Loading...
2025 Independant Contractor Agreement between April Mack, Contractor and the CMB. Docusign Envelope ID:3D9E0B7A-05CA-4355-89D5-DE747D8F4C21 �Z `I—J�23 L I Docusign Envelope ID:2DF075C5-OF5E-4p54-8584-FA22031CA08B .ocus�yr r nvelape ID ?F9Cd;e-F-�.�o5n-4'���-�Ea�-A�E��:�_'CB.ib SEP � 4 2025 INDEPENDENT CONTRACTOR AGREEMENT This Agreement is entered into on this Cay of _ ___ _. 2025 petween Apni ,Liack ____ ^ ____._- --- ;"Cortractor"),and the City of M+ami Beach,Florida(the"C�ty";. for a period of 1 1 montns,with an effective starting date of September 8, 2025, and an end date of August 7, 2026 (the "Term'). 1. Description of Services. Contractor will provide the services described in Exhibit 'A" hereto�the 'Serv�ces"). Although Contractor may receive a schedule of the ava�lable nours to provide�ts Services, the C�ty shall not control nor have the nght to control the hours of the Serv�ces performed�y the Contractor. where the Services are performed (although the City wiil provide Contractor with the appropriate location to perform the Services; when the Services are performed (includ�ng how many days a week the services are performed►; how the Servlces are performed, or any other aspect of tne actual manner and means of accomplishing the Services previded Notw�thstanding the Foregoing. all Services provided by the Contractor shaif be �r. accordance with the terms and conditions set forth �n Exhibit 'A" hereta, and performed to the reasonable satisfaction of the City tVlanager. If there are any questions regarding the Services to be performed Contractor should contact the following person Alba Tarre. Department Director Office of Housmg and Community Services 1700 Convention Center Drive Miami Beach. Florida 33139 2. Fee. In consideration of the Services to be provided pursuant to this Agreement, the City agrees to pay Contractor a fee, not to exceed the amount of 7welve Thousand Seven Hundred and Sixty Doilars (�12.760 00)(the "Fee';, which shall be paid as descnbed �n Exn�b�t B hereto The Contractor shaii issue invoices to the C�ty pursuant!o the mutual agreement of the parties and pursuant to the Fee Schedule set forth in Exhib�t°B'hereto,which invoices shall include a detailed descnption of that portion;or those portionsj of the Services provided.The City shall remit paymer�t to the Contractor with�n 45 �ays of receiving an acceptabie and approved invoice from the Contractor for that portion(or those portions)of the Services satisfacrorily rendered;and referred to in the particu!ar invoice}. 3. Termination. This Agreement may be terminated by e�ther party,w�th or without cause.by giving�vritten notice to the other paRy of such terminat�on,whic,h shafl become effective upon fourteen(14)days following receipt by the other party of the written termmation notice. Notwithstanding the roregoing, in ±he event of a public health, welfare or safety concem, as de.ermined by the City Manager, in the G�ty 'vtanager's sole discretion, the City Manager. pursuant to a ��erbal or wntten notification to Contra�tor may immedia�ery suspenC the Services unde� ihis Agreement for a bme certa�n or�r ihe alternative, terminate this Agreement on a giveri date. In the event of termmation pursuant to this section.the Contractor shail be paid a sum equal to all payments due to h�m/her up to the date �f terrninaticn provided Gontractor is continuiny to satisf�ctoriiy perfosm aii Services up lo;he date Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID'2DF075C5-OFSE-4D54-8584-FA22031CA088 Docusign Envelo¢e ID IIFdG$AFF-Go5&-41FA-AE43-A2ECS�t?C+3J3 �f terminaUon Thereafter, the City snall be fuliy discharged from any further Ii2bil�Ues,duties,and terms arsing out of, or by virtue of, this Agreement 4. Indemnification/Hold Harmless. Contrac?or agrees to indemnify,defena,and hold hannless the City of Miarn�Beach and ts officers. employees and agents, from and against any and all actions, claims. liabilities, losses and expenses indud�ng but not lirnited to, attomey's fees, for personal eccmomic or bodily in�ury. wrongful death. loss of or damage to property,at law or in equiry,which may arise or be alleged to nave ar�sen from the negiigent acts or omissions or other �vrongfui cond�.ct �f Contracto� and�br any and ali subcontractors, employees, agents, or any other person or entity acting under Contractor's control. in connection with the Contractor's performance of?he serJices pursuant to th�s Agreement. Contractor shall pay all such ciaims and losses and shall pay all costs and judgrients,which may arise fror�any laws�it arising from such claims and losses.and shall pay all costs and attorney's fees expended by the City in defense of such claims and losses, including appeals. The partes agree that one percent(14'0)of!he total cornpensation to Contrar,tor for performance of !he Services under this Agreement is the s�ecific consideration from the City to Contractor for?he Contractor's agreement to indemnify and hoid the City harrnless, as provided herein. Contractor and the City hereby agree and acknowledge that this indemnity provision ;s intended to and shall survive the termination (or earlier expirationl of this Agreement. 5. Limitation of Liabilitv. The City desires to enter inio this Agreement only if in so doing the Ciry can piace a lim�t on Cih,�'s liability for any cause of action for money damages due [o an alleged breach by the City of this Agreement,so that its liability for any such breach never exceeds the sum of the compensaUonifee to be paid to Contractor pursuant to this Agreement, !ess any amounts actuatly paid by the City as of the date of the aileged breach. Contractor hereby expresses his�her willingness to enter into this Agreement with Contractor's recove.ry from the C ty for any damage action for breach af contract to be limited'o a maxim�m am�unt equal to',he compensationr`fee ro be paid to Contractor pursuant to this Agreement, less any amounts actualiy paid by the City as of the date of the aileged breach. Accordingly,and natwitnstanding any other term or condition of this Agreement.Contractor hereby agrees that the City shall not be liable to Contractor for damagas in the amount in excess of the compensa'ion/fee to be paid to Contractor pursuant to this Agreement, less any amounts actually paid by ?he City as of the da?e of the al�eged breach, for any action or claim for breach of�ontract arising out of the per�orr�ance or non-performance of any obligations imposed�,�pon the City by this Agreement. Uothing contained in this section or elsewhere m "[his Agreement �s �n any way intended to be a waiver of the lim tation placed upon City's liability as set foRh in Section 768.28 Florida Statutes. 