Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25621
AGREEMENT INFORMATION AGREEMENT NUMBER 25621 NAME/TYPE OF AGREEMENT 1 WORLD MUSIC PUBLISHING LLC DESCRIPTION EVENT PRODUCTION AGREEMENT/4TH OF JULY EVENT AT CURTIS PARK//MATTER ID: 25-1447 EFFECTIVE DATE June 17, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 6/17/2025 DATE RECEIVED FROM ISSUING DEPT. 6/17/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: 1 World Music Publishing LLC IS THIS AGREEMENT TO BE EXPEDITED/RUSH: TOTAL CONTRACT AMOUNT: $ TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) ■ FUNDING INVOLVED? YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (DETAILED SUMMARY): Event Production Agreement entertainment services for city -sponsored events, including performing works of art and disc jockey services CO iMISSIO APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DIRECTOR/CHIEF PROCUREMENT OFFICER June 12, 2025 Annie Perez, CPPO 110:19:52 EDT SIGNATURE: - Cam ?--, SUBMITTED TO RISK MANAGEMENT June 12, 2025 David Ruiz I 10: 22 : 35 EDToo SIGNATURE: r �,� SUBMITTED TO CITY ATTORNEY Matter 25-1447 June 16, 2025 George K. Wysong III 1 10:01:53 EDT SIGNATURE: a r q„ ; uu s, ui APPROVAL BY ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER June 17, 2025 hai5y4§1VP*DTrPA Ue SIGNATURE: , h, ?",VP APPROVAL BY ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Barbara Hernandez, MPA SIGNATURE: APPROVAL BY ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: APPROVAL BY DEPUTY CITY MANAGER June 17, 2025 Natasha Colebrook -Williams I 11: 57: 55 EDT SIGNATURE: =='e„ce�.�aa_wr,., RECEIVED BY CITY MANAGER June 17, 2025 1'rIPPI4ri.i9Xi V SIGNATURE: CC�� , SUBMITTED TO THE CITY CLERK June 17, 2025 I T24qn e—DSIGNATURE: (o ,L -__, PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Yadissa Calderon Contact Person Assistant Director Title 6/12/2025 Date: Procurement Requesting Client (305) 416-1907 Telephone Legal Service Requested: Matter 25-1447: Event Production Agreement with 1 World Music Publishing LLC entertainment services for city -sponsored events, including performing works of art and disc jockey services Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: nlssue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 EVENT PRODUCTION AGREEMENT By and Between The City of Miami, Florida and 1 World Music Publishinq LLC This Event Production Agreement ("Agreement") is entered into this 17th day of June 2025 ("Effective Date"), by and between the City of Miami, a municipal corporation of the State of Florida, whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 (the "City"), and, 1 World Music Publishing LLC, qualified to do business in the State of Florida whose principal address is 8027 W 14 Ave, Hialeah, Florida 33014 ("Contractor"). RECITALS: WHEREAS, the City desires to engage the services of the Contractor to provide certain ideation, planning, and execution as further described in Exhibit "A" (collectively "Services") in connection with the 4th of July event taking place on July 4, 2025, at Curtis Park, 1901 NW 24th Avenue, Miami, Florida 33125 ("Event") organized by the City; and WHEREAS, the Contractor is willing to provide such Services under the terms and conditions as hereinafter set forth; and WHEREAS, under Section 18-72(b)(11) of the Code of the City of Miami, Florida, as amended ("City Code"), entertainment services for city -sponsored events, including performing works of art and disc jockey services, are exempt from the provisions of the City's Procurement Ordinance; NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: 1. RECITALS AND INCORPORATIONS: The Recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The following exhibits are attached hereto and are hereby incorporated into and made a part of this Agreement: Exhibit A — Scope of Services Exhibit B — Project Budget Exhibit C — Insurance Requirements Exhibit D- Anti -Human Trafficking Affidavit In the event of a conflict between the provisions of this Agreement or any of its exhibits, the conflict shall be resolved in favor this Agreement then the priority order indicated above. 2. TERM The Agreement shall become effective on the Effective Date. and shall remain effective until thirty (30) days after the later of (i) all payment obligations have been fulfilled or (ii) the conclusion of the Event, unless otherwise earlier terminated pursuant to the City's right to terminate as set forth in this Agreement. The timeframes for the Event, including Event programming, set up, and tear down shall all occur on July 4, 2025, and be in accordance with the event schedule ("Run of Show"), which shall be subject to prior written approval by the City. 3. SCOPE OF SERVICES: A. Contractor agrees to provide the Services as specifically described in Exhibit "A," attached hereto. B. Contractor represents to the City that: (i) it possesses all qualifications, licenses, certificates, authorizations, registrations, and expertise required for the performance of the Services, including but 1 not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, any City agency or instrumentality, including