ICA between the CMB and Lorena Fabiola Larios Munoz Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4 LCj'2,j� 3'�j C� `� 5
INDEPENDENT CONTRACTOR AGREEMENT
This Agreement is entered into on this day of , 2025 between Lorena
Fabiola Larios Munoz ("Contractor"), and the City of Miami Beach, Florida (the "City"), with an
effective starting date of October 13, 2025, and an end date of December 27, 2025(the"Term").
1. Descriqtion of Services.
Contractor will provide the services described in Exhibit "A" hereto (the "Services").
Although Contractor may receive a schedule of the available hours to provide its Services, the
City shall not control nor have the right to control the hours of the Services performed by the
Contractor; where the Services are performed (although the City will provide Contractor with the
appropriate location to perform the Services); when the Services are performed, including how
many days a week the services are perFormed; how the Services are performed, or any other
aspect of the actual manner and means of accomplishing the Services provided. Notwithstanding
the foregoing, all Services provided by the Contractor shall be in accordance with the terms and
conditions set forth in Exhibit "A" hereto and to the reasonable satisfaction of the City Manager.
If there are any questions regarding the Services to be performed, Contractor should contact the
following person:
Danielle Bender
Cultural Affairs Manager
1755 Meridian Avenue, 5th Floor
Miami Beach, FL 33139
DanielleBender@miamibeachfl.gov or(305) 673-7577 x26256
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 USD 10,000.00 (the "Fee"), which shall be paid as
described in Exhibit"B" hereto.
The Contractor shall issue invoices to the City pursuant to the mutual agreement of the parties
and pursuant to the Fee Schedule set forth in Exhibit "B" hereto, upon receipt of an acceptable
and approved invoice. The City shall remit payment to the Contractor within 45 days of receiving
an acceptable and approved invoice from the Contractor for that portion (or those portions)of the
Services satisfactorily rendered (and referred to in the particular invoice).
Invoices shall include a detailed description of that portion (or those portions) of the Services
provided, and shall be submitted to the City at the following address:
Danielle Bender
Cultural Affairs Manager
1755 Meridian Avenue, 5"' Floor
Miami Beach, FL 33139
DanielleBender@miamibeachfl.gov
3. Termination.
This Agreement may be terminated by either party, with or without cause, by giving written notice
to the other party of such termination, which shall become effective upon fourteen (14) days
Docusign Envelope ID:CC5D7353-5AED-4E46-SF7D-606DC2CA92F4
following receipt by the other party of the written terminatian notice. Notwithstanding the
foregoing, in the event of a public health, welfare or safety concern, as determined by the City
Manager, in the City Manager's sole discretion, the City Manager, pursuant to a verbal or written
notification to Contractor, may immediately suspend the Services under this Agreement for a time
certain, or in the alternative, terminate this Agreement on a given date. In the event of termination
pursuant to this section, the Contractor shall be paid a sum equal to all payments due to him/her
up to the date of termination; provided Contractor is continuing to satisfactorily perform all
Services up to the date of termination. Thereafter, the City shall be fully discharged from any
further liabilities, duties, and terms arising out of, or by virtue of, this Agreement.
4. IndemnificationlHold Harmless/Insurance.
Contractor agrees to indemnify, defend, and hold harmless the City of Miami Beach and its
officers, employees and agents, from and against any and all actions(whether at law or in equity),
claims, liabilities, losses and expenses including, but not limited to, attorney's fees and costs, for
personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in
equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other
wrongful conduct of Contractor, and/or any and all subcontractors, employees, agents, or any
other person or entity acting under Contractor's control, in connection with the Contractor's
performance of the services pursuant to this Agreement. To that extent, Contractor shall pay al!
such claims and losses and shall pay all costs and judgments, which may arise from any lawsuit
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 Contractor expressly
understands and agrees that any insurance protection required by this Agreement or otherwise
provided by the Contractor shall in no way limit the Contractor's responsibility to indemnify, keep
and save harmless and defend the City or its officers, empioyees, agents and instrumentalities
as herein provided.
The parties agree that one percent(1%)of the total compensation to Contractor for performance
of the Services under this Agreement is the specific consideration from the City to Contractor for
the Cantractor's agreement to indemnify and hold the City harmless, as provided herein.
Contractor and the City hereby agree and acknowledge that this indemnity provision is intended
to and shall survive the termination (or earlier expiration) of this Agreement.
Contractor shall provide proof of insurance coverage upon written request from the City, provided
such request is made prior to the installation date. Any insurance for which proof is requested
must be in types and amounts reasonably sufficient to cover Contractor's(or any subcontractor's)
exposure under this Agreement.
If requested, the insurance must name the City as an additional insured and be primary and non-
contributory to any insurance maintained by the City (excluding workers' compensation and
professional liability). Policies must be issued by insurers authorized to do business in the State
of Florida and reasonably acceptable to the City.
5. Limitation of Liability.
The City desires to enter into this Agreement only if in so doing the City can place a limit on City's
liability for any cause of action for money damages due to an alleged breach by the City of this
Agreement, so that its liability for any such breach never exceeds the sum of the
compensation/fee to be paid to Contractor pursuant to this Agreement, less any amounts actually
paid by the Gity as of the date of the alleged breach. Contractor hereby expresses his/her
Page 2 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
willingness to enter into this Agreement with Contractor's recovery from the City for any damage
action for breach of contract to be limited to a maximum amount equal to the compensation/fee
to be paid to Contractor pursuant to this Agreement, less any amounts actually paid by the City
as of the date of the alleged breach.
Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor
hereby agrees that the City shall not be liable to Contractor for damages in the amount in excess
of the compensation/fee to be paid to Contractor pursuant to this Agreement, less any amounts
actualiy paid by the City as of the date of the alleged breach, for any action or claim for breach of
contract arising out of the performance or non-performance of any obligations imposed upon the
City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon City's liability as set forth in Section 768.28, Florida Statutes.
6. Notices.
All notices and communications in writing required or permitted hereunder may be delivered
personally to the representatives of the Contractor and the City listed below or may be mailed
by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized
overnight delivery service.
Until changed by notice in writing, all such notices and communications shall be addressed as
follows:
CONTRACTOR: Lorena Fabiola Larios Munoz
1500 Bay Rd,
Apt. S-572, South Tower
Miami Beach, FL, 33139
fabiolalariosm@gmail.com
(561) 562-1373
CITY: Lissette Garcia Arrogante
City of Miami Beach
Department of Tourism & Culture
1700 Convention Center Drive
Miami Beach, FL 33139
(305) 673-7577
Notice shall be deemed given on the date of an acknowledged receipt, and, in all other cases, on
the date of receipt or refusal.
7. Venue.
This Agreement shall be governed by, and construed in accordance with, the laws of the State of
Florida, both substantive and remedial, without regard to principles of conflict of laws. The
exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County,
Florida, if in state court,and the U.S. District Court, Southern District of Florida, if in federal court.
BY ENTERING INTO THIS AGREEMENT, CITY AND CONTRACTOR EXPRESS�Y WAIVE ANY
RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION
RELATED TO, OR ARISING OUT OF, THIS AGREEMENT.
Page 3 of 16
Docusign Envelope ID:CC5D7353-SAED-4E46-8F7D-606DC2CA92F4
8. Dutv of Care/Compliance with Applicable Laws/Conflict of Interest.
With respect to the performance of the Services contemplated herein, Contractor shall exercise
that degree of skill, care, efficiency, and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of comparable services.
In its performance of the Services, Contractor shall comply with all applicable laws, ordinances,
and regulations af the City, Miami-Dade County, the State of Florida, and the federal
government. Without limiting the foregoing, Contractor herein agrees to adhere to and be
governed by all applicable Miami-Dade 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 amended from time to time,
both of which are incorporated herein by referenced, as if fully set forth herein. Contractor shall
comply with all applicable state and federal laws and City policies and procedures governing
the use and/or safe-keeping of confldentiai, highly sensitive, andlor personal{y identifiable or
protected health information (as may be defined by state or federal law), including but not limited
to the City's Administrative Order No. IT.01.Q1 — Artificial Inteliigence (AI) Usage, as may be
amended from time to time.
Contractor covenants that it presentiy 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 further covenants that in the performance of Services under this Agreement, no
person having any such interest shall knowingiy be employed by the Contractor.
Notwithstanding the foregoing, Contractor shali be able to provide similar services to other third
parties as long as they do not conflict with the Services to be provided hereunder.
9. No Discrimination.
In connection with the performance of the Services, the Contractor shall not exclude from
participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race,
color, national origin, sex, age, disability, religion, income or family status.
Additionally, Contractor shall comply with City of Miami Beach Human Rights Ordinance,
codified in Chapter 62 of the Gity Code, as may be amended from time to time, prohibiting
discrimination in employment (including independent contractors), housing, public
accommodations, public services, and in connection with iis membership or policies because of
actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity,
sexual orientation, marital and familial status, age, disability, ancestry, height, weight, hair
texture and/or hairstyle, domestic partner status, labor organization membership, familial
situation, and political affiliation.
10. Florida Public Records Law.
(A) Contractor shall comply with Florida Public Records law under Chapter 119, Florida
Statutes, as may be amended from time to time.
(B} The term "public records" shall have the meaning set forth in Section 119.011(12), which
means all documents, papers, letters, maps, books, tapes, photographs, films, sound
recordings, data processing software, or other material, regardless of the physical form,
Page 4 of 16
Docusign Envelope ID:CC5D7353-SAED-4E46-8F7D-606DC2CA92F4
characteristics, or means of transmission, made or received pursuant to law or ordinance
or in connection with the transaction of official business of the City.
(C) Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition
of"Contractor" as defined in Section 119.07Q1(1)(a), the Gontractor shall:
(1) Keep and maintain public records required by the City to perform the service;
(2} Upon request from the City's custodian of public records, provide the Gity with a
copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes or as otherwise provided by law;
(3} Ensure that public records that are exempt or confidentia! and exempt from public
records disclosure requirements are not disclosed, except as authorized by law,
for the duration of the contract term and following completion of the Agreement if
the Contractor does not transfer the records to the City;
(4) Upon completion of the Agreement, transfer, at no cost to the City, all public
records in possession of the Contractor or keep and maintain public records
required by the Gity to perform the service. If the Contractor transfers all public
records to the City upon completion of the Agreement, the Contractor shall destroy
any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Contractor keeps and maintains public
records upon completion of the Agreement,the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be
provided to the Gity, upon request from the City's custodian of public records, in a
format that is compatible with the information technology systems of the City.
(D) REQUEST FOR RECORDS; NONCQMPLIANCE.
(1) A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City. If the City does not possess the
requested records, the City shall immediately notify the Contractor of the request,
and the Contractor must provide the records to the City or allow the records to be
inspected or copied within a reasonable time.
