Loading...
HomeMy WebLinkAboutProfessional Services Agreement between CMB & AM SWIM, LLC.Docusign Envelope ID: E6rDF306 1094813D-909hEMU33593" Dgaplgn Emebpe ID:54]FA53E{BBFJAeaaeSFBEBIA135D291 O�� ^ ��� AMENDMENT NO.1 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND AB SWIM, LLC This Amendment No. i (the 'Amendmenr) to the Professional Services Agreement (the 'Agreement'), dated December 15, 2025 by and between the CITY OF MIAMI BEACH, FLORIDA, a Florida municipal corporation, having its principal office at 1700 Convention Center Drive, Miami Beach, Florida 33139, (the "City') and AB SWIM, LLC, a Florida limited liability, company, having its principal office at 12822 NW 23rd Place, Miami, Florida 33167, ('Contractor') is entered into this 23rd _ day of January_ ___._, 2026 ('Effective Date'). WITNESSETH: WHEREAS, the City and Contractor executed the Agreement to administer swim team programming; WHEREAS, in order to complete the Services during the Term, an amendment to the Agreement Is necessary to increase the Fee from an amount not to exceed $100,000.00 to an amount not to exceed $150,000.00, which shall be paid as described in Exhibit B to the Agreement; and WHEREAS, on December 17, 2025, the Mayor and City Commission adopted Resolution No. 2025-33996 authorizing the City to tnaesse the Fee by $50,000.00 to an amount not to exceed $150,000.00. NOW, THEREFORE, in consideration of the mutual promises, covenants, agreements, terms, and conditions herein contained, and other good and valuable consideration, the sufficiency and adequacy of which are hereby acknowledged, the parties agree as follows: 1. ABOVE RECITALS. The above recitals are true and correct and are incorporated as part of this Amendment. 2. MODIFICATIONS. The Agreement is hereby amended (deleted items struck through and inserted Items underlined) as follows: a. Section 4.1 of the Agreement is hereby amended to read as follows. 4.1 In consideration of the Services to be provided, the Contractor shall retain 70% of all fees collected by the Contractor from the program participants (the "Fee'). On or before the 201h day of each following month, the Contractor shall pay to the City 30%of all fees collected by the Contractor from the program participants in the month prior. Each month, along with payment, the Contractor shall provide the City with the prior month's rosters, which will include each participant residency information, and proof of Individual payments. In no event shall the cumulative Fee retained by Contractor exceed $100,000,00 $150 000.00. 3. RATIFICATION. Except as amended herein, all other terms and conditions of the Agreement shall remain unchanged and in full force and effect. Page 1 of 2 D usign Envelope ID: E07DF3DD-510949BD-909A-EF43633593C3 Do %, Envelope ID: 511EA53E£NF4A9&99 EUA1350201 IN WITNESS WHEREOF, the City and the Contractor have executed this Amendment No.1 to the Agreement as of the day and year first written above by their duly authorized representatives. ATTEST: CITY OF MIAMI BEACH 1rr Gp�aGsu�eWI.W r�� I� T'�{ ¢. at'.141?4AR.—_._. By. _ rdefd Ownesdo, any Clerk - Efic T. Cefpe ter, C. y Manager 1123202616:19 PM EST _ Date ATTEST: AB SWIM, LLC By. __— mess S store V-v ae_GMz�_ _ � Print Name Print Name and Title Dale Page 2 of 2 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Al — yl City At amey Dale Omusgn Enelope ID: E07OF3D0-510948BD-909A-EF43433593C4 RESOLUTION NO. 2025-33996 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, (1) ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER AND WAIVING, BY 517T" VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT AS PERMITTED IN SECTION 2-367(E) OF THE CITY CODE, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; (II) APPROVING, IN SUBSTANTIAL FORM, AMENDMENT NO. 1 TO THE FISCAL YEAR 2026 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND AB SWIM, LLC, SAID AMENDMENT INCREASING CONTRACTOR'S FEE BY $50,000, FROM A NOT TO EXCEED TOTAL FEE OF $100,000 TO A NOT TO EXCEED TOTAL FEE OF $150,000; AND (III) AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE SAID AMENDMENT. WHEREAS, in October 2021, the City entered into a Professional Services Agreement with Swim Gym LLC for Swim Team Programming pursuant to a Request for Letters of Interest (RFLI 2021-212-JA); and WHEREAS, on May 21, 2024, Swim Gym LLC advised the City of its desire to terminate its agreement with the City; and WHEREAS, in order to keep the established program running, the City entered into an Independent Contractor Agreement with Alfredo Eduardo Rios Bracho, an existing swim coach for Swim Gym LLC who expressed interest in continuing to work with the program; and WHEREAS, in Fiscal Year 2025, Mr. Rios Bracho established his own business, AS Swim, LLC ('Contractor"), and the City entered into a Professional Services Agreement for competitive swim team programming with Contractor (the "PSA"); and WHEREAS, the fee structure in the PSA delineates that Contractor is responsible for registering the participants into the program and collecting payment for the program; and WHEREAS, per the PSA, Contractor retains 70% of participant fees it collects from the program participants, up to a cap of $100,000, and disburses to the City the remaining 30% of the participant fees; and WHEREAS, the success of the program has necessitated increasing Contractor's retainage cap from $100,000 to $150,000, to allow Contractor to register and service more children in the program; and WHEREAS, Section 2-366 of the City Code requires a formal bid when the value of a contract is in excess of the formal bid threshold for goods and services currently established at $100,000; and WHEREAS, Section 2-367(e) of the City Code authorizes the City Commission to waive the aforementioned competitive bidding requirements upon the written recommendation of the City Manager if the City Commission finds such waiver to be in the best interest of the City; and WHEREAS, based on the success of the swim team program, and to allow for program stability, uninterrupted services, and increased participation, the City Manager recommends that Dwusign Envelope ID'. E07DF3DD5109LBBD-909A-EF43433593C4 the City Commission (i) waive the competitive bidding requirement, (ii) approve Amendment No. 1 to the PSA, attached to the City Commission Memorandum accompanying this Resolution, increasing the Contractors total retainage for Fiscal Year 2026 from $100,000 to $150,000, and (in) authorize the City Manager and City Clerk to execute the finalized amendment. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby (i) accept the written recommendation of the City Manager and waive, by 51r vote, the formal competitive bidding requirement as permitted in Section 2-367(e) of the City Code, finding such waiver to be in the best interest of the City; (it) approve, in substantial forth, Amendment No. 1 to the Fiscal Year 2026 Professional Services Agreement between the City of Miami Beach and AS Swim, LLC, said amendment increasing Contractor's Fee by $50,000, from a not to exceed total fee of $100,000 to a not to exceed total fee of $150,000; and (iii) authorize the City Manager and City Clerk to execute said amendment. PASSED and ADOPTED this day of Dlu« 2025. wl_ Steven Meiner, Mayor ATTEST: DEC 2 2 2025 Rafael E. Gtanado, City Clerk APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 1-Z )OI 21DZj City y KV Date Docusign Envelope ID'. E07DF3DD-5109L88D-909A-EF43433593C4 Resolutions - C7 AG MIAMI BEACH COMMISSION MEMORANDUM TO Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: December 17, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, (1) ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER AND WAIVING, BY 51TTH VOTE. THE FORMAL COMPETITIVE BIDDING REQUIREMENT AS PERMITTED IN SECTION 2-367(E) OF THE CITY CODE, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; (11) APPROVING, IN SUBSTANTIAL FORM, AMENDMENT NO. 1 TO THE FISCAL YEAR 2026 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND AB SWIM. LLC. SAID AMENDMENT INCREASING CONTRACTOR'S FEE BY $50,000. FROM A NOT TO EXCEED TOTAL FEE OF $100,000 TO A NOT TO EXCEED TOTAL FEE OF $150,000: AND (III) AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE SAID AMENDMENT. RECOMMENDATION The Administration supports increasing Section 4 of the Professional Services Agreement between the City of Miami Beach and AB Swim, LLC entitled "Fee" for Fiscal Year 2026 and all subsequent fiscal years that the program is offered by the Parks and Recreation Department from $100.000 to a not to exceed amount of $150.000. This increase reflects a revenue -sharing arrangement. The Administration further recommends waiving the formal competitive bidding requirement, finding such waiver to be in the best interest of the city as this contractor has been the established vendor providing competitive swim team services for the city since the summer of 2024. (Exhibit A) In October of 2021 the City entered into a Professional Services