6. Notices. All notices and commurications in wri+ing required or perm�tted hereunder may be deiivered personally!o the representatives of the Contractor and tne City listed below or may be mailed by U S. Cert:fied Mail, retum receipt requesced, p�stage prepaid, or by a nationally recogn�zed overnight deliver� service. Page 2 of 19 Docusign Envelape ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-OFSE-4D54-8584-FA22031CAOBB ;)r,rus�;•�=nveiope�ii OFSCBAEG-C�58-41rA-AE4�-A2EC59E7��839 Until ;hanged oy notice in wntmy. all such notices and communications shail be addressed as `ollows CONTRACTOR. April Mack 3040 N1N 55 Street Miami, FL 331�2 (954)681-346d CI?Y. Alba Tarre Cily o(Miami Beach Office or Housing anc Communi�y Services '700 Convent�on Cenier Dnve Miam� Beach, FL 33139 (305�673-7491 Nctice shall be deemed given on the date of an acknowledged receipt, and. in aN other cases, on the date of receipk or refusal. 7. Venue. Th�s Agreement shall be govemed by, and constr�ed in accordance with, the laws of the State of Fiorida, both substantive and remediai, witho:;t regard to pnnciples of confiict of �aws. The exciusive venue far any litigation arising out of th;s Agreement shall be Miami-Dade County,Florida, �f in state court, and the U S. Qistrict Court. Southern District of Fionda, �f in federai court BY ENTERING INTO THIS AGREEMENT, CITY AND CONTRACTOR EXPRESSLY WAIVE ANY RIGHTS CITHER PARTY MAY HAVE Tn A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO. OR ARISING OUT OF, THIS AGREEMENT. 8. Dutv of Care/Compliance with Apqlicable �aws/Conflict of interest. 4�Jith respect to the performance of the Services contemplated herein. Contractor shail exercise that degree of skil�, care. efficiency and di{igence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparabie services. In its performance o(the Services. Contractor shail comaly with all applicable laws, ord+nances, and reguiations of the City Miami-Dade County, the State of F!onda and the federal govemment. Without limiting the foregoiny Contractor herein agrees to adhere to and be governed by all applicable Miami-Qade County Conflict of Interest Ordinances and ethics provisions,as set forth in the Miami-Dade County Code: and as may be amended from time to time; and by the City of Miami Beach Charter and Code as may be ar�ended from time to time, both of which are ir.corporated herein by �eferenced, as if fully set forth herein. Contractor shall comply w�th ail appiicable state and federa�laws and City policies and procedures governmg the use and�or safe- keeping of confidential, higniy sensitive and/or personally identifiabfe or protected heaith information (as may be defined by state or federal law), including but not limited to the City's Administra;ive Order No. IT 01 01 -Artificial Inte�iigence(AI) �sage. as may be amended frcm time to time. Contractor covenants that rt presently has no interest and shall not acquire any interest,direct or indirectly which should conflict in any manner or degree with the performance of the Services Contractor f��ther covenants that;n che performance ot Serv:ces undzr:his Agreement,no parson having any such interest shall knowingiy be empl�yed by the Contractor. Notwithstanding the Page 3 of 19 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID 2DF075C5-0F5E-4D54-8584-FA22031CA088 �-�oc�si��n Ervelooa'.D�'1F8C8AEF-C658-47Fn-AE43-A2E;59EiC33= foregoing,Contractor shall be able to prov�de similar services to other th,rd partes as long as they do not conflict with the Services�o be prov�ded hereunder. 9. No Discrimination. In connection with the performance of the Ser�ices, the Contractor shafl not exclude from participation in, deny the benefits of,or subject to discnmination anyone on the grounds of race. color, national origin. sex, age.disability. religion, income or family status. Additionaily. Contractor snall compiy with City of Miaml Beach Human Rignts Ordinance.codified in Chapter o2 of the Ciry Code,as may be amended�rom time to time,prohlbiting discrimination in employment (induding mdependent contractors), housing, pubiic accommodations, public ser�ices, and in connection with its membership or policies because of actuat or perceived race. color, na6onal origin, religion, sex, intersexuality.gender identity. sexual onentation, marital and familial status, age, disability ancestry, height, we�ght, hair texture and/or hairstyle, domestic partner status, labor organization membersh�,p familial situation, and political affiliaUon. 10. Florida Public Records Law. (A) Contractor shail comply with Fionda Pubiic Records law under Chapter 119 Flonda Statutes, as may be amended from time to hme (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means ali documents, papers, letters, maps, books, tapes, photographs, films. sound recordings, data processing sofhnrare: or other �naterial, regardless of the physical form characteristics or means of transmission.made or receiveC pursuant to law or ordinance or in connection with the transacUon of officiai business of the City. IC) Pursuant to Sect�on 119.�701 of?he Florida Statutes. if the Contracror meets the definiUon of `Contractor"as defined in Section 119 0701(1)(a), the Contractor shall: (1) Keep and maintain public recorCs reGuired by the City to perform the service. (2) Upon request from the City's custodlan of pub�ic records, provide the City with a copy of the requested records or allow the records to be inspected or cooied within a reasonable t�me at a cost that does not exceed the cost prov�ded �r Chapter 119. Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt ar confidential and exempt from public records disclosure requirements are not disclosed.except as authorized by la�v for !he duration of the contract tenn and following completion of the A�reement �f the Contractor does not trarsfer the records to the City. (41 Upon completion of the Agreement,!ransfer at no cost to the City,all public records n possession of the Contractor or keep and maintain pubiic�ecords required by the Ciry to perform the service. If the Contractor transfers ali public records to the City upon completion of the Agreement, the Contracror shali destroy any duplicate pubhc records that are exempt or confidential and exempt from public records disclosure requirements If tne Contractor keeps and ma�ntairs public records upon complaUon o(the Agreement,the Contractor shall meet all apphcabie requirements for retairing pubiic records. All records stored electronically must be provided to the City, upon request from the Ciry's custadian of pubLc records, in a format that is compatible with the irformation techno�ogy systems of the City Page 4 af 19 Docusign Envelope ID:3D9E087A-05CA-4355-89D5-DE747DSF4C21 Docusign Envelope ID:2DF075C5-OFSE-4D54-8584-FA22031CA088 uocusign Envelo�e Ip.OF8C8?EF-i;858-4iF4-AE�13-A2EC59E7G339 (D) REQUEST FOR RECORDS; NONCOMPLIANCE. 