(2) Contractor's failure to comply with the City's request for records shall constitute a
breach of the Agreement, and the City, at its sole discretion, may: (1) unilaterally
terminate the Agreement; (2� avail itself of the remedies set forth under the
Agreement; and/or(3)avail itself of any available remedies at law or in equity.
(3j A Contractor who fails to provide the public records to the City within a reasonable
time may be subject to penalties under s. 119.10.
(E) CIVIL ACTIDN.
(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 shall assess and award against
the Contractor the reasonable costs of enforcement, including reasonable
attorney's fees, if:
(a) The court deterrnines that the Contractor unlawfully refused to comply with
the public records request within a reasonable time; and
(b) At least eight (8} business days before filing the action, the plaintiff provided
written notice of the public records request, including a statement that the
Contractor has not complied with the request, to the City and to the Contractor.
(2) A notice complies with subparagraph (1)(b} if it is sent to the City's custodian of
public records and to the Contractor at the Contractor's address listed on its
Page 5 of 16
Docusign Envelope ID:CC5D7353-SAED-4E46-8F7D-606DC2CA92F4
contract with the City or to the Contractor's registered agent. Such notices must
be sent by common carrier delivery service or by registered, Global Express
Guaranteed, or certified mail,with postage or shipping paid by the sender and with
evidence of delivery, which may be in an electronic format.
(3) A Contractor who complies with a public records request within eight(8) business
days after the notice is sent is not liable for the reasonable costs af enforcement.
(F) IF THE CC?NTRACTQR 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 RECORDS 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
11. Ownership of Dacuments/Patents and Copyriqhts.
Any and all documents prepared by Contractor pursuant to this Agreement are related exclusively
to the Services described herein shall be deemed to be a "work made for hire" and are intended
or represented for ownership by the City. Any re-use distribution, or dissemination of same by
Contractor, other than to the City, shall first be approved in writing by the City Manager, which
approval, if granted at all, shall be at the City Manager's sole and absolute discretion.
Any patentable and/or copyrightable result arising out of this Agreement, as well 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 shall be the subject of any appfication for patent or copyright by or on behalf of the
Contractor(or its employees or sub-contractors, (if any) without the prior written consent of the
City Manager, which consent, if given at all, shall be at the Manager's sole and absolute
discretion.
12. Liabilitv for Rent. Suppiies, Equipment, Etc.
Contractor shall provide al! funds necessary to pay al! debts, disbursements, and expenses
incurred in connection with its performance of the Services hereunder and shall not be entitled
to any reimbursement from the City unless otherwise agreed to by the City. It will also provide
all supplies and equipment necessary ta provide such Services. If Contractor uses any of the
City's facilities, supplies, or equipment to furnish the Services hereunder, Contractor shall pay
the City (or such amount shall be deducted from the Fee set forth in Section 2) an amount as
mutual{y agreed by the parties.
Page 6 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-SF7D-606DC2CA92F4
13. Liabilitv for Sub-cantractors.
Contractor shall be liable for its Services, responsibilities and liabilities under this Agreement
and the costs, services, responsibilities, and liabilities of any sub-contractors (if any), and any
other person 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/or any other person or entity acting under the direction
or control of Contractor (if any). All sub-contractors (if any) must be disclosed in writing to the
City prior to their engagement by Gontractor.
14. Independent Contractor/No Joint Venture.
THIS AGREEMENT SHALL NOT CONSTITUTE OR MAKE THE PARTIES A PARTNERSHIP
OR JOINT VENTURE. FOR THE PURPOSES OF THIS AGREEMENT, THE 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 PENSI�N ORDINANGE OF THE CITY, OR ANY RIGHT GENERALLY
AFFURDED CLASSIFIED OR UNCLASSIFIED EMPLOYEES INCLUDING ANNUAL AND
SICK DAYACCRUAL. FURTHER, THE CONTRACTOR SHALL NOT BE DEEMED ENTITLED
TO FLORIDA WORKER'S COMPENSATION BENEFITS AS AN EMPLC?YEE UF THE CITY OR
ACCUMULATION OF SICK OR ANNUAL LEAVE.
The Contractor shall be the sole party responsible for any and all employment taxes,
unemployment compensation taxes or insurance, social security taxes, or other taxes, insurance
payments, or otherwise whether levied by any country or any political subdivision thereof. The
Contractor shall not, in any way, be considered to be, or be deemed to be, an employee of the
City through the Services performed in this Agreement (e.g., including, but not limited to, for
purposes of the Federal Insurance Contribution Act, the Social Security Act, the Federal
Unemployment Tax Act, the provisions of the Internal Revenue Code, any state revenue and
taxation code relating to income tax withholding at the source of income, the Workers'
Compensation Insurance Code and other benefit payments and third party liability claims), and
the Contractor shall indemnify and hold the City harmless from all costs, loss, damages or
expenses (including but not limited to taxes, accounting fees, caurt costs, and attorney's fees at
all levels of litigation) in the event of any determination to the contrary by any court of competent
jurisdiction or governmental authority. The Contractor recognizes and understands that it will
receive an Internal Revenue Service Form 1099 statement and related tax statements and will be
required to file corporate and/or individual tax returns and to pay taxes in accordance with all
provisions of applicable Federal and state law. The Contractor hereby promises and agrees to
indemnify the City for any damages or expenses, including attorney's fees, and legal expenses,
incurred by the City as a result of the Contractor's failure to make such required payments.
Except as otherwise expressly provided in the Agreement, the Contractor shall in no way hold
itself out as an employee, dependent agent, or other servant of the City, its employees or other
agents, or as other than a free agent with respect to the City. The Contractor is not granted, shall
not have, and acknowledges the absence of any right or authority to assume or create any
obligatians or responsibility, express or implied, on behalf of or in the name of the City or to bind
the latter in any matter or thing whatsoever.