Agreement with Swim Gym LLC pursuant to a Request for Letters of Interest (RFLI) issued by the City's Procurement Department on 2021-212-JA Swim Team Programming. On May 21, 2024, Swim Gym LLC advised the City that it was no longer able to provide services and asked to terminate their agreement with the City. The termination was executed by the City on May 23, 2024. In order to keep the established program running providing for continuity of services, the City initiated an Independent Contractor Agreement with Alfredo Eduardo Rios Bracho who was an existing coach for Swim Gym and who expressed interest in wanting to continue to work with coaching the children on the team. (Exhibit B). In Fiscal Year 2025, Mr. Rios Bracho established his own business (AB Swim, LLC) and the City entered into a Professional Services Agreement for competitive swim team programming to again maintain the continuity of the program with an established swim coach that had built rapport and connection with the swim team children and parents. The fee structure of the agreement delineates that the contractor is responsible for registering the participants into the program and collecting payment for the program as established per the following: 1500 of 3458 Docusign Envelope ID: E07DF3DD-510948BD-909A-EF43433593C4 Participant Fee Per Monthly Session: o Miami Beach Residents: $160.00 (2 times per week) o Non -Residents: $200 (2 times per week) • Participant Fee per Monthly Session. Miami Beach Residents. $180 (3 times per week + 2 dry land practices) Non- Residents: $225 (3 times per week + 2 dry land practices) • Participant Fee per Monthly Session: z. Miami Beach Residents: $200 (5-8 times per week + 2 dry land practices) Non- Residents: $250 (5-8 times per week + 2 dry land practices) Contractor retains 70 % of participant fees collected with the City receiving 30 % of the revenue collected by the contractor from programming fees. Items that do not have a revenue split include: • Uniforms: team bathing suits, caps, sweats, towels and sport bag • Equipment required: goggles, mesh bag, paddles, fins, kickboard and frontal snorkel • USA Swimming registration fee 2025-2026: $90 ANALYSIS To date the program has 72 children enrolled with programming taking place Monday -Saturday at the Scott Rakow Youth Center Pool The success of the program has necessitated increasing the total sum of the contractor's fee to $150,000. Section 2-366 of the City Code requires City Commission approval when the value is in excess of the formal bid threshold for goods and services currently established at $100,000. Increasing the contractor's threshold to $150,000 allows the contractor to be able to register and service more children in the program subject to space limitations. The Administration recommends executing an amendment to the agreement increasing the contractor fee by $50,000 from a not to exceed total fee of $100,000 to a not to exceed fee of $150,000 subject to funding appropriation and approval during the City annual budget process. Additionally, the Administration further recommends waiving the formal competitive bidding requirement, finding such waiver to be in the best interest of the dry. FISCAL IMPACT STATEMENT N/A Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https�//www.miamibeachfl.govicity-hallicityzleridm"ting- otices/ FINANCIAL INFORMATION NIA CONCLUSION 1501 of 3458 Docusign Envelope ID: E07DF3DD-5lN48BD-909A-EF43433593C4 The success of the Swim Team program requires increasing the contractor fee to $150.000 in order to be able to accommodate more children in the program (subject to space limitations) as the Contractor is at the cusp of reaching his current not to exceed amount of $100,000, It is further recommended to also waive, by 517'" vote, the formal competitive bidding requirement in Section 2-367(e) of the City Code, finding such waiver to be in the best interest of the city to allow for program stability and uninterrupted service. Attachments: Exhibit A - FY 26 PSA AB Swim Exhibit B - ICA Alfredo Rios Bracho Applicable Area Middle Beach Is this a "Residents Riahl to Know" item, Is this item related to a G.O. Bond pursuant to City Code Section 2-177 Project? Yes i!D Was this Agenda Item initially requested by a lobbyist which as defined in Code Sec 2-"1 includes a Principal enaaaed in lobbying? No If so, specify the name of lobbyist(s) and principal(sy. Department Parks and Recreation SPonsor(sl Co-sponsor(sl Condensed Title Approve PSA w/ AB Swim. Increase Contractors Fee/Waive Bidding. PKS 517 Previous Action (For City Clerk Use Only) 1502 of 3458 Doc sign Envelope ID'. E070F3DD-5109LBBD-909A-EF43433593C4 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND AS SWIM, LLC FOR COMPETITIVE SWIM TEAM PROGRAMMING This Professional Services Agreement ('Agreement') is entered into this day of . 20 ("Effective Date'), between the CITY OF MIAMI BEACH, FLORIDA. a municipal corporation organized and existing under the IaWa of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miarni A , , Florida, 33139 (the "City"). and AS SWIM, LLC, a Florida limited liability company, whose address is 12822 NW 23 PL MIAMI FL 33167 ("Contractor"). SECTION 1 DEFINITIONS Agreement' This Agreement between the City and Contractor, includtng any exhibits and amendment tbeveto. City Manager: The chief administative o1Roe of the CRy. City Manager's Designee: The City sft f membe. aft is desipnated by the City Manager to ellninister pY AgreemilK on behaff of the City. The City Manager's deafjaee sled be the Parlisand Recreation Department Director. Contractor: For the proposes of *& Agreement, Contractor shall be deemed to be an knlependerd contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount peld to the Contractor as compensation for Services. Risk Manager The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435; and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Exhibit "A" hereto (the "Services"). 1503 of 3458 Docusign Envelope In E07DF3DD-5109L8B0-909A-EF4M33593C4 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 performed in accordance with the terms and conditions set forth in Exhibit 'A' 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: Kryslle Cintas Aquatics Coordinslor 1701 Meridian Avwrus, Suite 401 Miami Bead► FL 33139 KrystleCinesillikelamibeach0. oov 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit W hereto. SECTK M 3 TERM The term of this Agreement ('Term') shall comity October 1, 2025 (the Effective Date set forth on p. 1 hereof), and end on September 30, 2026. Notwithstanding the Term provided herein, Contracbr shall adhere to any specific timelines, schedules, dates. ardfor performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit A hereto. SECTION 4 fu 4.1 In consideration M the Services to be provided, the Contractor shall pay the City 30% of all fees collected by the Contractor from the program participants on the 20' of the following month services were rendered The Contractor shall retain 70% of the fees collected, in the amount not to exceed $100,000.00 4.2 INTENTIONALLY OMITTED 4.3 INTENTIONALLY OMITTED 4A INTENTIONALLY OMITTED SECTION 5 TERMINATION 1504 of 3458 Docusign Envelope 10'. E07DF3DD-510948BD-909A-EF43433593C4 5.1 TERMINATION FOR CAUSE If the Contracto: shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, snail thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon Iwnination, the City shall be fully discharged from any and all liabilities, duties, and leaps wising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shad not be relieved of liability to the City for damages sustained by the City for any breach dthe Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled b bring any and all legal/equitable actions that it deems to be in its best interest in order to aiAorce the City's rights and remedies against Contractor. The City shall be entitled to recover ed costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION: WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY. 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. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, 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, 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 1505 of 3458 Cmusign Envelope IDE07DF3DD-5109 8BD-909A-EF43433593C4 6.1 INDEMNIFICATION Contractor agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contract—z. from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts. errors. omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Conbactor's control or supervision, in connection with, related to, or as a result of the Conlrader's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may Issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Contactor expressly understands and agrees that any insurance protection requted by this Agreement or otherwise provided by the Contractor shall in no way limit the Conllaslor's responsibility to iridernnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one perewR (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the speck consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of like Agreement. 