payment of accounts, debts, permits, fees, occupational licenses, etc., nor in the performance of any obligations or payment of any monies to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in subsection A above(v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. C. Contractor shall at all times provide fully qualified, competent and physically capable employees to perform the Services under this Agreement. Contractor shall possess and maintain any required licenses, permits and certifications to perform the Services under this Agreement. The City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest of the City. 4. COMPENSATION: A. Contractor, as its sole compensation for the Services provided, shall receive compensation as specified in Exhibit "B," attached hereto. The amount of compensation payable to Contractor will be an amount not to exceed $75,000 ("Fee"). Contractor acknowledges and agrees that this Fee shall be its sole compensation related to this Agreement. Any compensation for services provided by contractor exceeding such Fee shall not be authorized and will be deemed gratuitous work. The Fee shall be paid to Contractor in accordance with the following schedule: (1) Fifty percent (50%) of the Fee ($37,500) upon contract execution; and (2) Fifty percent (50%) of the Fee ($37,500) upon completion of the Services. B. Upon request, Contractor shall provide sufficient supporting documentation within ten (10) business days from said request and contain sufficient detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices, should they be required, shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act", §218.70. - 218.79, Florida Statutes, and other applicable laws. No advance or future payments shall be made at any time. C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement's scope of work shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. 5. OWNERSHIP OF WORK PRODUCT: All Services will be performed in accordance with this Agreement. All deliverables and work product prepared by Contractor in connection with the performance of Services hereunder, including, without limitation, all written strategies and plans, research reports and analyses, and other written, digital, or graphic work product, including, without limitation, all modifications, improvements, upgrades, derivative works, and feedback related thereto and all intellectual property rights herein ("Work Product") shall become the property of the City upon acceptance by the City of such Work Product. Notwithstanding, the City hereby grants Contractor a royalty -free, non -transferable, non-sublicensable, non-exclusive license to use all Work Product for self -promotional purposes only. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of ten (10) years following the date of final payment by the City to Contractor under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Contractor which are solely related to Contractor's performance under this Agreement. Contractor agrees to maintain any and all such books, documents, papers, and records at 2 its principal place of business for a period of ten (10) years after final payment is made under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. The audit provisions set forth 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. B. The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. The inspection provisions set forth 18-101 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. C. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida, which apply to this Agreement, as same may be amended or supplemented, from time to time. 7. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 8. PUBLIC RECORDS: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) if required, provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. c. SHOULD CONTRACTOR DETERMINE TO DISPUTE ANY PUBLIC ACCESS PROVISION REQUIRED BY FLORIDA STATUTES, THEN CONTRACTOR SHALL DO SO AT ITS OWN EXPENSE AND AT NO COST TO THE CITY. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 3 416-1800, VIA EMAIL AT PUBLICRECORDSMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, ethics, funding, lobbying, record keeping, etc. The City and Contractor agree to comply with and observe all such applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 10. INDEMNIFICATION: A. Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, departments, instrumentalities, and/or employees ("Indemnitees"), from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by performance of this Agreement by Contractor, Contractor's compliance and/or noncompliance with the provisions of this Agreement, and all laws and regulations pertaining to Contractor's services which are applicable to the Contractor, negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further indemnify, save and hold harmless for, and defend (at its own cost), the Indemnitees against any civil actions, administrative, regulatory, statutory or similar claims, injuries or damages arising or resulting from the Services. In the event that any action, cause of action, claim, demand or proceeding (collectively "Claim(s)") is brought against the Indemnitees by reason of any such Claim(s), Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, hold, keep and save harmless and defend the Indemnitees as herein provided. B. The indemnification provided above shall obligate Contractor to defend, at its own expense, to and through trial, mediation, arbitration, administrative, regulatory, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by Contractor, or persons or entities employed or utilized by Contractor. C. These duties shall survive the expiration or earlier termination of this Agreement. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as they may be applicable, and as they may be amended. D. Contractor shall require all subcontractor agreements to include a provision that each subcontractor will indemnify, hold harmless and defend the Indemnitees in substantially the same language as this Section 10. Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of Contractor in which the City participated either through review or concurrence of Contractor's actions. In reviewing, approving or rejecting any 4 submissions by Contractor or other acts of Contractor, the City, in no way, assumes or shares any responsibility or liability of Contractor or any subcontractor under this Contract. E. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by Contractor. 11. DEFAULT: If Contractor fails to comply materially with any term or condition of this Agreement, or fails to perform in any material way any of its obligations hereunder, then Contractor shall be in default and subject to termination as set forth in Section 13 below. Contractor understands and agrees that termination of this Agreement shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. 12. RESOLUTION OF AGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (one hundred twenty (120) days if City Manager's decision is subject to the City Commission approval); or (iii) the City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4 (A) of this Agreement. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, for convenience, and without penalty or any stated cause, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, by and acting through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, immediately upon written notice to the Contractor if Contractor materially breaches this Agreement, and such breach: (A) is incapable of cure; or (B) being capable of cure, remains uncured thirty (30) days after written notice to Contractor. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City or Contractor be liable to the other for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City or Contractor be liable for any direct, indirect, consequential or incidental damages. 5 14. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain such insurance coverage(s) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "C" and incorporated herein by this reference. The City's agreement and title number must appear on each certificate of insurance. Contractor shall add the City of Miami as an additional insured to its commercial general liability, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City Risk Management Director. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Director on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the Certificate of Insurance with the City. B. If, in the judgment of the City, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City Risk Management Director reserves the right to require the provision by Contractor of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Agreement shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. In which case city would be required to honor 50% of the total fee to cover the reservation of production equipment and talent fees for the event. C. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's subcontractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of Contractor and each subcontractor providing Services related to this Agreement shall be maintained in good standing and approved by the City Risk Management Director throughout the duration of this Agreement. D. The Contractor shall ensure that all subcontractors engaged in performing the Services under this Agreement maintain insurance coverage that complies with all the insurance requirements set forth in this Agreement. Contractor is not to be held liable for lack of compliance or breach of this agreement by any vendors contracted directly by the City for this event. Prior to the commencement of any work by a subcontractor, the Contractor shall obtain and provide to the City for approval from each subcontractor a Certificate of Insurance evidencing the required coverage that is satisfactory to the City. E. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to the City Risk Management Director as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall immediately suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City Risk Management Director; or (ii) the City may, at its sole discretion, immediately terminate the Agreement for cause and seek re -procurement damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. 