15. Intentionallv omitted.
Page 7 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
16. Force Maieure.
(A) 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 control of such party unable to perform the obligation, and (iii) is not due to an
intentional act, error, omission, ar negligence of such party, and (iv) could not have
reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event. Subject to the foregoing criteria, Force Majeure may include
events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism,
sabotage, explosions, embargo restrictions, quarantine restrictions, transportation
accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God
which prevent performance. Force Majeure shall not include technological impossibility,
inclement weather, or failure to secure any of the required permits pursuant to the
Agreement.
(B) If the City or Contractor's performance of its contractual obligations is prevented or
delayed by an event believed by to be Force Majeure, such party shall immediately, upon
fearning of the occurrence of the event or of the commencement of any such delay, but in
any case within fifteen (15) business days thereof, provide notice: (i)of the occurrence of
event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the
anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v)of
what course of action such party plans to take in order to mitigate the detrimental effects
of the event. The timely delivery of the notice of the occurrence of a Force Majeure event
is a condition precedent to allowance of any relief pursuant to this section; however,
receipt of such notice shall not constitute acceptance that the event claimed to be a Force
Majeure event is in fact Force Majeure, and the burden af proof of the occurrence of a
Force Majeure event shall be on the requesting party.
(C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement
during a period when such party is rendered unable, in whole or in part, by Force Majeure
to carry out such obligations. The suspension of any of the obligations under this
Agreement due to a Force Majeure event shall be of no greater scope and no longer
duration than is required. The party shall use its reasonable best efforts to continue to
perform its obligations hereunder to the extent such obligations are not affected or are
only partially affected by the Force Majeure event, and to correct or cure the event or
condition excusing performance and otherwise to remedy its inability to perform to the
extent its inability to perform is the direct result of the Force Majeure event with all
reasonable dispatch.
(D) Obligations pursuant to the Agreement that arose before the occurrence of a Force
Majeure event, causing the suspensfon of performance, shall not be excused as a result
of such occurrence unless such occurrence makes such performance not reasonably
possible. The obligation to pay money in a timely manner for obligations and liabilities
which matured prior to the occurrence of a Force Majeure event shall not be subject to the
Force Majeure provisions.
(E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure
occurrence, the Gity may, at the sole discretion of the City Manager, suspend the City's
payment obligations under the Agreement, and may take such action without regard to the
notice requirements herein. Additionally, in the event that an event of Force Majeure
delays a party's performance under the Agreement for a time period greater than thirty
Page 8 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
(3Q) days, the Gity may, at the sole discretion of the City Manager, terminate the
Agreement on a given date, by giving written notice to Contractor of such termination. If
the Agreement is terminated pursuant to this section, Contractor shall be paid for any
Services satisfactorily performed up to the date of termination; following which the City
shall be discharged from any and all liabilities, duties, and terms arising out of,or by virtue
of, this Agreement. In no event will any condition of Force Majeure extend this Agreement
beyond its stated Term.
17. Assianment.
Contractor shall not assign afl or any portion of this Agreement without the prior written consent
of the City Manager, and it is agreed that said consent must be sought in writing by Contractor
not less than sixty(60) days prior to the date of any proposed assignment.
18. Audit and Insaection Records.
Contractor shall permit the authorized representatives of the City to inspect and audit all data and
records of the Contractor, if any, relating to performance under this Agreement until the expiration
of three years after final payment under this Agreement.
Contractor further agrees to include in all his/her subcontracts hereunder a provision to the effect
that the sub-contractar agrees that the City or any of their duly authorized representatives shall,
until the expiration of three years after final payment to the sub-contractor, have access to and
the right to examine any directly pertinent books, documents, papers and records of such sub-
contractor, involving transactions related to the sub-contractor.
19. Inspector General Audit Riqhts.
(A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established
the Office of the Inspector General which may,on a random basis, perform reviews,audits,
inspections, and investigations on all Gity contracts, throughout the duration of said
cantracts. This random audit is separate and distinct from any other audit performed by
or on behalf of the City.
(B) The Office of the Inspector General is authorized to investigate Gity affairs and
empowered to review past, present, and proposed City programs, accounts, records,
contracts and transactions. In addition, the Inspector General has the power to subpoena
witnesses, administer oaths, require the production of witnesses and monitor City projects
and programs. Monitoring of an existing City project o� program may include a report
concerning whether the project is on time, within budget and in conformance with the
contract documents and applicable law. The Inspector General shall have the power to
audit, investigate, monitor, oversee, inspect and review operations,activities, performance
and procurement process including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the Contractor, its officers, 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 af the City Code, the City
is allocating a percentage of its overall annual contract expenditures to fund the activities
and operations of the Office of Inspector General.
Page 9 of 16
Docusign Envelope ID:CC5D7353-SAED-4E46-8F7D-606DC2CA92F4
(C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all
requested records and documents available to the �nspector General for inspection and
copying. The Inspector General is empowered to retain the services of independent
private sector auditors to audit, investigate, monitor, oversee, inspect and review
operations activities, performance and procurement process including but not limited to
project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its
officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
(D) The Inspector General shall have the right to inspect and copy all documents and records
in the Contractor's possession, custody or control which in the Inspector General's sole
judgment, pertain to performance of the contract, including, but not limited to original
estimate files, change order estimate files, worksheets, proposals and agreements from
and with successful subcontractors and suppliers, all project-related correspondence,
memoranda, instructions, financial documents, construction documents, (bid/proposal)
and contract documents, back-change documents, all documents and records which
involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends
received, payroll and personnel records and supporting documentation for the aforesaid
documents and records.