6.2 INSURANCE REQUIREMENTS The Contractor shall maintain and carry in full force during the Term, the following insurance. 1. Contractor General Liability, in the amount of $1.000,000, 2. Workem Compensation & Employers Liability, as required pursuant to Florida Statutes: 3. Professional Liability, in the amount of $1.000, The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "A-" as to management and not less then -Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company. Timely renewal certificales wia be provided to the City as coverage renews. The insurance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Contractor's insurance shall be primary and not contributory for direct claims arising out of the Agreement under the Commercial General Liability policy. If the Professional Liability coverage is provided on a claims made basis, then such insurance shall continue for (3) years following the expiration or termination of the Agreement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Contractor specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. 1506 of 3458 Docusign Envelope ID: E07DF3DO-51094BBD-909A-EF43433593C4 The Contractor is also solely responsible for obtaining and submitting all insurance certificates for any sub -Contractors. Compliance with the foregoing requirements shell not relieve the Contractor of the liabilities and obligations under this section or under any other portion of this Agreement. The Contractor shall not commence any work and or services pursuant to this Agreement until all insurance required under this section has been obtained and such insurance has been approved by the City s Risk Manager. SECTION 7 LITIGATION JURISDICTIONIVENUE/JURY TIDAL WAIVER This Agreement shall be construed in accordance with the laws of ate State of Florida. This Agreement shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or ag of the terms or conditions herein, exclusive venue for the enforcement of same shag W to Miami -Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil Ration related to or arising out of this Agreement. SECTION 8 LWIATION OF CIfY'S LUUHLITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the 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 $10,D00. Contractor hereby expresses its 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 of $10,000 Accordingly, and notwithstanding any other term or condition of this Agreement. Contractor hereby agrees that VW City shag not be liable to the Contractor for damages in an amount in excess of $10.000 for any acWn or claim for breach of contract arising out of the performance or non-performance of airy 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 the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS' COPYRIGHT: AND CONFIDENTIAL FINDINGS 9,1 DUTY OF CARE 1507 of 3458 Docusign Envelope ID'. E07DF3DD-5109-08BD-909A-EF43433593C4 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 work and/or sere ces 9.2 COMPLIANE WITH APPLICABLE LAWS In its performance of the Services, Contractor shall comply with all applicable laws. ordinances, and regulations of the City, Miami -Dade County, the Stale of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreementas well as all iNarmation specifications. processes, data and findings. are intended to be ate property of the City and shall not otherwise be made public and/or disseminated by Contractor, without M prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florda Public Records Law. All reports, documents, articles, devices, andlor work produced in whole or in part under this Agreement are intended to be the sole and exdusM property of the City, and shall not be subject to any applicatlon for copyright or patent by or on behalf of the Contractor or its employees or sub -Contractors, without the prior written consent of the City Manager. SECTION 10 10.1 AU W AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM - SPM, Monday through Fridays, excluding nationally recognized holidays), and as oMr1 as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, 0rere shall be made available to the City Manager, and/or such representatives as the Coy Manager may deem to act on the City's behalf, to audit. examine. and/ or inspect, any and all ether documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (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 City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City 1508 of 3458 Docusign Envelope ID: E07DF3DD-5109L8BD-909A-EF43433593C4 (B) The Office of the Inspector General is authorized to investigate City 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 or 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, (hid/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 of the City Code, the City is allocating a perceritage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General (C) Upon ten (10) days written notice to the Contractor. the Contractor shall make all requested records and documents available to the Inspector 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 arttivities, 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 Contractors 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 fibs, 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, (bldlproposel) and contract documents, back -change documents, all documents and ramrds 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 all reasonable limes 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'. 2509 of 3458 Doousign Envelope ID. i. 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 ii. 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 ad ether agreements executed by the Contractor in connection with the performance of Oft Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of Btie section are neater intended nor shall they be construed to impose any liability on fhe City by the Contractor or third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to 8iS Section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Shrvloee, ffti Contactor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(s) Florida Statute on Public Entity Crimes with the City Procurement Division 10.6 NO DISCRIMINATION In connection with the performance of the Services, the Contractor shall not exclude from participation in, deny the beneft of, or subject to discrimination anyone on the grounds of race, color, national origin. sex, age, disability, religion, income or family status. Additionally. Contractor shelf comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City 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 its 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, or political affiliation. 10.6 CONFLICT OF INTEREST 1510 of 3458 Docusign Envelope ID: E07DF3DD-5109 8BD-909A-EF43433593C4 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, as may be amended from time to time, and by the City of Miami Beach Charter and ,:;We, as may be amended from time to time, both of which are incorporated by reference as if fully set forth herein. Contractor covenants that H presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Contractor further covenants that in the performance of this Agreement. Contractor shall not employ any person having any such interest. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Contractor shall comply wdh 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 119.01 Ill2). which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of to physical form, characteristics, or means of transmissionmade or received pursuant to law or ordinance or in connection with the transaction of offal business of the City. (C) Pursuant to Section 119.0701 Cf the Florida Statutes, it the Contractor meets the definition of'Contractor" as defined In Section 119.0701(1)p), the Contractor 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 City 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 confidential 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; l41 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 City 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 City, 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; NONCOMPLIANCE. (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 1511 of 3458 Docusign Envelope to E07DF3DD-5109A8BD-909A-EF43433593C4 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 this 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. (3) A Contractor who fails to provide the public records to the City within a reasonable time maybe 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 shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorneys' fees, 8: a. The court determines that the Contractor unlawfully refused to comply with the public records request Whir a reasonable time; and It. At least 8 business days balbre 