6 F. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. 15. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the contract. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 16. ASSIGNMENT: Contractor's services are considered unique and specialized. This Agreement shall not be assigned, sold, transferred, pledged, or otherwise conveyed by Contractor, in whole or in part, and Contractor shall not assign any part of its operations which are related to the performance of this Agreement, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 17. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. AS TO THE CONTRACTOR Jencarlos Canela 1 World Music Publishing LLC, President 8027 W 14 Ave Hialeah, FL 33014 Jencarloscanela@me.com AS TO THE CITY: Art Noriega City Manager 444 SW 2nd Avenue, 10th Floor Miami, FL 33130 anoriega@miamigov.com WITH A COPY TO: George K. Wysong III City Attorney 444 SW 2nd Avenue, 9th Floor Miami, FL 33130 gwysonq©miamigov.com 7 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in the state and federal courts located in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion, memorandum, or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties freely, knowingly irrevocably waive any rights to a jury trial in any actions or proceedings between them related to this Agreement. B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, Florida, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. D. Title and paragraph headings are for convenient reference and are not a part of this Agreement. E. Nothing contained in this Agreement is any way intended to be a waiver of sovereign immunity beyond the limitations as set forth in Chapter 768.28, Florida Statutes. Additionally, the Indemnitees do not waive sovereign immunity, and no claim or award against the Indemnitees shall include attorney's fees, investigative costs, pre -suit or adjusting costs, or pre -judgment interest. F. If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 20. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, neither Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 8 21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws or regulations, upon thirty (30) days written notice. 22. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, rain, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. In the event a Force Majeure Event prevents the Services from being performed on July 4, 2025, the City shall be entitled to immediately terminate this Agreement and in such an event the City shall not be liable to Contractor for any additional compensation or expenses incurred, other than any amounts already paid, and in no event shall the City be liable for any consequential or incidental damages. Without limitation of City's rights hereunder, Contractor shall have no recourse or remedy against the City for a termination under this section. 23. USE OF NAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 24. NO CONFLICT OF INTEREST: Pursuant to the City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also city employee or a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. Contractor additionally agrees during the term of this Agreement not to serve as a paid expert witness, affiant or otherwise furnish evidence adverse to the City in a Claim brought against the City by any third party. 25. NO THIRD -PARTY BENEFICIARY: No persons other than Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 26. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 9 27. COUNTERPARTS, ELECTRONIC SIGNATURES: This Agreement may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other an original signed Agreement upon request. 28. ENTIRE AGREEMENT: This Agreement constitutes the sole and entire Agreement between the parties hereto. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth herein, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. All changes and/or modifications to this Agreement shall be approved in advance and in writing by the Office of the City Attorney as to legal form and correctness, and executed in writing by the City and Contractor. 29. E-VERIFY: By entering into this Agreement, the Contractor and its subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled "Employment Eligibility." The Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees of the Contractors; (b) it has required all subcontractors to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the subconsultant; (c) it has an affidavit from all subcontractors to this Agreement attesting that the subconsultant does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, the Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that Contractor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but Contractor has otherwise complied with its requirements under those statutes, then Contractor agrees that it shall terminate its contract with the subcontractor upon receipt of notice from the City of such violation by subcontractor in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or subcontractor no later than twenty (20) calendar days after the date of Agreement termination. 