(E) The Contractor shall make available at its office at afl reasonable times the records,
materials, and other evidence regarding the acquisition (bid preparation)and performance
of this Agreement, for examination, audit, or reproduction, until three (3) years after final
payment under this Agreement or for any longer period required by statute or by other
clauses of this Agreement. In addition:
(1) If this Agreement is completely or partially terminated, the Contractor shall make
available records relating to the work terminated until three (3) years after any
resulting final termination settlement; and
(2) The Contractor shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals, litigation, or claims are finally resolved.
(F) The provisions in this section shall apply to the Contractor, its officers, agents, employees,
subcontractors, and suppliers. The Contractor shall incorporate the provisions in this
section in all subcontracts and afl other agreements executed by the Contractor in
connection with the performance of this Agreement.
(G) Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities. The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Contractor or third parties.
20. E-Verify
(A) To the extent that Contractor provides labor, supplies, or services under this Agreement,
Contractor shall comply with Section 448.095, Florida Statutes, "Employment Eligibifity"
Page 10 of 16
Docusign Envelope ID:CC5D7353-SAED-4E46-8F7D-606DC2CA92F4
("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify
Statute, commencing on January 1, 2021, Contractor shall register with and use the E-
Verify system to verify the work authorization status of all newly hired employees during
the Term of the Agreement. Additionaliy, Contractor shall expressly require any
subcontractor performing work or providing services pursuant to the Agreement to likewise
utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of ali new employees hired by the subcontractor during the contract
Term. If Contractor enters into a contract with an approved subcontractor, the
subcontractor must provide the Contractor with an affidavit stating that the subcontractor
does not empioy, contract with, or subcontract with an unauthorized alien. Contractor
shall maintain a copy of such affidavit for the duration of the subcontract or such other
extended period as may be required under this Agreement.
(B) TERMINATI�N RIGHTS.
(1) If the City has a good faith belief that Contractor has knowingly violated Section
448.09(1), Florida Statutes, the City shail terminate this Agreement with Contractor
for cause, and the City shall thereafter have or owe no further obligation or liability
to Contractor.
(2) If the City has a good faith belief that a subcontractor has knowingly violated the
foregoing Subsection 2d(A), but the Contractor otherwise complied with such
subsection, the City will promptly notify the Contractor and order the Contractor to
immediately terminate the contract with the subcontractor. Contractor's failure to
terminate a subcontractor shall be an event of default under this Agreement,
entitling City to terminate this Agreement for cause.
(3) A contract terminated under the foregoing Subsection (B}(1) or (B)(2) is not in
breach of contract and may not be considered as such.
(4) The City or Contractor or a subcontractor may file an action with the Circuit or
County Court to challenge a termination under the foregoing Subsection (B)(1)or
(B)(2) no later than 20 calendar days after the date on which the contract was
terminated.
(5) If the City terminates the Agreement with Gontractor under the foregoing
Subsection (B)(1), Contractor may not be awarded a public contract for at least 1
year after the date of termination of this Agreement.
(6) Contractor is liable for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 20.
21. Contractor's Compliance With Ariti-Human Traffickinp Laws.
Contractor agrees to comply with Section 787.06, Florida Statutes, as may be amended from time
to time, and has executed the Certification of Compliance with Anti-Human Trafficking Laws, as
required by Section 787.06(13), Florida Statutes, a eopy of which is attached hereto as Exhibit
,�C„
22. Prohibition on Contractinq with an Individual or Entitv Which Has Performed
Services for Gompensation to a Candidate for Citv Elected 4ffice.
Contractor warrants and represents that, within two(2)years prior to the effective date, Contractor
has not received compensation for services performed for a candidate for City elected office, as
contemplated by the prohibitions and exceptions of Section 2-379 of the City Code.
Page 11 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2-379
of the City Code shall not apply to the following:
(a) Any individual or entity that provides goods 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 by the individual or entity in the ordinary course of
business for ciients or customers other than candidates for office. This includes, without
limitation, banks, telephone or internet service providers, printing companies, event
venues, restaurants, caterers, transportation providers, and office supply vendors.
(c) Any individual or entity which performs licensed professional services (including for
example, legal or accounting services).
23. Waiver of Breach.
A party's failure to enforce any provision of this Agreement shali not be deemed a waiver of such
provision or modification of this Agreement. A party's waiver of any breach of a provision of this
Agreement shali not be deemed a waiver of any subsequent breach and shall not be construed
to be a modification of the terms of this Agreement.
24. Severance.
In the event this Agreement or a portion of this Agreement is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City elects
to terminate this Agreement.
25. Joint Preparation.
The parties hereto acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for them to form a full and complete understanding of all rights
and obligations herein and that the preparation of this Agreement has been a joint effort of the
parties,the language has been agreed to by parties to express thair mutual intent and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against
one of the parties than the other.
26. Mutual caoperation.
Contractor recognizes that the performance of this Agreement is essential to the provision of vital
public services and the accomplishment of the stated goals and mission of the City. Therefore,
the Contractor shall be responsib(e to maintain a cooperative and good faith attitude in all relations
with the City and shall actively foster a public image of mutual benefit to both parties. The
Contraetor shall not make any statements or take any actions detrimental to this effort.