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 (1xb) if it is sent to the City's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the City or to the Contractors registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guarantyed, 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 8 business days after the notice is sent Is not liable for the reasonable costs of enforcement (F) IF THE CONTRACTOR 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: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(CDMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (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 10 1512 of 3458 Docusign Envelope ID: E01DF3DD-5109ABBD-909A-EF43433593C4 an intentional act, error, omission, or 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, GoI, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other ads of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required pemthis pursuant to the Agreement. (B) If the City or Contractor's performance of its contactual obligations is prevented or delayed by an event believed by to be Force Majeve. such party shall immediately, upon learning 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, (1) of the nature of the event and the cause thereof, (iii) of the anticipated impact an 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 rew 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 Maleure. and the burden of proof of the occurrence of a Force Majeure event shall be on this requesting party. (C) No party hereto shall be liable far 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 obi igs11, The suspension of any of the obligations under this Agreement due to a Force Mejsure 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 afaded 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 evert with all reasonable dispatch. (D) Obligations pursuant to The Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurivoce un bes such occurrence makes such performance not reasonably possible. The ot/pI/mr 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 City 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 (30) days, the City 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 11 1513 of 3458 Dmusign Envelope ID: E07DF3DD-510948aD-909A-EF43433593C 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. 10.9 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 Eligibility" (`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 verity the work authorization stabs of all newly hired employees during the Term of the Agreement. Additionally. Coreracor 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-Venty system to verify the employment eligibility of all new employees hired by the subContractor. 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 employ, contract with, or subcontract with an unauthorized alien Contractor shall maintain a copy of such affidavit for the duration of this Agreement or such other extended period as may be required under this AgreemerrL (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, which prohibits any person from knowingly employing, hiring, recruiting. or referring an sken who is not duty authorized to work by the immigration laws or tin Attorney General of the United States, the City shag terminate this Agreement with Contractor for cause, and the City shall thereafter have or owe no further obligation or liability to Contractor. (2) t the City has a good faith belief that a subContractor has knowingly violated the foregoing Subsection 10.9(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 (ep1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The Clly or Conlr clor or a subContractor may file an action with the Circuit or County CoWtb challenge a termination under the foregoing Subsection (B)(1) or (B)(2) no labor than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Contractor under the foregoing Subsection (8)(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 10.9. 10.10 CONTRACTOR'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Contractor agrees to comply with Section 787.06, Florida Statutes, as may be amended from time to time, and has executed the Anti -Human Trafficking Affidavit, containing the certification 12 1514 of 3459 " Docusign Envelope ID: E07DF3DD510948aD-909A-EF43433593D4 of compliance with anti -human trafficking laws, as required by Section 787.08(13). Florida Statutes, a copy of which is attached hereto as Exhibit "B". 10.11 PROHIBITION ON CONTRACTING WITH A BfiSWESS ENGAGING IW A BOYCOTT Contractor warrants and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Contractor hereby certifies that Contractor is not currently engaged in, and for the duration of the Agreement. will not engage in a boycott of Israel. 10.12 PROHIBITION ON CONTRACTING WITH AN INOWUAL OR ENTITY WHICH HAS 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. For the avoidance of doubt. the restrictions on contrac*V 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 once 8 those same services are regularly performed by the individual or entity in the ordinary course of business for clients or customers other than candidates for office. This includes, without limitation, bankstelephone or internet service providers, printing companies, event venuesrestaurants, caterers, transportation providers, and once supply vendors (c) Any individual or entity which performs licensed professional services (including for examplelegal or accounting services). 10.13 Contractor hereby @Wises tooomply with Sedan 287.138, Florida Statutes, as may be amended from time to SW sAY@h states that as of January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information (Pit), unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in Paragraphs 2(a)-(c) of Section 287.138, Florida Statutes' (a) the entity is owned by a government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern (each a'Prohibited Entity"). A foreign country of concern is defined in Section 287.138 (1)(c), Florida Statutes, as may be amended from time to time, as the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba. the 13 1515 of 3458 Docusign Envelope ID: E01DF3DD510 8SD-909A-EF4 33593C4 Venezuelan regime of Nicolas Madura, or the Syrian Arab Republic, including any agency of or any other entity of significant control of such foreign country of concern. Additionally, beginning July 1, 2025, a governmental entity may not extend or renew a contract with a Prohibited Entity. Contractor warrants and represents that it does not fall within the definition of a Prohibited Entity, and as such, has caused an authorized representative of Contractor to execute the "Prohibition Against Contracting with Entities of Foreign Countries of Concern Affidavit", incorporated herein by reference and attached hereto as Exhibit "C". SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Contractor and the City killed below or may be mailed by U.S. Certified Mail, return receipt requested, podage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all such notionit and communications shall be addressed as follows: TO CONTRACTOR: AB SWIM, LLC 12822 NW 23 PL MIAMI FL 33167 ATTN: ALFREDO EDUARDO RIOS BRACHO, MANAGER TO CRY: CITY OF MIAMI BEACH PARKS AND RECREATION DEPARTMENT 1701 MERIDIAN AVENUE. SUITE 401 MIAMI BEACH, FL 33139 ATTN: JOHN REBAR. DIRECTOR Notice may also be provided to arty other address designated by the party to receive notice d such alternate address is provided via U.S. certified mail, return receipt requested. hand delivered, or by overnight delivery. In the Hart an alternate notice address is property provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent. unless other delivery instruction as specifically provided for by the party entitled to notice Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases. on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS 1.1 �'o.a Docusign Envelope ID'. E07DF3DD-5109L8BD-909A-EF43433593G4 This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and Of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH A parry's failure to enforce any provision of this Agreement shah not be deemed a waiver of such provision or modification of this Agreemet A parry's waiver of any breach of a provision of this Agreement shall not be deemed a will of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. fF3�IrTf:i�33�7_193N:i . 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 bes been agreed to by parties to express their mutual intent and the resulting document ill not. solely as a matter of judicial construction, be construed more severely against one Of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Contractor agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein. and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.6 BACKGROUND CHECK REQUIREMENT In accordance with Sections 943.0542, 984.01, 39.001 and 1012.465, Florida Statutes and Chapters 430, 435, and 402, Florida Statutes, as applicable, employees, volunteers, contractors, and subcontracted personnel who work in direct contact with the vulnerable population or who come into direct contact with the vulnerable population must complete a satisfactory Level 2 background screening prior to commencing work pursuant to this Agreement. Level 2 Background screenings must be completed through the City of Miami Beach, Human Resources Department. Contractor agrees to complete Level 2 Background screening prior to initiating any work related to this Agreement. 