30. ANTI -HUMAN TRAFFICKING: Contractor confirms and certifies that it is not in violation of Section 787.06, Florida Statutes, and that it does not and shall not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes. The Contractor shall execute and submit to the City an Affidavit, of even date herewith, in compliance with Section 787.06(13), Florida Statutes, attached and incorporated herein as Exhibit "D." If the Contractor fails to comply with the terms of this Section, the City may suspend or terminate this Agreement immediately, without prior notice, and in no event shall the City be liable to Concessionaire for any additional compensation or for any consequential or incidental damages. Signature page follows 10 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: Ai Lb Lk AL L \ mi.. • i Jr,�u ryot.2�7 :1▪ :71:. i No• HH 3407e4 • r (Corporate Seal) ATTEST BY: "Contractor" 1 WORLD MUSIC PUBLISHING LLC Signed by: Todd B. Hannon City Clerk APPROVED AS TO LEGAL FORM AND CORRECTNESS: BY: C rt (uisot,..) is George K. Wysong III 5DS "City" THE CITY OF MIAMI, A MUNICIPAL CORPORATION OF THE STATE OF FLORIDA BY: 1' ., ttl' Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS: BY: rr Matter 25-1447 David Ruiz City Attorney Interim Director of Risk Management 11 EXHIBIT A SCOPE OF SERVICES • Talent o DJ & National Anthem Performer — Stephanie Concepcion aka (Nia Skyfer) o Band — Makina Timbera • Sound o Under 60 dBA o Main PA ■ 8 x RCF HDL 10-A (Active line array modules) ■ 4 x RCF SUB8004-AS (Powered 18" subwoofers) o Monitors ■ 6 x Electro-Voice ZLX-12BT ■ (Powered speakers with covers) o Mixing Console ■ 1 x Behringer X32 Digital Audio Console o In -Ear Monitoring ■ 4 x Sennheiser EW IEM G4-TWIN ■ (Wireless IEM systems - A band) o Wireless Microphones ■ 4 x Sennheiser wireless microphones (vocal/instrumental) o Mic Stands & Mounts ■ 3 x Latin Percussion LP592A-X (Claw with mic mount) ■ 1 x On -Stage MS7920B (Bass drum / boom combo mic stand) ■ 1 x On -Stage MS7701 B (5-pack Euro boom mic stands) ■ 1 x On -Stage MS7201 B (2-pack round base mic stands) ■ 1 x On -Stage MS7701 B (2- pack round base mic stands) • Lighting o Moving Heads ■ 4 x Artfox Sky Beam 14RX o LED PAR Lights ■ 10 x PAR LED lights ■ (54x3W RGB or 54x9W) o White Lights ■ 2 x White lights (unspecified type) o Lighting Cables ■ 20 x Power cables ■ 15 x Extension cords • Stage o Power ■ Mobile Generator • 1 x Mobile Power Generator (25 kVA) ■ Power Distribution • 1 x Power distro unit ■ Cabling • 20 x Power cables (general use) • 6 x Extension cords (for LED screen) • 15 x Extension cords (for lighting) EXHIBITA - Continued SCOPE OF SERVICES • Stage o LED Screen ■ 30 x LED modules ■ Total dimensions: 15 ft wide x 10 ft high ■ 2 x Truss structures (for mounting) ■ 6 x Extension cords (power supply) o One Mobile Stage ■ Dimensions: • Width: 20 ft • Depth: 24 ft • Height: 15 ft ■ Specifications • Trailer (Unopened) o Length:26' o Width: 102" o Height:12'2" o Cargo space: 6' 11" x 23'4" o Cargo capacity: 5,000# o Trailer weight: 12,400# o Tongue weight: 1,800# o Total Axle Rating: 20,000# • Stage Deck o Floor size: 24' x 23' 8" o Floor height: (adjustable) 46" - 66" o Ground to roof: 23' 1" o Structure: Marine Plywood/Aluminum o Floor support: 10 - 8,000# Jacks • Stage Roof o Coverage: 26'3" x 24' o Deck to roof top: 16' 7" o Deck to downstage I-beam: 15' 7" o Deck to center -stage I-beam: 15' 4" o Surface mat.: Aluminum/Fiberglass • Roof Beam Loads o Fly bays: 2@ 2,000# o Downstage I-beam: 1,000# o Center I -beams: 750# o Upstage I-beam: 1,000# • Other o Site preparation: None o Hauling mode: Gooseneck/5thWheel o Power source (standard): 5hp Honda Motor o Power source (secondary): 1.5hp Electric 110 13 Stage Drawings 14 EXHIBIT B COMPENSATION Description Amount Sound $ 7,000.00 Lighting $ 3,000.00 LED Screen $ 7,000.00 Generator & Fuel $ 1,500.00 Backline $ 3,500.00 Stage $ 20,000.00 Technicians, Engineers & Staffing $ 4,500.00 Transportation $ 500.00 Ta lent $ 10,000.00 Talent Wranglers $ 2,000.00 Agency Fee $ 15,000.00 Legal $ 1,000.00 TOTAL $ 75,000.00 15 EXHIBIT C INSURANCE 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 B. Endorsements Required City of Miami listed as an additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement $1,000,000 $2,000,000 $1,000,000 $2,000,000 16 EXHIBIT D ANTI -HUMAN TRAFFICKING AFFIDAVIT 1. The undersigned affirms, certifies, attests, and stipulates as follows: a. The entity is a non -governmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing, or extending contract (including, but not limited to, any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024). c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024), titled "Human Trafficking." d. The nongovernmental entity does not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes (2024), attached and incorporated herein as Exhibit Affidavit-1. 