11) A request to inspect or copy public records rela6ng to the City`s contract for services must he made directly to the City. If the City does not possess the requested records, tha City shali immediately notify the Contractor of the request. and the Confractor must provide the records ta the City or allow the records to be inspected or copied within a reasonable time. (2) �;�ntrar.inr'� f�il�.irP in rqmply with the City'S f?qu?St fnf r?rn�ds Shall rpn�iiti_ItP a breach of the Agreement and the City, at its sole discretion, may: (1) unilateraliy terminate the Agreement; (2; avaii itself of the remedies set forth under the Agreement; andior�3)avail itself of any ava�lable remedies at law or in equity {3j A Contrac;or who{ails ro provide th.e public records to the City within a reasonable � time may be subject to penalties under s. 119.10 (E) CIVIL ACTION. (1) If a civil action is filed against a Contractor to compel production of public records relating to the City's contract for services, the court sha�l assess and a�,vard agair�st the Contractor the reasonahle costs of enforcemen}.inciuding reasonable attomey's fees, if: (a} The co�rt determines that the Con;ractor unlawfully refused to comply witt�.the pub�ic records request with:n a reasonabie time; and (b) At least eight (8) business days before filing the action, the plain!iff providPd written notice of the public records request. including a statemen� tha` the Contractor has not complied with.the request.to ihe City and to the Contractor. (2) A notice complies with subparagraph (1}(b) if it is sent to the Gity's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the City or to the Contractor's registered agent. Such notices must be sent by ��ommon carrier delivery service or by registered Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender 8nd with evidence of delivery, which may be in an eiectronic format. (3j A Contractor who complies��vi;h,a public records request within eigh;(8)business days after the notice �s sent�s not liable for the reasanable costs of enforcement (F) IF THE CONTRACTUR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR AS TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECQRQS AT: CITY OF MIAMI BEACH ATTENTION: CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(c�MIAMIBEACHFL.GOV PHONE: 305-673-7411 Page 5 of 19 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747DSF4C21 Docusign Envelope ID:2DF075C5-OF5E-4D54-8584-FA22031CA086 Docusiyn Er,elupe IL GFS��BAEF-�65d-4^FA-AE43-A2EC59E?C839 11. Ownershin of Documents/Patents and Cop ry iqhts• Any and all doeum�nts preparec by Contractor pursuan;,o this Agreement are related exclus�vely to the Services described herein shall be deemed to be a `work made for hire',and are intended or represented for ownership by the Ciry. Any re-use distribution, or dissemination of same by Ccntractor, other than to the City, shall first be approved in writing by the City Marager, which approval, �f granted at all, shali be a?the City Manager's sole and absolute discretion. Any patentabie and;or,^opyr�ghtable �esult arising out of this Agreement,as�veil as all information, specifications, processes, data and findings. are hereby assigned to the City, in perpetuity. for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shali be the sub�ect of any application for patent or copynght by or on behaif of the Contractor(or its employees or sub-contractors, (if any}without the prior written consent of the City Manager, wh{ch ;,onsent, if given at all, shail be at the ��lanager's sole and absolute discr�tion. 12. Liabilitv for Rent, Suppiies, Equi�ment, Etc. Contractor shall provide all funds necessary to pay all debts. disbursements, and expenses incurred in connection with its periormance of the Services hereunder,and shall not be entitled to any reimbursement from the City unless otherwise agreed to by the Ciry. It will also provide all supplies and equipment necessay to orovide such Services. if Contractor uses any of the City's fac!iities, suppiies, or equipment to fumish the Services hereunder, Contractor shall pay the City (or such amount shall be deducted from the Fee set foRh in Section 2}an amount as mutually agreed by the parties. 13. Liability for Sub-contractors. Cortractor shall be liable for its Services,responsibilities and liabilit�es under this Agreement and che costs services, responsibil:ties and liabilities of any sub-contractors (if anyj, and any other persan or entity acting under the direction or control of Contractor (if any). in this regard, Contractor must furnish the City with all information relating to the sub-contractors which is requested by the City.When the term"Contractor"is used in this Agreement,it shall be deemed to include any sub-contractors(if any)and;o�any otner person or en;iry acting unde�the direction or control of Contractor(if ary). Ail ;u5-contractors(if any) must be disciosed in �ariting to the City pnor to the;r engagement by Contractor. 14. Independent ContractorlNo Joint Venture. THIS AGREEMENT SHALL NOT GONSTITUTE OR MAKE THE PARTIES A PARTNERSHIP OR JOINT VENTURE. FOR THE PURPOSES OF THIS AGREEMENT,TNE CONTRACTOR SHALL BE DEEMED TO BE AN INDEPENDENT CONTRACTOR,AND NOT AN AGENT OR EMPLOYEE OF THE CITY, AND SHALL NOT ATTAIN ANY RIGHTS OR BENEFITS UNDER THE CIVIL SERVICE OR PENSION ORDINANCE OF THE CITY,OR ANY RIGHT GENERALLY AFFORDED CLASSIFIED OR UNCLASSIFIED EMPLOYEES �NCI.UDING ANNUAL AND SICK DAY ACCRUAL. FURTHER, THE CONTRACTOR SHALL NOT BE DEEMED ENTITLED TO FI.ORIDA WORKER'S GOMPENSATION BENEFITS AS AN EMPLOYEE OF THE CITY OR ACCUMULATION OF SICK OR ANNUAL LEAVE. Page 6 of 19 Docusign Envelope ID:3D9EOB7A-OSCA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-�F5E-4D54-8584-FA22031CA088 �Jocus+gn tmielape 10 OF8C3AEF�'S58-41=a-AE43-A2E�59E?C839 The Contractor shall be the sole party respons�ble for ar,y and all empioyment taxes.unempioyment compensation .axes or insurance. soaal security taxes. or other taxes. insurance payments, or otherNise whether levied by any country or any poliUcal subdivision thereof The Contractor shall not. in any way, be considered :o be, or be deemed to be, an employee of the Ciry through the Services performed in this Agreement(e.g.,including.but not imited to,for purposes of the Federal Insurance Cortributicn Act, the Social Security Act, the Federal Ur.employment Tax Act, the provis�ons of the intemai Revenue Code, any state revenue and taxation code relating to mcome tax withholding at the source ef mcome, the Workers Compensat�on insurance Code and other benefit payments and third party liability claims}, and the Cortract�r shall indemnify and hold the C�ty harmfess from all costs, loss. damages or expenses (including but r�ot lii�ited tc taxes. account�ng fees, court costs, and attorney's fees at all !evels of litigationl in the event of any determination To the contrary by any court of competent jurisdiction or govemmental authoriry The Contractor recognizes and understands that it will receive an tnternal Revenue Service Form 1099 statement and related tax statements, and will be required to file eorporate and/or ind!vidual tax returns and to pay taxes in accardance with all provisions of applicable Federal and state law. The Ccntractor hereby promises and agrees ic indemnify the City for any damages or expenses. includir•g attorney's fees. and legal expenses. incurred by ihe City as a result of the Contractor's fa�lure ±o make such requ�red paymen,s. Except as otherwise expressly provided�n the Agreement.the Contractcr shai!in no way hold itself cut as an employee, dependent agent,or other servant of the City, its employees or other agents. or as other than a`ree agent with respect to the City The Contractor is not granted. shall not have. and acknowledges the absence of any right or authority to assu.r:e or create any obligations or responsibility, express or implied,on behalf of or in the name of the City or to b�nd the latter in arn� matter or thing whatsoever. 