15 1517 of 3458 Docusign Envelope ID: E07DF3DD-510949BD-909A-EF43433593C4 [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 16 1518 of 3458 Dmusi9n Envelope ID: E070F3DD-5109<8B6909A-EF4U6 593C4 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, a; of the date first entered above. FOR CITY. &\S9S9i Rafael E. Grarl City Clerk Date: ATTEST: Print Name and Title Date CITY OF MIAMI BEACH, FLORIDA Eric T. Carpenter, City Manager AB SWAM, LLC By: Print Name and Title F. ATTORORG/AgrerrmentslProtewonal Serves Agreement 2021 mo0ified 2-28-25 17 1519 of 3458 Docusign Envelope ID: E07DF3DD-5109L8BD-909A-EF43433593C1 EXHIBIT "A" SCOPE OF SERVICES The Contractor shall establish and administer Competitive Swim Team programming for Miami Beach residents and visitors at the following locations: 1.) Scott Rakow Youth Center (2700 Sheridan /venue, MwW Beach, FL 33140) 2.) Normandy Isle Pool (7030 Trouville Esplanade. MWW Beach, FL 33141) 3J Flamingo Park Pool (1200 Michigan /venue, Miami 0lsech, FL. 33139) Contractor shall provide instruction for ages 6 through 18. Corractor shell also coordinate staffing and ensure classes are staffed at all times. Contractor shall register participants in Contractors dosses. Contractor shall Ober Miami Beach residents discounted rates to participate as set forth below. A least 75% of participant In Contractor's program shall be Miami Beach residents. The City shall coomik ste and/or provide facility access as necessary. Locations are subject to change based on programming needs. Participant Fee Per Monthly Session, Miami Beach Residents: $160.00 (2 times per week) Non -Residents: $2DO.00 (2 times per week) Participant Fee Per Monthly Session Miami Beach Residents: $180.00 (3 times per week + 2 dry land practices) Non -Residents: 5225.E (3 times per week � 2 dry bd practices) Participant Fee Per Monthly Session Miami Beach Residents: $200110 (5-8 times per week+2 dry land practices) Non-Resldant: WW.00 (5-8 times per week+ 2 dry land practices) The City shall be entitled to 30% of revenue collected by the contractor from programming fees, clinic, and group training fees. hems that will not have a revenue split 1.) Uniform that may include. Team bathing suit, cap, sweat, towel, and sports bag 2.) Equipment required goggles, mnh bag, paddles, tins, kidrboard, and frontal snorkel 3.) USA Swimming negistradion be 2025-26: $90.00 Any change to the approved fees shall require prior written approval of the City Manager TIMELINE FOR DELIVERABLES Within 10 days from the effective date of this Agreement, the Contractor shall provide the contact person with the proposed schedule of all programming for review and approval Once approved, any changes to the schedule shall be coordinated through the Parks and Recreation Department Director or his or her designee, and shall be subject to the written approval of the parties. 18 1520 of 3458 Docusgn Envelope ID: E07DF3DD-510948BD.909A-EF43433593C4 EXHIBIT "B" ANTI -HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13). Florida Statutes, the undersigned, on behalf of Contractor hereby attests under penalty of perjury that Contractor does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking". I understand that I am swearing or aRnning under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Contractor. CONTRACTOR: (Signature) Name/Title: State of a corporation. (Address) County of The folf0oing instrument was acknowledged before me by means of physical presence or ❑ online natenzation, this day of 202_ by as of a the person described herein, or who produced identification, and who did/dld not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: 19 corporationknown to me to be as 1521 of 3458 Do usign Envelope lD'E01DF3DD-5109J8DD-909A-EF43433593C4 20 1522 Of 3458 Dowsign Envelope lD:E07DF3DD-510948BD-909A-EF43433593C4 EXHIBIT'C' PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN AFFIDAVIT In accordance with Section 287.138, Florida Statutes, Incorporated herein by reference, the undersigned, on behalf of Contractor, hereby attests under penalty of perjury that Contractor does not meet any of the following criteria in Paragraphs 2(a)-(c) of Section 287.138, Florida Statutes. (a) Contractor is owned by a government of a foreign country of concern, (b) the government of a foreign country of concern has a controlling interest in Contractor', or (c) Contractor is organized under the laws of or has its principal place of business in a foreign country, of concern. I understand that I am swearing or affirming under oath, under penalties of perjury, to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Contractor CONTRACTOR: . a corporation. (SipMlure) (Address) Name/Title. State of County of The foregoing instrumentVa ackrtortedged before me by means of O physical presence or ❑ online notarization, hills day of 202_ by as of _ a corporation, known to me to be the person descrllbW herein, or who produced as identrfication. and who did/did not take an oath NOTARY PUBLIC. (Signature) (Print Name) My commission expires: 21 1523 of 3458 Dwusign Envelope ID: E07DF3DD-510948BD-909A-ERU33593D 22 1524 of 3458 Docusign Emrelope ID: E07DF3DM109<8BD-909A-EF43433593C4 DowSW Envelope ID'. 5MV92 -F051AF839E1U10FA93007288 MIAMIBEACH contranor -,:� ivi Ali,.Itna Deparhnen< Department Direttor Name ft i�gna ACM Name g Signs are This is an Independent Contractor Agreement (ICA, between ouredo Eduardo eradw Rios and Ilia City of Miami Beach for swim team instruction. The term of the agreement is 3 months July 1, 2024 through September 30, 2024). The City agrees to pry the Contractor a total fee not to exceed $12,000 as ahead swim team coach. The contractor has been working in the Killion an the CiWs previous yean' contract with the previous Swim Team PSA, The Contractor has passed their bxkground heck ximb th H Reso Depart t original Ierm Renewal verroea total term IDnglnai • Renewah) 1 Grant Funded: Yes R I No i State Federal I I Other 1 $12,OW 031-095POo0343-28-40g5a5-00-00.00 Yes X INo Yes No 2 Yes No 3 yet No 4 Yes No S 1. for contracts bnger Man gve yean, cpMxt the Procurement Oepartmenl. 2. At h any eA porttng explanation needed. 3. Budget approval indicates approval for current fiscal year only. Future wan are subject to City Commission approval of annual adopted operating budget, Ry Commission Approved. Yes X No Resolutbn No.: a Agenda I" No.: CC "need",Date: If rw, explain why CC approval is not repuind: Asdsbnt Ciry Manager has the autlrorgy to sign pfr on Indevendent Contractor Agreemenh up ro $50,000. I Form Approved: X Yes No IB no, es sin bebw vAu forma veal N nOt Item Procuremm[ N/A Grants: N/A Budget. __ Information Technology: N/A `f 1"-MSh.W fihk Management: N/ Fleet 6 Fanlioe,'. N/A Numan Resources' Other: 1525 of 3458 Docusign Envelope 10: E070F30D-51094850-909A-EF43433593C4 D iiSyn Envelope ID 51BW924F0814Fa39E1C-70FA93DD9266 INDEPENDENT CONTRACTOR AGREEMENT This Agreement is entered into on this Sth day of 101y 202>�tletween Alfredo Eduardo Bracho Rim ('Contractor), and the City of Miami Beach. Florida (the *City'), fora penodof 3 Months, with an effective starting date of July 1 •', 2024, and an and date of September 30, 2024 (the "Tenn'). 1. Desolotion of Services. Contractor will provide the 5ennces described in Exhibit'A' hereto (the 'Services`) Although Contractor may be provided with 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 Contractorweh the appropriate location to performthe Services): when lheServlces 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 tenns and conditions set forth in Exhibit "A' hereto, and performed 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. Krystle Cintas Aquatics Coordinator 1701 Mendian Avenue, Suite 401 krystledntas@miamibeachfl.gov 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 S12,000.00 (the 'Fee'). which shall be paid as described in Exhibit 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'S' hereto upon recelptof an acceptable and approved invoice. The City shall remit payment to the Contractor within 45 days of receiving an invoice from the Contractor for that portion for those portions) of the Services salisfactonly rendered (and referred to in the particular invoice). 