Loading...
HomeMy WebLinkAboutInsurance Requirements1.3 INSUR _N CE REQUIREMENTS I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations Endorsements Required S 1,000,000 S 2,000,000 S 1,000,0.00 S 1,000,000 City of Miami included as an Additional insured Bayfront Park Management Trust included as an additional insured Erual Contractual Liability II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident B. Endorsements Required £ 1,000,000 City of Miami included as an Additional Insured Bayfront Park Management Trust included as an additional insured III: Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation IV. E.mplover's Liability A. Limits of Liability S500,000 for bodily injury caused by an accident, each accident S500,000 for bodily injury caused by disease, each employee S500,000 for bodily injury caused by disease, policy limit RFLI No. 44014 MANAGEMENT AND O?E=.A T ION OF THE SAY=RD. N T ?AK AIJM?HiTHEA T Date: V, Excess Liability A. Limits of Liability Each OccutTence $2,000,000 Aggregate $2,000,000 B. Endorsements Required City of Miami included as an additional insured Bayfront Park Management Trust included as an additional insured VI. Errors & Omissions/Professional Liability A. Limits of Liability Each Claim $1,000,000 Aggregate $1,000,000 The above policies shall provide the City of Miami with written notice of cancellation_or_ ila;O. 4.11 "hang' from the insurer not less than (30) days prior to any such cancellation -e- Companies autorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk.Mana.gement prior to insurance approval. The undersigned Proposer acknowledges that (s)he has read the above information and agrees to coinply with all the above City requirements. Cellar Door Concerts of Florida, Inc. Proposer: Live Nation Worldwide, Inc. Signature: (Company name) 9/19/07 Print Name Neil Jacobsen President — Florida Region FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. RFLI No. 44014 MANAGEMENT AND OPERATION OF THE BAYFRONT PARK AMPHITHEATER 13 ].4. Debarment and Suspension (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Cornrnission. (b) Causes for debarment or suspension include the following: (c) 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract of subcontract, or incident to the performance of such contract or subcontract; Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; • 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the tirne limits provided in a contract, provided that failure to perforrn caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to he so serious and compelling as to affect the responsibility of the contractual party perfonning city contracts. Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have hee.n convicted of any of the violations set forth above or debarred or suspended as set .forth in paragraph (h) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company name: Signature: Cellar; Door Concerts of Florida, Inc. and/or Live Nation Worldwide,Inc -Neil Ja Ibsen, President — 1:J-orida Region Date: _9/19/07 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. RFLI No. 44014 MANAGEMENT AND OPERATION OF THE BAYFRONT PARK AMPHITHEATER 14 1.5. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Proposer will complete and submit the following questions as part of the RFLI Proposal. Violations of this Ordinance may be considered cause for annulment of a Contract between the Proposer and the City of Miami. . A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? X Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? TBD C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1) TBD TBD TBD . TBD TBD 2) 3) 4) 5) 6) 7) 8) (Use additional sheets if necessary) PROPOSER NAME: Cellar Door Concerts of Florida, Inc. and/or Live Nation tiJorldwide,Inc. SIGNATURE/TITLE: DATE: 9/19/07 Neil Jacobsen, President — Florida Region FAILURE TO COMPLETE, SIGI7, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. RFLI No. 44014 MANAGEMENT AND OPERATION OF THE BAYFRONT PARK AMPHITHEATER 15