27. Entire Actreement.
This writing and any exhibits and/or attachments incorporated (and/or otherwise referenced for
incorporation herein) embody the entire agreement and understanding between the parties
hereto, and there are no other agreements and understandings, oral or written, with reference to
the subject matter hereof that are not merged herein and superseded hereby.
[SIGNATURE PAGE TO FOLLOWJ
Page 12 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed
by the respective o�cials thereunto duly autharized,this daie and year first above written.
FOR ITY: CITY taF MIAMI BEACH, FIORIDA
anES'r:
. ,\P��.8,�,
���
�
ey: ' ;=�.�•�' �y%,
Rafael . Granado, City Clerk E ' . Carpenter, .E., Gity Manager ' �
,j,�R. �IMCORP�RATED'
Date: "'. 5,2t_ �� �^� '
'-�v.�• -
�,Ch;r �;;;� ;
�OR CONTRACTOR: LORENA FABIOLA LARIOS MUNOZ
W ITNESS:
/�'' G �_�.
�� Signature
�l��S�.S �f'�Y.4h'Rlf� tottt,�S �4-c�e�v�cr.�a5 ►,�^�
Print Name Print Name
Date: ���Q�25
Approved: Approved as to forrn& lang;�age&
for execution.
�1„��'��t�' � ��'ZS
Department D�rector �� 'City Attomey�R ��Date
,�'�
O'fice of t�tanagement and �udget
__�� . ___.._..______..__. __.
Human Resaurces
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
Exhibit A
Description of Services
A City of Miami Beach project in collaboration with the Miami Beach Visitor and Convention
Authority (MBVCA), No Vacancy is a juried art competition that supports and celebrates mainly
local artists, provokes critical discourse, and encourages the public to experience Miami Beach's
famed hotels as temporary art destinations in their own right. No Vacancy 2025 marks the
program's sixth edition presenting 12 a�tists creating site-specific works at 12 iconic Miami Beach
hatels. The installations will be on view from November 13 through December 20, 2025.
Each selected artist or collective will receive a stipend of USD 10,000 to realize their project at a
hotel location. Artists were drawn from a call for submissions issued by the City and selected by
representatives from the City of Miami Beach Art in Public Places(AiPP)Committee, Cultural Arts
Council (CAC) and MBVCA.
The selected artist or callective will be responsible for the following:
• Install a compiete work of art matching the selected proposal at the designated hotel
property by November 12, 2025.
• Notify CMB staff should any programming be established in conjunction with the No
Vacancy 2025 exhibition.
• Share any press releases in conjunction with the No Vacancy 2025 exhibition with CMB
staff for review and approval.
Fabiola Larios' "Heartware", will be a suspended constellation of 5-6 pink pinatas with embedded
screens, mirrors, and embedded live-feed cameras, a celebration of Miami's hybrid identities,
emotional resilience and blending elements of Mexican craft with electronics, this piece is both a
party and a portal: festive and uncanny, Miami Vice meets Mexican pinatas. On the tablets there
will perpetually open the camera option so they will also be like mirrors for people to take pictures,
AI generation videos of speculative Miami from the past and the future. Some pinatas will have
acrylic mirrors (like heart shaped or star shaped) or dash cams with small displays, creating a
feedback loop where guests see themselves, through both reflection and surveillance.
��� ��
� .g�
� ������
§
-r
,>�..
__�::1 .
E �.
Docusign Envelope ID:CCSD7353-5AED-4E46-8F7D-606DC2CA92F4
Exhibit B
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 USQ 10,000.00 (the "Fee"), which shall be paid as
a single payment within 45 days from the City receiving an acceptabie and approved invoice from
the Contractor.
Payments to Contractor shall be made for Work satisfactorily completed in accordance with the
following schedule:
1. Payment#1: Ten Thousand Dollars and No Cents ($10,000.00) (which is 100% of the
fixed fee)to be paid upon the signing of the contract once the City has received an
acceptable and approved invoice from the Contractor.
Page 15 of 16
Docusign Envelope ID:CC5D7353-5AED-4E46-SF7D-606DC2CA92F4
ExhYbit i:.
Hum�TrBffiCkinqA(fidavit
in accardance wilh Section 787 06{13),Fiorida Statutes,the undersigned,on behaif of Gontractar
hereby attests unde�penalty of perjury that Contrectar daes not use coerc�on for labor or serv�ces
as defined in Section 787.06. Fbnda Statutes,entitied"Human Tra�cking"
1 understand that 1 am swear�ng or a�rming under oath to the truthfulness of the claims made in
this a�idavit and that the punishment for know�ngly making a false statement inciudes fines and/o�
imprisonment.
The undessigned is authorized to execute this a(fidav+t an behalf of Cantractor
CQNTRACTOR:
� �.ti n�1 ��\d''+M.)� ��� }�+L�3G �-X/� l�`'( QO'AD `'J�'Jf"{ Si),rfil 'ti'�.✓��ff.�.i., �C'�`iCh i �3 i 3 \
.-.-
.__.._._.. ._...___.._.
(Name) (Address)
State of ���r�p'
County of �l(4��i=���__
The foregoing instrument was acknowledged before rne by means of t9"physical presence or C�
on(ine notanzation,this '��day of _��r___�-��� 2025 by Fabwla Larios�known to
me to be the person descsibed herein,or who produced �"���?�a� ��Q _________as
ident�fication,and who did/did not take an aath
NOTA PUB �-
���h.��'' !
- ..�_ - _______._____
(Signature)
��t�t ��C"'4� � ,,., a.wou��azwa cx��a
'°� �,p�yy puDfic.saro ot Fla�da
(Print Name} ���g�Ag25
��1_ (��k,.,¢ �y�n.e�pree AD���+.� �
My commission expires: �T �1��� ...