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 following receipt by the other party of the written lamination notice Notwithstanding the foregoing. in the event of a public health, welfare or safety concern, as determined by the City Manager, in the City Managers 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 even[ of termination pursuant to this section. the Contractor shall be paid a sum equal to all payments due to hinl/her up to the date of termination; provided Contractor is continuing to satisfactorily perform all Services up lothe date of termination Thereafter, the City shall be fully discharged from any further liabilities, duties, and terms arising out ofor by virtue of, this Agreement 1526 of 3458 D sign Envelope ID: E07DF3DD-5109488D909A-EF33433593C4 DocuSgn Envelope ID SBB5F924F0814F8}9E1C-70FA93DD1288 4. Indemnification/Hold Harmieaa. Contractor agrees to indemnity, defend, and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses and expenses includingbut not limited to, attorney's fees, for personal economic or bodily injury, wrongful death, leas 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, andlor any and all subcontractors, employees, agents, or any other person or emly acting under Contractors control, in connection with the Contractor's performance of the services pursuant to this Agreement. Contractor shall pay all such claims and losses and shall pay all costs and judgments, which may antra from any lawsuit arising from such claims and losses. and shall pay all costs and attomey's fees expended by the City in defense of such claims and losses, including appeals The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agrasol l is the specific consideration from the City to Contractor for the Contrectors agreement to indemnify and hold the City harmless, as provided heroin. 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. 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 compensaltonitee 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. Contractor hereby expresses his/her willingness to enter into this Agreement with Contractors recovery from the City for any damage action for breach of contract to be limited to a maximum amount equal to the compensetiontlee 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 actually 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 of 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 lea a waiver of the limitation placed upon City liability as set form in Section 768.28. Florida Statutes B. 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 Page 2 of 15 1527 of 3458 Dowsign Envelope ID: E07DF3DD-5109-0BBD-909A-EF434335MC4 DoiiSW Envelope ID 5885FV2 FNIAF8}%E1C-70FA93007]8e CONTRACTOR: Alfredo Eduardo Bracho Rios 12822 NW 23rd Place Miami Shores, FL 33167 (786) 413-0133 CITY: John Reber City of Miami Beach Parks and Recreation Department 1701 Meridian Avenue, Suite 401 Miami Beach, FL 33139 (305)673-7000 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. Von". This Agreement shall be govemed by, and construed in accordance with, the laws of the Slate 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 EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. Duty of Can/Compliance with Applicable Laws/Confliat of Interest With respect to the performance of the Services contemplated herein. Contractor shall exercise that degree of skill, rare, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to Me performance of comparable services. In its performance of the Services, Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami -Dade County, the State of Florida, and the federal government Without imiting the foregoing, Contractor herein agrees toadhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and ethics provisions, as set forth in the Miami-Oade County Code, and as may be amended from time to lime; 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 covenants that a 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 further covenants that the performance of Services under this Agreement, no person having any such interest shall knowingly be employed by the Contractor Notwithstanding the foregoing. Contractor shall be able to provide similar services to other third parties as long as they do not conflict with the Services to be provided hereunder. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits ansing therefrom. Page 3 of 15 1528 of 3458 Xxiisi9n Envelope ID: E07DF3DD-510948BM09A-EF4M33593C4 Dowepn Envekxie ID'. 5B85F934-FO81 <Fa39E1G70FA9JOD]2BB 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 originr sex, age, disability, religion, income or famle; 3latus. Additionally, Contractor shall comply with City of Miami Beach Human Rights Ordinance, codified in Chapter 52 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, or public services, on the basis of actual or perceived race, color, national origin, religion, sex, inlemexuality, sexual orientation. gender identity, familial and marital status, age, ancestry, height, weight, domestic partner status, labor organization membership. familial situation, polifical affiliation, or disability. 10. Florida Public Records Lew. (A) Contractor shall comply with Florida Public Records law under Chapter 119.Florida Statutes, as may be amended from time to time. (8) The term -public records' shall have the meaning set forth in Section 119.01 Ill 2). which means all documents, papers, letters, maps. books, tapes. photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission. made or received pursuant to law or ordinance or in connection with the transaction of olfcial business of the City. (C) Pursuant to Section 119.0701 of the Flonda Statutes, 9 the Contractor meets the definition of'ContractoP as defined in Section 119.0701(i xa), the Contractor 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 City 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 confidential and exempt from public records disclosure requirements are not disclosed. except as authorized by law, for the duration of the contract lens 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 City 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. @ 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 City, upon request from the City a custodian of public records, in a format that is compatible with the information technology systems of the City. (C) REQUEST FOR RECORDS, NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City contract for Page 4 of 15 1529 of 3458 Dowsi9n Envelops ID: E07DF3DMI0948BD-909A-EF43433593C4 Dorusgn Emsem 10: 5605F92bF08/4F8lMl C-70FA93DD728B services most be made directly b 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) Contractors failure to comply with the City's request for records shall constitute a breach of the Agreement, and the City, at its sole discreton. 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 (3) 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 (D) CIVIL ACTION. (1) If a civil action is filed against a Contractor to compel production of public records relating to the Cltys contract for services, the coon shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorney's fees, if. (a) The court determines 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 We 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 It Kb) if it is sent to the City's custodian of public records and to the Contractor at the Contractors address listed on its contract with the City or to the Contractors registered agent. Such nolices 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 formal. (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 of enforcement. (E) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, 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(&MIAMIBEACHFL.GOV PHONE 305-673-7411 t/. Ownershio of DocumentsfPatents and Copyrights 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 Page 5 of 15 1530 of 3458 Docusign Envelope ID: E07DF3DD-510948BD-909A-EF43433593C4 Do Sqn Envelope ID. SS85F92LFNI1 83-9E1C41)FA93DD7288 dissemination of same by Contractor, other than to the City, shall fire[ be approved in writing by the City Manager, which approval, if granted at at, shall be at the City Manager's sole and absolute discretion. Any patentable andlor copyrightable result arising out of this Agreement. as welt as all information, speciacabons, 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 application 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 Managers sole and absolute discretion. 12, Liability for Rent, Supplies, Eauloment Et Contractor shall provide all funds necessary to pay all 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 to provide such Services. If Contractor uses any of the City 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 mutually agreed by the parties. 13. Liability for Sub -contractor. Contractor shall be liable for its Services, responsibilities and liabilities under this Agreement and the costs, services, responsibilities and liabilities of any sub-connaclors (d 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 this City. When the lerm'Contractor' is used in this Agreement, it shall be deterred to include any subcontractors (if any) and/or any other person or entity acting under the direction or control of Contractor (A any), All Sub- contractors (if any) must be disclosed in writing to the City prior to their engagement by Contractor. 