15. Intentionally Omitted. 16. Force Majeure. (A1 A Force Majeure"event is an event that(i)in fact causes a delay in the performance of the Contractor or the City's obligations under the Agreement,and(ii)is beyond the reasonable controM of such party unable to perform the obligation, and (iii) is not due to an mtentional act, error. omissicn, or negligence of such party, and iiv)could not have reasonably been foreseen and prepared for by such party at any time pnor to the occurrence of the event Subject to the foregoing criteria, Force Majeure may include everts such as war. civ�l insurrection, riot, fires. epidemics, pandemics, terrorism, sabotage. explosic�s, embargo restrictions, quarantine restrictions. transportation accidents. strikes strong �urricanes or tomadoes, eaRhquakes, or other acts of God which prevent perfoRnance. Force Majeure sha�t not incluce technological �mpossibility, inclement weaiher. or facure tc secure any of the requ�red permits pursuant to the Agreement (B) If the C�ty or Contractor s performance of its contractual obl�yations is prevented or delayed by an event beiieved by to be Force Majeure. such party shail immediately,upon leaming of the occurrence of the event er of the cornmencement o�any such delay, but in any case within fifteen (15) business days thereo`, provide notice: (i)of the occurrence of event of Force fvlajeure, (ii}of the nature of the event and the cause thereof t�ii)of the anticipated impact on the Agreement.(ivj of the anticipated penoC of the�elay. and(vl of what course ot action such party plans to take in order to m'!igate the detrmental effects of the event. The timeiy delivery of ihe notice of the occurrence of a Force Nia;eure event is a cond�tion precedent to allowance of any relief pursuant to this section;however.receiptof such notice Page T of 19 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID 2DF075C5-OF5E-4054-8584-FA22031CA086 �ocus7gn Envelope IC Of3C8AEF-r;658-41FA-AE43-A2EC59E�C839 shall not constitute acceptance that the event claimed te be a Force Majeure event is;n fact Force Majeure.and tne burden of proof of the occurrence of a rorce'Vlajeure event shall be on the requestir.g aarty. (C) No party hereto sha{I be liable for!ts failure to carry out its obiigations under the Agreement during a period when such�arty is rendered unabie.in whole or'n part,by Force Majeure to carry out such obligations The sucpension of any of the obligations under this Agreement �ue to a Fcrce Ntajeure event shall be of no greater scope and no longer duration than is required The party shall use its reasonable best efforts to conUnue to perfon�its obligaUons hereunder to the extent such obi�gations are not affected or are only partiaily affected'oy the Force �Llajeure evert. and ro carrect or cure the event or condition excusing performance a�d otherwise to remedy its inability to pecform to the extent �ts inabiliry tc perfarm is the direct resuit of the Force Ma�eure event w�th all reasonable dispatch. (D) ObligaUons pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspensicr of per�ormance. snall not be excused as a �esult of such occurrence uniess such occur�ence makes such performance not reasonably possible The obligation to pay money in a timely mannerforobligations and liabilities which matured pnor to the occurrence of a Force Majeure event shall not be subject to the Force Iviajeure provisions. (E) Notwithstanding any other provision tc the contrary here�n. in tne event af a Force(Wajeure occurrence the City may at �he sole d�screUon of the City Vlanager suspend the City's payment obligations under the Agreement,and may take such action w�thout regard to the notice requirements here�n. Additionally in±he avent that an event or Force Nia�eure delays a parry s �erformance under the Agreement for a time period greater than thirty 1,30}days, the City may,a;the sole discretion of the City Manager, terminate the Agreement on a given date. by yiving written notice to Contractor of sucn termination. i* the Agreement is terminated pursuant te this sectian, Contractor shali be paid for any Services sa�isfactorily performed ue to the da'e of termination; following which 'he Gity shall be discharged from any and all liabilities,duties.and terms arising out of,or by virtue cf. this Agreement In no event will any conditien af Force Majeure extend this Agreement beyond its stated Term 17. Assiqnment. Contractor shall nct ass gn all or any partion ef th�s Agreement without the prior written consen�of the City Manager,and it is agreetl that sa�d consent must be sought in writing by Contractor not less than sixty (60)days prio�to the date of any proposed assignment. 1$. Audit and inspection Records. Contractor shall permit the autharize� representatives of the City to inspect and audit all data and records of the Contractor, �f any, relating to performance under this Ayreement until[he expiraUon of three years after fina� payment under this Agreement. Contracto�f�r,her agrees to incluCe in ail n�srher subcontracts hareunder a provs�on to±he effect that the ;ub-contractor agrees that the City or any of their duly 2utn�rized represertahves shall, until the expiration of three years after flnai payment to the sub-contractor, nave access to and the �ght �o examire anx directly pertinent books, documents. papers and records of such sub- contractor, involving iransactions related [o tne sub-contractor. Page 8 nf 19 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747DSF4C21 Docusign Envelope ID 2DFp75C5-OFSE-4D54-8584-FA22031CA086 �oc�s�g��cnvelupe IU �rBCti�E--0558-a'-;�-pt43-A2EC59t'CB::b 19. inspector Generai Audit Riqhts. (A) Pursuant to Sec;icn � 25o cf�he Code of the C�ty of�Y1�ami Beach,the City has established the�ffice of the Inspector General which may,on a random basis,perform reviews,audits, inspections and invest�gations on all City contracts, throughout the duration of said ccntrar.ts. This random audit is separate and distinct frcm ary other audit performed by or on behalf of the City. (B) The Offica of the Inspector General is authonzed to mvestigate City affairs and empowered to review past, present and proposed C�ty prearams, accourts, records, contracts and transactions In addition the I�ispector General has the power to subpoena witnesses. administer oaths, require the production of w�tnesses and mon�tcr City orojects and programs.