Page 16 of 16
Docusign Envelope ID:CCSD7353-SAED-4E46-8F7D-606DC2CA92F4
MIAMI BEACH . � � : � ,. . . �i __
N/A No Vacancy,Miami Beach 2025:Artist Contracts
Various—Summary&Purpose section below Tourism&Culture:Oscar Rieveling Sanchez,Ext.22711
Lissette Garcia Arrogante i'�� Maria Hernandez HH
Type 1—Contract,amendment,change order,or task order resulting from a procurement-issued competitive solicitation.
Type 2—Other contract,amendment,change order,or task order not resulting from a procurement-issued competitive solicitation.
x Type 3—Independent Contrector Agreement(ICA)/ Type 6—Tenant Agreement
Professional Services Agreement(PSA)
Type 4—Grant agreements with the City as the recipient Type 7—Inter-governmental agency agreement
Type 5—Grant agreements with the City as the grantor Type 8—Other:
A City of Miami Beach project in collaboration with the Miami Beach Visitor and Convention Authority(MBVCA),No Vacancy
is a juried art competition that supports and celebrates mainly local artists, provokes critical discourse,and encourages the
public to experience Miami Beach's famed hotels as temporary art destinations.No Vacancy 2025 marks the program's sixth
edition presenting 12 artists creating site specific works at 12 iconic Miami Beach hotels.The installations will be on view from
November 13 through December 20, 2025. (Attached are the 3 remaining artist agreements from the total of 12 to be
processed).
Each selected artist receives a stipend of USD$10,000 to realize their project at each hotel location.Artists were drawn from
a call for submissions issued by the City and selected by representatives from the City of Miami Beach Art in Public Places
Committee, Cultural Arts Council, and MBVCA. Funding for No Vacancy is budgeted in the Resort Tax Fund and through a
yearly MBVCA grant.
Attached:
1.Lorena Fabiola Larios Munoz(ICA)
2.LIZN'BOW INC(PSA)
3.Sprang Studio,LLC(PSA)
Reso 2025-33945—MB FY2026 Commission Memo&Budget
November 13,2025-December 20, November 13,2025-December 20,
2025 N�A 2025
Grant Funded: Yes X No State Federal Other:
1 USD$10,000 160-0380-000349-25-406-548-00-00-00- Yes X No
2 USD$20,000 199-0380-000305-25-406-555-00-00-00-51726 ' Yes X No
1. For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed.
3.Budget approval indicates approval for the current fiscal year only.Future years are subject to City Commission approval of
the annual adopted operating budget.
ity Commission Approved: X Yes No Resolution No.: CC Agenda Item No.: CC Meeting Date:
2025-33945 R7 B 09/30/2025
If no,explain why CC approval is not required:
egal Form Approved: X Yes No If no,explain below why form approval is not necessary:
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
Procurement: N/A Grants: N/A
Budget: Tameka Otto Stewart Information Technology: N/A
1riS
Risk Management: Marc Chevalier — Fleet&Facilities: N/A
h�
Human Resources: N/A Other: N/A
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
2025-33945
RESOLUTION NO
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ADOPTING THE FINAL BUDGETS FOR THE
GENERAL, G.O. DEBT SERVICE, CITY CENTER RDA AD VALOREM TAXES,
NORTH BEACH CRA AD VALOREM TAXES, ENTERPRISE, INTERNAL
SERVICE, AND SPECIAL REVENUE FUNDS FOR FISCAL YEAR 2026.
WHEREAS, the City Manager's total final Fiscal Year (FY) 2026 operating budget, net of
transfers and Internai Service Funds, as amended at the second public hearing on September
30, 2025, is $910,849,000 including the General, General Obligation (G.�.) Debt Service, City
Center RDA Ad Valorem Taxes, North Beach CRA Ad Valorem Taxes, Enterprise, and Special
Revenue Funds, as reflected in the attached Composite Exhibit"A"; and
WHEREAS, the FY 2026 General Fund operating budget, as amended, totals
$482,497,000; and
WHEREAS,the FY 2026 budgets for the G.O. Debt Service, City Center RDA Ad Valorem
Taxes, and North Beach CRA Ad Valorem Taxes total, as amended, $16,296,000, $36,255,000,
and $1,693,000, respectively; and
WHEREAS, the FY 2026 budgets for the Enterprise Funds total $312,047,000; and
WHEREAS,the FY 2026 budgets for the Special Revenue Funds total$144,887,000; and
WHEREAS, the FY 2026 budgets for the Internal Service Funds, which are primarily
supported by transfers from the General Fund, Enterprise Funds,the City Center and North Beach
Community Redevelopment Areas, and Special Revenue Funds, total $146,307,000, as
amended; and
WHEREAS, in order to utilize prior year fund balance/reserves to fund recurring costs for
the Building, Sanitation, and Sustainability Funds in accordance with the budgets proposed for
FY 2026, the Mayor and Ciry Commission would need to waive the City's established policy of
not utilizing one-time, non-recurring revenue to fund recurring personnel, operating, and
maintenance costs; and
WHEREAS, Section 932.7055 of the Florida Statutes sets forth the purpose and
procedures to be utilized for the appropriation and expenditures of the Police Confiscated Trust
Fund; and
WHEREAS, the proceeds and interest earned from the Police Confiscated Trust Fund are
authorized to be used for crime prevention, safe neighborhoods, drug abuse education and
prevention programs, or for other law enforcement purposes; and
WHEREAS, the Chief of Police is authorized to expend these funds following a request to
the City of Miami Beach Commission, and only upon appropriation to the Miami Beach Police