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct. b. I am an officer, or a representative of the nongovernmental entity authorized to execute this Anti -Human Trafficking Affidavit. Nongovernmental Entity: 1 /� Name: J ,P .l�l G(it_ Y lvS t �G��� Officer Title: e (ha Signature of Officer: Office Address: 6 27 4/ / Av-Q , A-X � o/ Email Address: J-enCa-r(P5[5� .GPI . (' Main Phone Number: r 7-7(., FEIN No.: L%5-- 2 -L 67 9 7_3 STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was sworn to and subscribed before me by means of 'hysical by slcp3COGWLo s c► cA presence or O online notarization, this 11,.day of It.N t� as the .sik{titb kfto4icer or representative for the nongovernmental entity. He/she is personally tRjCjduced as identification. Signature df Person Taking Oath M L} N(A- 14-ES1 Le — (Printed, Typed, or Stamped Name of Notary Public) My Commission Expires: 'S1 c /,),a.)d,;.* 17 DIVISION OF CORF' r� fJ f1 1-,.'o r Elf iDr P f r1`f`C r l an official duty t-f {lo/lilu srreb3'►ty Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company 1 WORLD MUSIC PUBLISHING LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Principal Address 8027 West 14th Avenue HIALEAH, FL 33014 Changed: 03/24/2020 Mailing Address 8027 West 14th Avenue HIALEAH, FL 33014 L11000062927 45-2436973 05/27/2011 05/27/2011 FL ACTIVE Changed: 03/24/2020 Registered Agent Name & Address CANELA, LISSETTE 8027 West 14th Avenue HIALEAH, FL 33014 Name Changed: 04/30/2025 Address Changed: 03/24/2020 Authorized Person(s) Detail Name & Address Title PRESIDENT canela, jencarlos 8027 W 14th Ave Hialeah, FL 33014 Annual Reports Report Year Filed Date 2024 03/26/2024 2025 04/07/2025 2025 04/30/2025 Document Images 04/30/2025 -- AMENDED ANNUAL REPORT 04/07/2025 -- ANNUAL REPORT 03/26/2024 -- ANNUAL REPORT 03/30/2023 -- ANNUAL REPORT 04/25/2022 -- ANNUAL REPORT 04/09/2021 -- ANNUAL REPORT 06/12/2020 -- AMENDED ANNUAL REPORT 03/24/2020 -- ANNUAL REPORT 03/21 /2019 -- ANNUAL REPORT 04/24/2018 -- ANNUAL REPORT 04/21 /2017 -- ANNUAL REPORT 03/07/2016 -- ANNUAL REPORT 02/27/2015 -- ANNUAL REPORT 02/17/2014 -- ANNUAL REPORT 04/09/2013 -- ANNUAL REPORT 04/12/2012 -- ANNUAL REPORT 05/27/2011 -- Florida Limited Liability View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations ACORN® CERTIFICATE OF LIABILITY INSURANCE �------- DATE (MM/DD/YYYY) 05/27/2025 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 Liberty Mutual Insurance PO BOX 188065 Fairfield OH 45018 CONTACT NAME: PHONE (A/C Ext): 800-962-7132 (A No): 800-845-3666 E-MAIL mutual.comtlib l i servce us er ADDRESS: p @ Y INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Ohio Security Insurance Company 24082 INSURED 1 World Music Publishing, LLC 8027 W 14th Ave Hialeah FL 33014 INSURER B : INSURERC: INSURER D : INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER: 0277705513 REVISION NUMBER: 2016-03 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 LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X BLS69188928 /� O 06/01/2025 i 06/01/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE RETED PREMISESO(Ea occurrence) $ 300,000 MED EXP (Any one person) $ 15,000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L X AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED - COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N OF ANICER/MEMBEREXC UDED?ECUTIVE N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A'. - PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami a Municipal Corporation of the State of Florida is Additional Insured if required by written contract or written agreement subject to General Liability Blanket Additional Insured Provision. CERTIFICATE HOLDER CANCELLATION City of Miami a Municipal Corporation of the State of FL 444 Sw 2nd Avenue, 10th Floor Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (f Curtis Luken ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD From: Gomez Jr., Francisco (Frank) To: Gandarilla, Aimee Cc: Quevedo, Terry Subject: RE: Detail by Entity Name (002).pdf Date: Tuesday, June 10, 2025 6:52:18 AM Attachments: image004.pnq image005.pnq image006.pnq image007.pnq Hello Aimee, This COI was recently used in connection with an event. Please move forward. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management 14 N.E. 1st Avenue end Floor Miami, Florida 33132 (305) 416-1740 Office ( (305) 416-1760 Fax n` fgomez@a miamigo "Serving, Enhancing, and Transforming our Community" From: Gandarilla, Aimee <AGandarilla@miamigov.com> Olivera, Rosemary From: Gandarilla, Aimee Sent: Tuesday, June 17, 2025 3:07 PM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Jerez, Ileana; Telfort, Cameitra Subject: Executed Event Production Agreement 1 World Music Publishing, LLC (matter 25-1447) Attachments: Event Production Agreement 1 World Music Publishing, LLC (matter 25-1447).pdf Good afternoon Todd, Please find attached the fully executed copy of an agreement from DocuSign that will be considered an original agreement for your records. Cameitra: Please close Matter 25-1447. Thank you, Aimee canticutiliai Procurement Assistant City of Miami Procurement Department 444 SW 2nd Avenue, 6t"floor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E adandarilla@miami.gov "Serving, Enhancing, and Transforming our Community" i