��lonitoring of an existing City project or program may indude a repor conceming whether the project is on time. within budget and in corfermance with the contract documents and appiica�le law. The fr.spectcr General shall have the power to audit, investigate, morntor, oversee, ir.spec�anC review operations, activrties, performance and procurement process inciuding but not limited to preject design, bid specifications. (bid/proposal) submittals. activ�ties of the Contractor, its office�s, agents and employees, lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of:ts�verall annual contract expenditur�s te fund the activiUes and operations o?the Office of Inspector General. (C) Upon ten(10)days written notice to ihe Contractor,the Contracter shall make all requested records and documents available to the Inspector General fer inspecticn and copyiny. The inspecter General is empewered to retair ±he services of independent private sector auditors ta audit, investigate, monitor. oversee. inspect and review eperations activities, performance and procurement process including but not limited to project design, bid spacifications,(bid/proposal)submittals.activities of the Contracror.i?s officers,agents and employees,iobbyists,City staff and elected officials to ensure compiiance with the contract documents and to detect fraud and ccrrupticn. (D) The Inspector General shall have the right to inspect and copy all documents and records in the Contractcr's possessior, custedy or control which in the Inspector General's seie judyment. pertain te performance of the contract, mcluding, but not limited to original estimate files.change order estimate fles,worksheets,proposais and agreements from and with successfui subcentractors and suppliers, all pro�ect-related correspondence; memoranda instructions,financ�al documents,construction documents.(5idlproposal;and contract documents, back-change documents all docurnents and records which involve cash,!rade or volume discounts.�ns�,rance proceeds,rebates,erdividends rece�ved,payroll aod personnei records and supportirg documentation for the afores2id documents and records. (E) The �ontractor sha!I make available at its office at all reasenable times the records, materials, anc other evidence regarding the acquisition(bid preparaticn)and performance Page 9 of �9 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID 2DF075C5-OF5E-4D54-8584-FA22031CA08B -....;.,�„ ..fr.����� ,. ���r. ar -�,,�,�pi.-,:,-4r�,. �L�.. ��° �i.�:� '.f`: !�i _... �.i. ,. .. � . . ..i... .���; ,. ...,... , �1�, .i , . .. ., . . ,.. � � ;�:.��;ment under this �gre�meni or for any ionger penod �equired by statuke or by other �,ses af this Agreemert. In addition: i� this Agreemen! is completely or p�rtia(ly terminated, the Contractor shail make ava�labie records reiaUnq ta the ��vork terminated until three (3) yea�s aiter any r�sulting fina! term,nation settlerr?ent; and f he Cantrac,tor shal!make avai�abie reeords reiating ta�ppeais or to itigatior or the se.rtiernent o�daims arising under or relating �o this Agreement until such appeals. ����,atiori, �r claims are f�naily resolved �ns in this secUon shali ap���y to ihe Contractor its officers, agents. employees. .;c;or•crractars and suppliers. The Contractor shail incorporate the provisions in;his section !subcontrar`s and ai1 other�greements executed by tt�e Contractor in connection w�th : :�erformance o�th,s Agreement. �,�nfng u� this section shail impair any independent right to the City to eo�duct aud�is�r �stigative activities The provis�ons of ihis section are neither intended nor shail they be �strued to�mpose any iiability on the C�ty by the Contraetor or th�rd parties .. -�erri Tca the�xtent that Contracter oravides la�or, supplies, or services under ihis Agreement. ,tractor sha�l compiy�vith Section 448.095,F!orida Statutes,"Empiaymert Eligibilit�,�"�;`E- � F� Statute"}, as may be amended from time to �ime. Pursuant to the E-Venfy Statute, ~Ymencing on January 1.2Q21,Ccantractor shall register with and use the E-Verify system � ;?rify the work authorization status of all newry hired employaes durirg the Term of the = : eemert. Addit�onally, Cantractor snall expressiy require any subcontractor performing ..�,�K or providing services pursuant to the Agreement to!ikewise utilize the U.S. Depar�ment -i�meland Security's E-Verify system ko ver�fy the empFoyment eligibi4ity of a!I new N!oyees hired by'.he subcontrac'or during the contract Term. If Contractor enters�n,a a c;�;tract with an approved subcontractor,the subcontractor must�rovide the Contractor with a`fic�avit stating that the subcontr�ctaP cloes not ernploy,c;cntr�Ct with,or subcontract w�th _.nauthorized alien Contraetor shal�maintain a copy of such affidavit for the duration of -:.4� subcontract or such other zxtended period as may be required under th�s Agreement. ��v�INATION RIGHTS. ` `�e City has a good faith belief that Cantractor has Rnowmgiy v�aiated Section : '�s 09(1). Flar�da Statutes,!he City shall!erminate this Agreement with Contractor ;ause,and the Gity shaii t�ereafter have or owe no further obiigation or liability!o r�traCtor r :he Gity has a good faith beiief that a subcontractor has knowingly v�olated the ��;oi;•g Subsection 20tA}, but the Cont*actor other,vise compl�ed with such ���:=seciion, the City wiil promptly notify the Contractor and order the Contraetor to lediately !erminate the�n*rac,t with the subcontractor. Contractor's failure ±o ,�inate a subcontractor shail be an evenE of defauit under this Agreement, �� ��rling City to terrn�t�at�this Ar,r�ement for cause ^ c* i- I�2� 1 1 �� ( ,l� ic �l�^;« 1 � , �r� ._. a`�_� .t�.� .ha (�rn �+^Cj �'� �' oi.t,i��" _,I( . .� . . � -C� ;��. . . . _ i� . , . , _ . i�_ � ... � .... (.t - . Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-OF5E-4D54-8584-FA22031CA08B JacusiynErvelapelC OF3C.9AEF-C65t�-4tFA-4E43-A2EC59E7C339 (d) The City or Contractor or a subcon;ractor may file an action with the CircuiE or County Court ;o challeng�_, a :erminaEion �,nder the foregoing S�bsection(B)(1 j or ,B1(2) no !ater ?han 2Q calendar days after the date on which the contract �vas terminated. (5) If the Gity terminates the Agreement with Contractor under the foregoing Subsection (B}(1), Contractor may not be awar�ed a public contract for at least ' year after the date of termrnation of this Agreement. (6; Contractor is iiable for any additional costs incurred �y the City as a resuit of the termination of this Agreement �mder this Section 20. 21. Contractor's Compliance With Anti-Human Traffickinq Laws. Contractor agrees to compiy with Section 787.Q6: Flonda Statutes, as may be amended from time to time, and has executed khe Certif�cation of Compliance with Anti-Human 'rafficking Laws, as eequired by Section 787.06(13). Florida Statutes,a copy of which is attached hereto as Exhibit"C 22. Prohibition on Contractinq with an Individual or Entitv Which Has Performed Services for Compensation to a Candidate for City Elected Office. Contractor warranEs and represents that.within two(2}years prior to Ehe effective cate,Contractor has not received compensation for sen�ices pe�ormed for a candi�ate for City elecEeC office. as contemplated by the prohibitions anC exceptions of Section 2-379 of the City Code For the avoidance of doubt,the restnctions on co�trachng with the City pursuant to Section 2-379 of the Ci?y Code shall not apply to the followfng: (a? Any individual or entity that provides gooCs to a candidate for office. (b) Any individual or entity that provides services to a candidate for office if those same services are regularly performed �y the indiwdual or entity m the ordinary course of business for c!ients or customers other than candidates for office.This includes,without limitation,banks; telephone or internet service providers. printing companfes, event venues, restaurants, caterers trarsportat�on providers. and office supply vendors. (c} Any individual or ent�ty which per�orms licensed professional services �,including for examole. legai or accounting services�. 