Note trailer is 12'6" tall please make sure we are
aware of overhead obstructions and highly uneven
ground that may affect load in well prior to event.
Mountain West Production Group
7202961548
AMOUNT
4,200.00
DATE ACTIVITY OTY RATE AMOUNT
07/17/2019 Sound Services A 2.80 1,750.00 4,900.00
Sound
4 Day event 7-17-19 to 7-20-19
Music from 4PM - 1 AM nightly - approx
Mains:
12 Box Dual 7" Active Line Array - Flown From Stage
Roof
Flybars and rigging kit for above
3 Pair Yorkville dual 18" subs
Amplifiers for above QSC
Monitors:
Up to six monitor mixes will be provided
5-15" and Horn monitor wedges
2-15", 3way drum fill.
Amplifiers for above
Signal Processing:
Allen&Heath Digital Console
Wireless Ipad control for above
Misc:
"A" level Microphone pack for touring/national band
"A" level Microphone Stands - as needed
Direct boxes - as needed
Microphone cable - as needed
Stage power distribution - as needed
small table (for sound board)
ipodlcd player hook up for pre/post event Music
Minimum 2 techs
Notes: MWPG will deliver, set up, and run the above
system MWPG will require eight 20 amp electrical
circuits (minimum seven). Friday 4pm - 2am
Saturday 2pm - 2 AM
07/17/2019 Stage Lighting 2.80 750.00 2,100.00
Lighting
4 Day event 7-17-19 to 7-20-19
Fixtures
16 high output 3 -in -1 RGBW LED fixtures
8x US Wash
8x DS Wash
6x Moving head lights (LED based movers)
Control
Computer based DMX Control Platform
Tactile Midi interface
Power and Data cabling as needed
Delivery, Set, Run Strike included
Three day event. Lighting operator when dark.
MWPG will require 2x 20 AMP electrical circuit for all
lighting
Mountain West Production Group
7202961548
DATE ACTIVITY
07/17/2019 Sound Services - Misc
Sound Services:Additions to Arena sound system:
4 Day event 7-17-19 to 7-20-19
Mains:
4x Small format line array boxes
2x L16 type crank up lifts for above
Pale mount kit for line array mains
2x Dual 18" subs
Power amps for above
System Processor
Monitors:
2x Active 12" 2 way PA mains for Rodeo Chute
monitors
1x Active 12'2 way PA main for -west gate monitor
600 ft Power and signal cable for above
3x tripod speaker stands
Misc:
Custom made cabling to allow interface with house
system
approx 2.5 hours of calibration labor on 7-18-19 to
properly dial in overall processing and delay of house
system and additions to it.
System Processor for above
Wireless iPad remote for above
Dust Covers/Rainbags!
All Delivery, Set, Run and Strike included
0711712019 Sound Services D
Sound Services: Songwriting contest
4 Day event 7-17-19 to 7-20-19
Small Sound System for the tent area
2x QSC K12 PA mains on L13 style lifts
2x QSC K10 Monitors
16 Channel Mixing Console
Gig Box For small Band:
Microphones as needed
Mic Stands as needed
Dls as needed
Mic cable as needed
Power and interconnect cabling as needed
4x High output LED lights for Above
All Delivery, Set, Run and Strike included
Mountain West Production Group
7202961548
OTY RATE AMOUNT
1 400.00 400.00
2.80 115.00 322.00
DATE ACTIVITY OTY RATE AMOUNT
07/17/2019 Note 1 0.00 0.00
STEVE FRANSEEN has produced this Estimate or
Invoice for you. You can reach STEVE FRANSEEN at
720.296.1548 or email Steve. MWPG9gmail.com
„ Note: This estimate includes package pricing.
Unless otherwise stated, changes in line item quantities
or overall needs may reflect in line item pricing
changes.
Exhibit "A" as Fallows:
Note:
1. Overall discount only applies if MWPG is used for all
services listed.
2. Line item quantity reflects a 40% discount on 2nd,
3rd, and 4th event days..