14. Independent Contractor/Wo Joint Ventura. 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 CRY, 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 INCLUDING ANNUAL AND SICK DAY ACCRUAL. FURTHER, THE CONTRACTOR SHALL NOT BE DEEMED ENTITLED TO FLORIDA WORKER'S COMPENSATION BENEFITS AS AN EMPLOYEE OF THE CITY OR ACCUMULATION OF SICK OR ANNUAL LEAVE. The Contractor shall be the sole parry responsible for any and all employment taxes. unemployment compensation lazes 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 Page a of 15 1531 of 3458 Docusign Envelope ID: E07DF3DD-5109485D-909A-EF43433593C4 D Sign Envelope ID'SBa5F92x-F081JFn9E1C-70FA93DD72BB not limited to, for purposes of the Federal Insurance Conmbution 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 WorkersCompensation Insurance Code and other benefit payments and third parry liability claims), and the Contractor shall indemnify and hold the City harmless from all costs, loss, damages of expenses (including but not limited to taxesaccounting fees, court costs, and attorneys fees at all levels of litigation) m the event of any determination to the contrary by any court of competent jurisdiction or governmental authonty. The Contractor recognizes and understands that it will receive an Internal Revenue Service Form 1 D99 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 slate 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 Contractors 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 tree 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 obligations 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, Purchase Order Rsaulrem t. This Agreement shall not be effective until executed by the parties hereto and until the City has issued a Purchase Order for this Agreement 15 (A) A 'Force Majeure' event is an event that (i) in fact causes a delay in the Performance of the Contractor or the City a obligations under the Agreement, and (li) is beyond the reasonable control of such parry unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such parry, and (w) 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 pursuanl to the Agreement. (8) If the City or Contractors performance of its contractual obligations is prevented or delayed by an event believed by to be Force Mapure, such party shall Immediatelyr upon learning 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, (fii) 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 Page 7 of 15 1532 of 3458 Do sign Envelope ID: EO7DF3DD-510948BD-909A-EF43433593CA DocuSign Eovekye ID 58a5F920.F0814Fe3-9E1C-70FA931DD128B Force Majeure. and the burden of 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 onty 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 parry shall use its reasonable best efforts 10 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 suspension 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 City may. at the sole discretion of the City Manager, suspend the City 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 Ma)eure delays a party performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given dale. 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 all or any portion of this Agreement without the pnor 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 dale of any proposed assignment. to Audit and Insaectlon Records. Contractor shell 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 provision to the effect that the sub -contractor agrees that the City or any of their duly authorized representatives shall, until the expiration of three years after final payment to the sub- contractorhave access to and the right to examine any directly pertinent books, documents, papers and records of such sub-contractorinvolving transactions related to the sub -contractor. Page 6 of 15 1533 of 3458 w Docusgn Envelope ID: E07DF3DD-511 8B6909A-EF43433593C4 oocuagn Eiwalope 10'. 5BB5F924-F0814F83AE1C-70FA93D07M 19. Inspector General. Audit Ri hb (A) Pursuant to Sec!on 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 City conbacls, throughout the duration of said contracts. This random auditis 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 City 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. Morntoring of an existing City project or 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 desgn, bid specifications, (blo/proposal) submitlets, activities of the Contractor, its officers, agents and employees, lobbyists. City staff and elected officials to ensure compliance with he contract documents and to detect fraud and com,pbon. Pursuant to Section 2-378 of 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. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector 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/propos il) 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 fhe right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector Generars sole lud9ment, pertain to performance of the contract, induding, but not limited to original estimate files, charge order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project - related conespondence, memoranda. instructions, financial documents, construction documents, (bd/proposai) and contract documents, backchange documents, all documents and records which involve rash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and retorts. (E) The Contractor shall make available at its office at all 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 Page 9 of 15 1534 of 3458 r Doousign Envelope ID: E07DF3DD-510948B0.909A-EF43433593C4 DocuSgn Envabpe ID 5BBS Q9 0111�8i1)E1C-70FA93DO728e (3) years after final payment under Ihis 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 wcrk terminated until thrua (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, liligation, 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 all 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•Ve (A) To the extent that Contractor provides labor, supplies, or services under this Agreement. Contractor shall comply with Section 448.095, Florida Statutes. 'Employment Eligibility' ('E-Verily Statute'). as may be amended from time to time. Pursuant to the E-Verity Statute. commencing on January 1. 2021. Contractor shall register with and use the E-Venfy system to verify the work authorization status of all newly hired employees during the Term of the Agreement Additionally, Contractor shall expressly require any subcontractor performing work or providing senesces pursuant to the Agreement to likevns , utilize the U.S. Department of Homeland Security's E-Venty system to verify the employment eligibility of all 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 employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit for the duration of the Agreement of such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS. (1) d the City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, the City shall 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 20(A), but the Contractor otherwise complied with such subsection, the City will promptly notify the Contractor and order the Contractor to immediately terminate the agreement with the subcontractor. Contractor's failure to terminate a subcontractor shall be an event of default under this Agreement, entitling City to terminate the Contractor's contract for cause. (3) A contract terminated under the foregoing Subsection(8 X 1) or(Bp2) is not in breach of contract and may not be considered as such. Page 10 of 15 1535 of 3458 Docueign Envelope ID: E07DF30Dd10 81ID-909A-EF43433593C4 DmuSgn Envelope ID. 51B6S W&FOlh4Fe3.9E1C-19FA93DD]28B (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 (BX 1) or (BX2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Contractor under the foregoing Subsection (BX1), Contractor may not be awarded a public contract (or at bast 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 or this Agreement under this Section 20 21. Waiver of Breach A parts failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or nodific /bon of this Agreement A parry's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 22. 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. 23. Joint Preoa 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 pint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall rat, solely as a matter of judicial construction, be construed more severely against one of the parties than the other 24. Mutual c000arat Contractor recognizes that the performance of this Agreement s essential to the provision of vital public services and the accomplishment of the slated goals and mission of the City. Therefore, the Centrador shall be responsible 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 parses. The Contractor shall rat make any statements or take any actions detrimental to this effort 25. Entire Aareamerd. This writing and any exhibits and/or attachments incorporated (arid/or otherwise referenced for incorporation herein) embody tree 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 26. Backaround Check A memenl. In accordance with Sections 943.0542, 984.01, 39.001 and 1012.465, Florida Statutes and Chapters 430. 