23. Waiver of Breach_ A party�s fa�,lure Ic enfor�;e an� prov�sion o*!h�s Agreement shall not be deemed a wa�ver of such provision or modification of this Agreement A party's waiver of any breacn of a provis�on of th;s Agreement shall not be deemed a waiver of any subsaquent breach and shall not oe construed to b� a modificaEion of the terms of tnis Agreement. 24. Severance. In the event this Agreement or a portion of this Agreement is fo��nd by a court of competent jurisdiction to be invalid,the remaining prov�sions shali co�itin�e�o be effective onless�ity elects to terminate this Agreement � 25. Joint Preparation. The parties nereto acknowledge that they have sougn!ana received whatever competent advice and counsel as was necessary for them to`orm a fulf and complete understanding of a!I nghts and Page 11 of 19 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-OF5E-4D54-8584-FA22031CA086 ^ocusiyr=nvelopelD �F3�AAEF-C65R.a?�A-AE43-A?E�55F�CA39 obligations herein and that;he preparation of this Agreement has been a joint effo�t of the parties ?he language has been agreed to by parties ro express their mutual intent and the resulting document shall not,solely as a matter of judicial construction, be construed more severely agamst one of the parties than the other. 26. Mutual cooperation. Contractor recogni2es that the performance of this Agreement s essential to me provision or vita� public services and the ac.compiishment of the stated goals and misslon of the City Therefore the Contractor shall be responsible to maintain a cooperative and good faith attitude in all relations�roith the City and shali actively foster a public imaga of mutual benefit ro both parties The Contractor shall not make an� statements or take any acUons detrimentai to this effort. 27. Entire Aqreement. This writmg and any exh�bits and;'or attachments mcorporated (andr'or otherwise referenced far incorporation herein�embody the entire agreement and understanding betvveen the parties hereto and there are no other agreemencs and understand�ngs,oral or wntten,with reference to the sub�ect matter hereof that are not merged herem and superseded hereby. [Signature Page to Follow] Pag2 12 of 19 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747DSF4C21 Dacusign Envelope ID:2DF075C5-OF5E-4D54-8584-FA22031CA088 �cri;sigr_,.,velope ID OEdC'?4F�-C65?-�'���E43-.42EC59E%C93� IN WITNESS WHEREOF,the par?ies hereto have caused these presents to be executed by the respecUve oKicials ;hereunto duly a�.thorized. th�s date and year first above writter. FOR CIT`, C��-�� ��::�r� +�!���1tiil BEACH_ FLORIDn AT rES? . � ;,♦ __. _-_ R�,a�„ E_ <;r:���..a��c C�'.y `��ierk r r c T Ca�pent� . F' E . City�Manager ,,,.......,,,,,�� Date� =�\�t B�C�'.',, � —� 4 2025 _ .. __ __ � _ . . �� ��a = '.INiO�'�ORATED:' � % :^��` ,��'•• ..�_ FOR GONTRAGTOR. APRIL i�tAC-k '���''•••..`�y.� _ �,,�QCH..2v`'�_; 'NITNESS. OowSipned by. Dx�S�gned by�. ,�aC�tt- �,�i`�C %��v� �� f`�'l,�'k _� - . �----- -- ----- --- Siy��ature._ ...._.. Jackie Ciark APRIL MACK -------- ------- ------- ----- Print Name Print Vame UBte 9����2025� �0 17 AM EDT Senioi•Program C:oc�rdinator ApF„nv�;�1� s'�pproved as to form & language & r execution DocuSigned by: C�a �� ' ssssocsascsnaea ,/f���M.,�_ . __.���i4��` �i �,;� '_ : _ _ . . �.i+,y Atto�n�y - Da[e [DocuSigned by: � `r�c,�. 19�f-e Sh,w��t 92Q�4A610EE1463 l� 'Ir.P, �� �?i���L;r.i r � . _, ' -5�, ":.:j-', CSiqned by. �a. ��t�,� - -- Hi,.(1'la(�E"AIIAFJ0043C� C�SOu(C2S Page 13 of 19 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-OFSE�D54-8584-FA22031CAQ86 �c,cusign E�velope!� ;rg�'�„EF-,558-4i=.�AEai-A2EC�9E?CR39 Exhibit A Description of Services Gontractor shall advise the City of any challenges to Service delivery, including but not limited to !anguage �arr:ers, capacity iss�.es. client concerns, staff concerns, and scheduling challenges, immediately. --��''�'��'"��Sha�' "(�`�;irr fh@ fQliC�,y,,.�C ;'i.�S ��i Y7U?r: ;��(0118d �l"1r���i`�f^i��Ila±"���88G" 4�i�IBfS - ,.r� -': • � • • • Sr1h00� ,� ��'�CIF;�7f1 �lrli; a+t�r';f���i :�•, !hP f<)I!.� ; 1C�(i 'T �, ,!:i JC.-'Cli(`li)/ �@ilf:�BQ • ;illi�Sfit;Ci%O!?�7 51�(i�'�7 �Jy �,�Illl���,iJ� Monitoring Provisi�n of the follow�ng • Surveillance and Mon�tonng: Sec�riry monitors are responsible for patrolling the program premises and keep ng an eye on studer.t ac.iwties to�dentify any suspicious behav�or • Access Cantrol: They may control access to the school building ensurmg that only authorized individuals enter the premises. • Emergency Response Security monitors respond qu�ckly to emergenc�es such as fires. lockdowns or medica� incidents. • Conflict Resolu'.ion�Adoressing conflicts among students o�staff. They may intervene in situations to prevent ar resolve d�sputes and report any mcidents to program admmistrators. Description of activities: Services musf be provided in accordance with the timellne below and response to c�ient needs._Shou/d the Contractor encounter a challenae in meefrnp the below stated Service del�verables within the required fime/rames the Contractor mav request an extension The approva�and d«ration of alI extensions are at the sole discretion of the Ciiv !f the Contractor is unable to sarisfy deliverables within the required timeframes the Citv reserves the rrqht to conduct said Services or assipn Services to an a/iernate vendor at ifs so/e discretiort. Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747DSF4C21 Docusign Envelope ID'2DFQ75C5-OFSE-4D54-8584-FA22031CA08B 'locus�gn=nvPlope ID�OFSCRAEF-G65f,-4�FA-:+F43-A2EG59E7�33S' Serviees shall be delivered as follows: �,v,_-., _ 4"', 2026 ��� -�,uriry Monitoring rool Yea 5 times per week - ��ooi Yea� 2 hours oer session + • � ^ool Year: 35 Weeks e - �,� nooi Year. 175 Total Sessions � schedutea session fa!!s or a no-school day(e.g., a holiday or 3� �tructor p(anning day), services can be rescheduled at the discretion ;xogram staN. ;nool Year. 35 weeks ;,,,,;,��,,;, , j.�tilus Middle School 'Scnedules are ;ubjec; to ;,hange based on changes to the Miami-Dade Counry Pubiic School's calendar and Ali Stars Program calendar. Shouid any schedule changes occur, the Contractor w�li be notifieC. Program staff�.vili make every effort to reschedule any canceled sessions�vi[hin the programming dates, September 8. 2025—June 4. 