3. MWPG will require Overnight security 7-16-19, 7-17-
19, 7-18-19, 7-19-19, 7-20-19
4. MWPG will require one double occupancy hotel
room from as close as reasonable to the venue 7-17-19
thru the evening of 7-20-19 (5 nights)
Attached is your Invoice, Please take a moment to read over it BALANCE DUE $11,922.00
thoroughly. We look forward to making your event great. If you have 1 1 7 LJ
not done so already please see
http:llwww.mwproductiongroup.comlusefulinfo.htmI for the terms and
conditions of our services.
Thank you for choosing
Mountain West Production Group
726 296 1548
Mountain West Production Group
7202961548
CERTIFICATE OF LIABILITY INSURANCE
FOA11,11CDD.'YYYY)
=1,,
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 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
Ro&y Mountain Insurance Specialists
2175 S Jasmine St, Ste 109
Denver CO 80222
NAME: Matthew J. SChlciChcr
PHONE, 03-758-1850 FAX, 303-758-0182A1C No Ext): 3{A,CNo):
ADDRESS: mat thcws@insuranccaai.corn
INSURER{S} AFFDRDING COVERAGE NAIC u
INSURER A: Penn -Star 37150
INSURED
SFA, LLC DBA Mountain West Production Group
3911 W 76th Ave
Westminster CO 80030
INSURER B: Auto -Owners
INSURER C:
INSURER D:
INSURER E:
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 OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE 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.
LTR
TYPE DF INSURANCE
INSD
WVD
POLICY NUMBER
(MM+DDIYYYY)
(MM'DDIYYYY)
LIMITS
X COMMERCIAL GENERAL LIABILITY
0
EACH OCCURRENCE $ 1000000
CLAIMS -MADE [*] OCCUR
PREMISES (Ea occurrenee] $ 100000
MED EXP (Anyone person) $ 5WO
PERSONAL & ADV INJURY $ 1000000
A
Y
PAV0130891
06/01/2017
06/01/2018
GE N'L AGG R EGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $ 2[11{111[1
X POLICY PRO JECT LOC
PRODUCTS - COMP;OPAGG $ 2[11{111[1
OTHER:
$
AUTOMOBILE LIABILITY
[Eaaccident] $
BODILY INJURY (Per person) $
ANY AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
BODILYINJURY(Pe raccident) $
NON-0WNE❑
HIRED AUTOS AUTOS
[Per accident] $
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE $
AGGREGATE $
EXCESS LIAB
CLAIMS -MADE
❑ED I I RETENTION $
$
WORKERS COMPENSATION
ND EMPLOYERS' LIABILITY YIN
-
STATUTE ER
E. L. EACH ACCIDENT $
NY PROPRIEfORRARTNER;EXECUTNE
FFICERIMEMBER EXCLUDED? ❑NIA
E. L. DISEASE - EA EMPLOYEE $
Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMB $
B
Inland Marine
74986168
12/08/2016
12/08/2017
Music Equipment S X4444
DESCRIPTION DF OPERATIONS; LOCATIONIS I VEHICLES (ACORD 101, Add itfonoI Rema rks Schad ule, may beattaChedItmore space Ismcltdred)
The certificate holder is listed as an additional insured
CERTIFICATE HOLDER CANCELLATION
© 19BB-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014.'01) The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County
ACCORDANCE WITH THE POLICY PROVISIONS.
0426 Fairgrounds Rd
AUTHORIZED REPRESENTATIVE
PO Box 850
Eagle. CO 81631
,-
© 19BB-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014.'01) The ACORD name and logo are registered marks of ACORD
a
G
t
r
�r
No "
J
5J
M
2
W
W
Z
W
W
N
Z
Q
ri w
01
w
a
ZD
9
T
i
N
T
y;
C�l
F-
a
vZ
N T
J
J
mw
Z
tz
T
0
U.
he
Q
O
LnW
T
L
A
C�
W
Z
H
W�J
Wa�
�Ja
Uma
W
n F%m o
c o- ma j
N LLJ ._
��
Q Z
>.ui
Z >- W
�CL� W Z
Z Q(j)LU as
oda U)
>g oJ
= Ja
C.)J
cc >-3Z a�- 0
� co) CLNcc>.0
w ima=)c
Z W❑
J
W ..J C] ❑
VW
o.Mum.MlY-
WZ
"' 000Z
ED
li.i a
Q [1