Department by the City of Miami Beach Commission; and
WHEREAS, the Chief of Police of the City of Miami Beach has submitted a written
certification (attached as Exhibit "B") which states that this request complies with the provisions
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
of Section 932.7055 of the Florida Statutes and the Guide to Equitable Sharing of Federally
Forfeited Property for Local Law Enforcement Agencies; and
WHEREAS, the Police Confiscation Trust Fund budgets for FY 2026 in the amount of
$143,000 shall be funded from State Confiscation Funds in the amount of $71,000 and Federal
Treasury and Justice Confiscation Funds in the amount of$72,000, as reflected in the attached
Exhibit"B"; and
WHEREAS,funds in the amount of$143,000 are avai{abie in the Police Confiscation Trust
Funds; and
WHEREAS, the City of Miami Beach is authorized to assess $2.00 from court costs for
criminal proceedings for expenditures for Criminal Justice Education degree programs and
training courses for officers and support personnei of the Miami Beach Police Department
pursuant to Section 938.15 of the Florida Statutes; and
WHEREAS, the Police Training and School Resources Fund is currently funded with the
assessed criminal justice education expenditures for the City of Miami Beach pursuant to Section
938.15 of the Florida Statutes, in the amount of$29,000, as reflected in the attached Exhibit"C";
and
WHEREAS, the Chief of Police of the City of Miami Beach has submitted a written
certification (attached as Exhibit "C")which states that this request complies with the provisions
of Sections 938.15 and 943.25 of the Florida Statutes and the guidelines established by the
Division of Criminal Justice Standards and Training; and
WHEREAS, the City of Miami Beach Police Department intends to utilize the $29,000 for
those purposes as authorized pursuant to Section 938.15 of the �lorida for education degree
programs and training courses for officers and suppo�t personnel of the Miami Beach Police
Department; and
WHEREAS, the Miami Beach Cultural Arts Council (CAC)was established by the Mayor
and City Commission on March 5, 1997; and
WHEREAS,the mission of the CAC is to deve(op,coordinate, and promote the visual and
performing arts in the City of Miami Beach for the enjoyment, education, cultural enrichment, and
benefit of the residents of, and visitors to, the City of Miami Beach; and
WHEREAS, the Mayor and City Commission adopted the Cultural Arts Master Plan on
June 3, 1998, identifying the foflowing program areas for the CAC: cultural arts grants, marketing,
facilities, advocacy and planning, and revenue development; and
WHEREAS, pursuant to its enabling legislation, the CAC's budget for each fiscal year
shall be adopted by the Mayor and City Commission; and
WHEREAS, accordingly, the CAC recammends a $1,855,000 budget allocation for FY
2026 to continue implementation of its programs;and
WHEREAS, from January 6, 2025 through June 5, 2025, the Cultura! Affairs staff and the
CAC conducted its application and review process for its FY 2026 Cultural Arts Grant Programs;
and
Docusign Envelope ID:CC5D7353-5AED-4E46-8F7D-606DC2CA92F4
WHEREAS, grants panelists, comprised of the CAC members, yielded 61 viable
applications; and
WHEREAS, the CAC, at its regular meeting on July 3, 2025, reviewed the grant panelists'
recommendations and unanimously supported the recommended Cultural Arts awards totaling
$1,040,424 for FY 2026, as more specifically identified in the "Recommended FY 2026 Funding"
column in Exhibit"D," attached hereto; and
WHEREAS, the City Manager has reviewed the recommended Cultural Arts awards and
concurs with same; and
WHEREAS, the Miami Beach Visitor and Convention Authority (MBVCA) was created
pursuant to Chapter 67-930 of the Laws of Florida, and Sections 102-246 through 102-254 of the
Code of the City of Miami Beach; and
WHEREAS, pursuant to its enabling legislation, the MBVCA's budget for each fiscal year
shall be presented to the Mayor and Commission; and
WHEREAS, the MBVCA has recommended approval of the work plan and budget for FY
2026, in the amount of$3,794,000,to continue implementation of its programs as shown in Exhibit
«E „
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission of the City of Miami Beach, Florida, hereby adopts, as amended at the second public
hearing on September 30, 2025, the final budgets for the General, G.O. Debt Service, City Center
RDA Ad Valorem Taxes, North Beach CRA Ad Valorem Taxes, Enterprise, Internal Service, and
Special Revenue Funds for FY 2026 as reflected in Composite Exhibit "A" (Total Revenues by
Fund and Major Category and Expenditures by Fund and Department), Exhibit"B" (Confiscation
Trust Funds), Exhibit "C" (Police Training & School Resources Fund), Exhibit "D" (Cultural Arts
Council Grants), and Exhibit"E" (MBVCA); and further, waives the City's established policy of not
utilizing one-time, non-recurring revenue to fund recurring costs for the Building, Sanitation, and
Sustainability Funds.
PASSED AND ADOPTED this� day��''i�&�'l, 2025.
ATTEST: '
��"� � � 7�?� Steven Meiner, Mayor
Ra ael E. G nado, City Clerk
��;�M�`e��'���,
�� ��'' APPROVED AS TO
" �� ��° �- FORM&LANGUAGE
? '.INCOR? ORATED; :
�;,��, ;��; &FOR F�CECUTION
'�,,Y,�.^,�... ..••;��.'
�-N, ?u %
,,,... �o�2I zozs-
omey oace