2026. Page 15 of 19 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Oacusign Envelape ID:2DF075C5-OFSE-4D54-8584-FA22031CA08B �ucusuy�Prv�lr,re IC���FHCBAEF=:nSB-a t`P-RFa3-A2E��59E"'8;9 Exhibit A Qescri�tion of Services Cont'd Contractor shall advise the City of any challenges to Service delivery, including but not limrted to language �arriers. �apacity issues, client concems. staff concerns, and scheduling challenges, imn,ediately ��t'�`tr?:'iG- �. Fl(l'�.' ,�4'I(:? if F. �.t I'�.J`NI"��,jr.l'Ji�r:S(G y�Ufr.v,f?fOlteCi 1(1 �fle Ci�/0`���13:11!RP:�[;!1 f\,I;f.3(5 �(0� �BiT,� • �. • � Summe� �,�mple�ion and execut�or ot �he `cl'c�ving do��:��,�.er`s 3ec�,riry Yeas�:3o 4 I�mesheet forrr, s�yrea �y Contractor Morntoring Provision oP the foAowing: • Surveiliance and Monitoring Security mo�iitors are respons�ble for oa�rolling the program premises and keeping an eye on stu�ent activities to identify any suspicious behavior • Access Control They may control access to the schooi building ensuring that only authorized individuals enter the premises. • Emergency Response: Sec�nty monitors respond quickly!o emergencies such as fires. lockdowns, or medical mcidents. • Conflict Resolution: Addressing conflicts among students or staff. They may intervene in situat�ons to prevent or resolve disputes and report any incidents to program adm�nistrators. Description of activities: Services musf be provided rn accordance with the fime(ine betow and response to client needs. Shou/d the Contractor encounter a challenqe in meetinq the be/ow stated Service deliverables within the required fimeframes, the Gontractar may request an extension. The aAprova!and duration of al/eztensions are ai the sole discretion of the Citv. If the Confractor is unable to safisfv deliverables within the required timeframes the City reserves the ri_qht to conduct said Services or assiqn Services to an altemate vendor at its sole discretion. Page 16 of 19 Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusig�Envelope ID 2DF075C5-OFSE-4D54-8584-FA22031CA086 �ocusig�Emielope ID OFdi,BAFF�C65&�4'Ga.A_43-A<FC59F'('33�i Service Deliverables �ervices must be delivered as follows: Jurie , �,, , ,;�._ � ?026 = �cunty Moritoring :���mer. 4 times per week �rnmer 8 hou�s per session + mmer: 9 Weeks � � : �mmer 3fi Total Sessions t scneduied session iall;on a no-school day(e.g., a holyday or - �:�uctor planniny dayl serrices can be rescheduled at the discretion ,�rog�am stafl. _�ummer. 9 weeks �• Nautilus Middle School 'Sched�_,ies -� e �,.n�ecr. r.o change based on changes to the Miami-Dade County Public School's cafendar and All S?ars Program calendar Shou�d any schedule changes occur the Contractor wfN be notified. Program staff will make every effort to reschedule any canceled sessions within the programming dates. June 8, 2026-August 7 2026 Page 17 of 19 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747DSF4C21 Docusign Enveiope ID:2DF075C5-OF5E-4D54-8584-FA22031CA086 Docusign Envelope iD OFRCSAFF-C658-<tFA-AE43-a2EC59F7�839 Exhibit B Fee 4.1 In consideration of the Services to be provided. Consultant shall be compensated on a fixed :`ee basis, in the amount of Twenty Doilars ($20.Oo) per hour, for a total contract amount not to exceed Twelve Thousand Seven Hundred and Sixty Dollars($12J60.00j. 4.2 Contractor shall be compensated for the Services set forth in Section 2 and Exhibit'A'as follows From Septemoer 8, 2025 - June 4, 2C26 -� Provision of a two(2)hour service, five(5)times perweek for thirty-five(35)weeks during the school year at a rate not io exceed Twenty Dollars($2G QC)per hour for a total cost not to exceed Seven Thousand Doliers($7,0OO.OQ). 2 hours x$20 per hour x 5 per week x 35 weeks = $7,OOG From June 8, 2026 -August 7. 2026 � Provision of an eight(8)ho�r ser�ice, four(4;times per weeK for nine(9i weeks during the school year at a rate not to exceed Twenry Gollars($20.00)per nour, for a totaf cost not to exceed Five thousand Seven Hundred and Sixty Dollars($5.760 00). 8 hours x $20 per hour x 4 per week x 9 weeks = $5,760 4.3 Contractor's campensation shall be further sub�ect to and conditioned upon all or any portion of the Services to be prov!ded herein being al(owable and within the Scope of Services delineated in Exhibit"A". ' Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747DSF4C21 Docusign Envelope ID 20F075C5-OFSE-4D54-8584-FA22031CA088 ot_�,;sinr-.�,-. - _, ,�ti� .",E;- _. ;h-a'f?Ar4 -.__. =9F-�83�� :`..�(i�iC)i" `.. ;_ _���� i ra`fickinq Affidavit �� �-������ ��'�� �-�=��•�� �� , .- „ . �-��� ��� ;'� �,�. Florida Statutes,the undersigned,on behalf of Contractor areay aa�st, .�naer ;��r�alty o� �erjury that Contractor does not use coercion for labor or services �s defined in Section 787.06. Florida Statutes, entitleh 'Human Traff�ckiny" �nderstand that 1 am swearing or affirming under oath to the truthfulness of the clanns made in this af�idavi! and that th� punishment for knowmgly making a false statement inciudes fines andror mprisonment. I he unders�gned �s authorized to execute this affidavit on behalf of Contractor GONTRACTQR: oo��s9��q, ) APRIL�'�1ACK ��'�� r� �ti�� 30�0 N��' S5 Street '.�Iiami FL,3314? �-� ����,.��,- — -- {Address} State of F+�,-,���� County of M�,Q,,.,', _ per.te The foregoing instrument was acknowledged before me by means of� physical presence or�� online notarization, this �1 day of �.� �,; 2025 by APRIL Iv1ACK,known te me -�-�--r'-�---• to be ihe person desc�ibed herein, or who producea Dr',rc�'S �_� c•�c z as identification, and who dididid not take an oatt�. NOTARY PUBLIC: �' - —� atu e — _. :.. . .-��:'r��, NELSONMlWUELMARTINE2 '• �, MY COMMISSION 8 HH 42Q155 ;�., :�: ��.S,i.,`_---Mctc},_.rl.-- '=f�,c_��, EXPtRES'July 11,2027 (Print Nai7�e} My commiss�on expires _��,� � 2��� Docusign E�velope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 AM April Mack Q Fort Lauderdale, FL 33311 �; 9546818464 � Apriimack34@gmail.com PROFESSIONAL To seek and maintain fuli-time position that offers professional challenges utilizing SUMMARY interpersonal skills, excellent time management and problem-solving skills. Diligent Security professional with f�.„��; ��r years of experience monitoring facility staff and visitors to maintain order and safety. Demonstrated to learn new procedures and policies using defensive tactics within strict guidelines. Leverages excellent listening and service skills in emergency response and evaluation procedures. Safety-conscious security team member with excellent communication skills and eye for detail. Physically dexterous to monitor premises through advanced security cameras. Skilled at handling and resoiving confiicts professionally. Experienced Security Monitor with quick instincts. Actively monitor surroundings and guards physical, monetary and personnel assets. Establishes policies and action plans to guarantee success and optimal team performance. Solid history training team members on standard protocol when patro�ling large crowds. SKILLS • Stationary Surveillance • Emergency Management • Emergency Response • Electronic Surveillance WORK HISTORY SECURITY OFFICER 02/2002 to CURRENT Miami Dade Public Schools � 1450 NE 2ave • Greeted guests professionally and courteously to cultivate welcoming atmosphere while making safety top priority. • Conducted regular patrols of key areas to spot and control security concerns. • Wrote detailed reports on property damage, theft, presence of unauthorized persons and unusual incidences. • Checked identification of persons entering and exiting facility to eliminate unauthorized visitors. • Acted quickly during emergency situations to reduce opportunity for damage and injury. • Reported suspicious activities and persons to law enforcement. • Checked and verified photo identification prior to granting facility access. • Oversaw daily monitoring and patrolled buildings, grounds, and work sites. • Screened individuals and prevented passage of prohibited articles into restricted areas. • Responded quickly to emergency situations to assess and deflect issues. • Responded quickly to incidents and assessed active situations for security Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 concerns. I� • Completed full building and grounds patrols to spot and investigate ; concerns. EDUCATION Miami Jackson Senior High School, Miami, FL 06/1998 Docusign Envelope ID:3D9EOB7A-05CA-4355-89D5-DE747D8F4C21 Docusign Envelope ID:2DF075C5-OF5E-4D,4-8584-FA22031CA086 MIAMI BEACH . � � i . � _ Y --,-- -_.�______._�____ �. � 2614-1090 Independent Contractor Agreementfor Security fvlonitor for All-Stars summer programming _ � .;, April Mack Office of Housing&Community Services � Alba ,,<< . .:� ,�� �.._. Y , I -_�� . �,. _ .r_., .._ �. �: ..,. _ — - - __----- - - Tarre,Dept.Director � �!�n ��L Dawd Martinez,Assistant Oty Manager ;i.�.�"�� s a� , . . a, .. . ___._.—._._._—._.. ____._' Type 1-Contrac[,amendment,change order,or task order resulting from a procurement-issued competit�ve sc,!c tau:n. ; Type 2-Other mntract,amendment,change order,o�task order not resulting from a procurement-issued compeUtwe soliatation. x Type 3-Independent Contrac[or Agreement(iCA) Type 6-Tenant Agreement Type 4-Grant agreements with the City as the rec'pient Type 7-Inter-governmental agency agreement Type S-Grant agreements with the City as the grantor Type 8-Other: s,:^�� The City's All-Stars youth development program(fully funded by The Children's Trust)offers after-school programming for middle school youth at Nautilus Middle School during the school year and summer programming from lune 9 until August 11, 2025,and serves over 50 students in grades 6-8.To provide services at Nautllus Middle School,the Miami-Dade Public School system requires all affiliates to employ a security monitor for the duration of the program. The Office of Housing and Community Services has negotiated an Independent Contractor Agreementwith April Mack,a security monitor employed by Nautilus Middle School. Ms.Mack is currently providing monitoring services at the All-Stars after- school program.She is now being requested to provide surveillance and monitoring of the summer program premises while overseeing student activities to identify any suspicious behavior She will control access to the school building,ensuring that only authorized personnel enter.Additionally,she will be responsible for responding to emergency situations and alerting authorities if necessary. Staff reached out to the school principal to identify qualified personnel interested in offering summer services,and Ms.Mack was the only candidate who expressed interest The agreement is fully funded by the All Stars grant. _ _ . . ._ _—. ., ,. _.._ —.- ---_— __ __ 9/08/2025-8/7/29�52026 - ' N/A 9/08/2025-8/7/28�52026 , ` ----._ ._ _ ------ ,,. ,_._ _ __---^__-- __ _ Grant Funded: x Yes No State Federal Other: Children's Trust i � $12,760 � 143-0320-000312-23-405-542-00-00 00-50226 � ves � No 2 Yes No 3 Yes No 4 Yes No ( L For contracts longer than five years,contact the Procurement Department 2. Attach any supporting explanation needed. 3. iBudget approval indicates approval for the current fiscal year only.Future years are subject to City Commission approval of the annual adopted operating budget. '_ _ ___ - --___ __----------- ----------- City Commission Flpproved' x Yes No T Resolution No. CC Agenda Item No.. ' CC Meeting Date �1024 33234 -- — __._. _ __ ._ __. __. ___--- _. _.-- . —_ If no explain why CC approval is not required: Legal Form Approved: x Yes No If no,explain below why form approval is not necessary: -- ---------- - __ Procurement: N A Grants: °°°°s�9"°a°Y: � � � Krystal Dobbins �.� �eb i�,s � i ---- — - -- _--- 2 BA 1<Ft Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Dacusign Envelope ID 2DFQ75C5-0F5E-4D54-8584-FA22031CA088 Budget: � $ro��abY informationTechnology: N/A IAarti Ramsubhag � — Qav�; I'a+�s BID6fi05886JidqB Budget: I oo��s�o�.eny: Fleet&Facilities� N/A Tameka Otto Stewart �,,, � �e �� ------- ------------ _---------.I Human Resourcer. �a�� Other: r Marla Alpizar �""" � Atarta i2(��,�. 1. Every field must be completed if the requested information is not applicable,enter N/A. 2. It is advisaole to confimi the authority to sign,funding/account information,risk management compliance,and controlled purchases(IT or Fleet/Facilities)with the appropriate department prior to routing a document. 3. Attach all supporting documentation(e.g.,resolutions,commission memorandums,etc.)when routing. 4. When creating the workflow in DocuSign,in addition to the department head and applicable assistant/deputy city manager,make sure the individuals(or designees)indicated in the Required Compliance Approvals section below are included in the approval path, Note that complia�ce approvers must approve prior to the ACM. 5. The City Manager does not need to sign the coversheet. 6. If you have any questions,contact the Procurement Department. When routing documents for approval by the city manager, in addition to the department head and applicable city manager, make sure the following individuals (or designees)are included in the approval path depending on each contract type. Type 1 —Contract, amendment, or task order for the purchase of goods or services resulting from a competitive solicitation. • Chief Procurement Officer • Office of Management& Budget Director,plus"department assigned"Budget Analyst • Grants Management Division Director—if the purchase is grant-funded • Controiled purchases— " Facilities and Fleet Director—if the purchase involves a"facilities"or"vehicle"item o Information Technology Director—if the purchase invoives a technology item Type 2 —Other contract or amendment for the purchase of goods or services not resulting from a procurement issued competitive solicitation. • Chief Procurement Officer • Office of Management&Budget Director,plus"department assigned" Budget Analyst • Human Resources Senior Risk Officer • Grants Management Division Director—if the purchase is grant-funded • Controlled purchases— , Facilities and Fleet Director—if the purchase involves a"facilities"or"vehide"item Information Technology Director—it the purchase involves a technology item Type 3—Independent Contractor Agreements • Human Resources Director • Note:ICAs must include a resume of the individual selected. 7ype 4—Grant agreements when the City is the recipient • Grants Management Division Director Type 5—Grant agreements when the City is the grantor • As appropriate,depending on grant type Type 6—Tenant agreements • Facilities and Fleet Director Type 7—Inter-governmental agency agreement • Chief Financial Officer Docusign Envelope ID:3D9E067A-05CA-4355-89D5-DE747D8F4C21 Docusign Fnvelope ID 2DF075C5-OF5E-4D54-8584-FA22031CA086 Type 8—Other(e.g.,scholarships,utilities,educational initiatives,etc.) • Office of Management&Budget Director,plus"department assigned"Budget Analyst For any other type,contact the Procurement Department for assistance.