435, and 402, Florida Statutes. as applicable, employees, volunteers. Page 11 of 15 1536 of 3458 Docuaign Envelope ID: E07DF3DD510948BD-909A-EF43433593C4 Docu$pn Enveope 10 5BB5F924-F0814F839E1C-70FA930D7286 contractors. and subcontracted personnel who work in direct contact with children or who come into direct contact with Ulldren must complete a satisfactory Level 2 background screening prior to commencing work pursuant to this Agreement. Level 2 Background screenings must be completed through the City of Miami Beach. Human Resources Department. Contractor agrees to complete Level 2 Background screening prior to initiating any work related to this Agreement. Page 12 of 15 1537 of 3458 Dmusign Envelope ID: E07DFMD-5109 86MMA-EF43433593C4 D Sen Envelope to. 50851`9241`W14183-9E1G70FA93D0728e IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by the respective officials thersunto duly authorized, this data and year first above written. FOR CITY: ATTEST By: �11!is iladi Date: 7/5/2024 1 4:58 PM EDT WITNESS. .:' aYI� i y f. 2= C U0'BRa01l�a6tDr —.--._ OR1ee-cWtsl4elsnd Performance Improvement eeeWWCM- <fV HuhraFFFIMMIMWss CITY OF MIAMI BEACH, FLORIDA Oru•Mf K eA.■esr Alfredo Eduardo Bracho Rios Sigmti At ttC40 69ACkV Print Name Approved as to form & language & for execution. Aauhir-- WON )iPIty Agomey -- • Date Page 13 of 15 1538 of 3458 Dowsign Envelope ID: EWDF313D510948130-909A-EF43433593C4 DoeuBpn E,"" ID 59a5F924F0414F93-9E1C-70FA93DD7296 F-ArT0 ORWA9(oo Wogepe "ICo "OarAgmenronOtI opmndent Convertor Agr om t2021 modified Ot-12-2021 Exhibit A Description of Services DESCRIPTION OF SERVICES The Consultant shall establish and administer Swim Team coachinglclasses for Miami Beach residents and visitors at the following locations. 1.) South Pointe Park (1 Washington Avenue, Miami Beach, FL 33139) 2.) Flamingo Park (999 11^ Street, Miami Beach, FL 33139) 3.) Scott Rakow Youth Center (2700 Sheridan Avenue, Miami Beach, FL 33140) 4.) North Shore Park Youth Center (501 72" Street, Miami Beach. FL 33141) 5.) Normandy Isle Park and Pool (7030 Trouville Esplanade, Miami Beach, FL 33141) Consultant shall provide instruction for ail ages. City shall register participants in Consultant's classes Consultant Shall offer Miami Beach Residents discounted rates to participate as set forth below. At least 75%of participants in Consultant's program shall be Miami Beach Residents, The City shall coordinate and/or provide facility access as necessary. Any change to the approved fees shall require prior written approval of the City Manager. Page 14 of 15 1539 of 3458 Docusign Envelope ID: E070F30D-51094BBD-909XEF4U335MC4 Docusgo Envelope ID. 5885F924FW1 AF8Y9EIC 70FA93001286 Exhibit 8 Fies The City agrees to pay the Contractor as follows. Group c4k*m: The City shall pay Contractor $30.00 for each 50-minute group class. The Contractor shall issue invoices to the City no later then 15 days after the program session concludes. The City shall remit payment to the Contractor within 45 days of receiving an invoice from the Contractor for that portion (or those portions) of the Services satisfactorily rendered (and referred to in the particular invoice). Page 15 of 15 1540 of 3458 Docusign Envelope ID: EW DF3DD-510"8BD-909A-EF63433593C6 DocuSgn Enveope ID'. S8B5F9244081JF83-9EIC-70FA93DD728R Mliar nalna: q: P11nA11M 111" P. OCNumbr: Departm. it of children Background Screening Result and Families This individual's eligibility status as of 52912n24 is provided below. The employer must retain a hx! copy of this result in the individual's employee file. If we become aware of a change In an individual's eligibility status, an email notification will be sent to the most recent employer of record in the Clearinghouse or the last provider to submit a screening request through the Cleannghous i. It is recommended health care and/or service provider employers check the screening results of staff regularly as an individual's status may change based on information received. If you become aware of an event that may change the employee s eligibility please contact your specified agency, Department of Children and Families, at 888-352-2849. The employer must take the appropriate action when a change in status occurs in accordance with Section 435.06. Flonda Statutes. Applicant Name: SSM: Dsta of Birth: Race: Sax: ALFREDO BRACHO XXX-XX-3898 512WI982 WHITE MALE ---- - ----- — - _ J Retained Prints Expiration Date: 11/10f7�6 Clearinghouse Screening Available?: Yes Department of Children and Families Eligibility The Department has reviewed child warfare records for the State of Florida This search was conducted in Florida's Automated Child Welfare Information System (SACWIS). ./ There is no record W the applicant being fisted as the caregiver responsible for a verified finding of abuse. abandonment or neglect of a child The individual may request additional infonnatiorl pursuant to s.39.202. Fonda Statutes Item status DCF General Eligible DCF Child Care Eligible DCF Substance Abuse Eligible DCF Summer Camps Eligible DCF Mental Health Agency Review Required APD General Agency Review Required APD Developmental Disability Centers Agency Review Required APD CDC Agency Review Required Eligibility Determination Date 12/3/2021 12/3/2021 12/3/202/ 6/11/2021 Emplgyment History_(a<®n0rted to Florida s Background Scr¢emraClean ghouse y_provder emayers.) I '. d" Position core Date End Date City of Miami Beach Parks and Recreation Diner 1010112023 Athletics - 11137630Z 1541 of 3458 DwuWn Envelope ID: EOMFMD-51NAMD-909A-EF43433593D4 DOLt.Syn Em"" ID'. 80BSF924-F081J 8MEILADFAOD0728B Print Event: 161454275 Print Date: 512912024 1542 of 3458 Do susign Envelops ID: E07DF3DD-5109A8BD-9DDA-EF43433593C4 Dmuagn Envelops ID: BE03ED52-N0 6]A-912G)BFC499a0]]A MIAMIBEACH N/A Professional SeMces Agreement IM Swim LLC) AB Swim LLC Parks and Recreation JohnMark Taxis, st Type lF-•Compact amen front change order, or task order sulpngho apro pa-issuetl competitive solicitation e rem Tylar2 Am other contract, amendment, charge tl task orderthat dIresuhlmmapmmremenl-issuetl mmprtltive mlkltatlan. a Typt3-IndepeMtnt ConVa<mrAyeemen111fAI iyw6 Tenam Agrenment TYPe4-G2nt agreements with the [its as Me redpim[ Type)-Intoryoynnmmta ogsmy agreement Typt S- Boot agreements with the City as me grantor Type O-OMx This as Professional Services Agreement (PSA) between AS Swim LLC and the CM of Miami Beach for competans swim team programming. The term of the agreement Is 12 months (October 1, 2@5 through September 30, 2026). The Contractor shall pay the City 30M of all fees collected by the Contractor from the program partiell anrs. The Conbador shall retain )OM of the fees Selected from plrtkipants. The Component W riming the term shall not exceed me vital sum of $100,Ob'm revenue. The vmdm was selected after the prior Swim Team compactor dissolved the partnership with the Gty. The contractor was a coach for the preHous Seem Team M add has been working in the podton for multiple Kars. The department continues to work with the Contractor, and Forward to Atlminisbabive Order 16,02g)(4),this items seeks a waiver ofthe quote requirement to execute the smadred IYufession r Service Agreement The department reeewed dresmdmwle whkh dM rout result in am, debarmentfmm the state, counts or federalgovernment. Also Mdr is the COnba[IWe Certlllute tit Wlpena arM generalbear Nrk 09/30/2026 A 12 months Nia ILL Grwg Funded: Yn • No Strte Federal pher. Y. Art Cost Account Britoil. Embarrassment 1 Esdmafee Sul(, DII-g000341202-0U3D)-308-00-060D Yes No Yes No 3 Yes No 4 Yes No 2. For contracts longer than five Years, wntaQ the Promrement Department. 2. Attach any supporting explanation needed. g. Budget approval Indintes approval for this arrant fled Ydater only, FUMne Years are subject to they Commission approval of the annual adopted operating budget City Commission Approved'. II Yes No Redutlon No.: CC Agenda Item No.: CC Meeting Date: .-_"- If no, explain why CC approval Is not required. Legal Form Approved: a I Yes No Nm,MWinb mWhyf m0 mnlisrrptrMmeu Procurement: N/A (grants: N/A Budget: LThisold. Offs Shavent Informatagn Teohmbgy: N/A Risk Management: _ Arne abed r Real &Facilites: N/A D sl9n Envelope ID: ED]DFODD-5109-098D-909A-EF40 593 Dooueipn Envelope ID: BEWED52-95DD�1A-912G78FCa M77A Human Resources: N/A O r: N/A 13musign Envelope ID: EWDF=ZIN0 8130.909A-EFAI 4 593C,l D uitgn Envelope ID: PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND AS SWIM, LLC FOR COMPETITIVE SWIM TEAM PROGRAMMING This Professional Services Agreement ("Agreemi is entered into this rarh day of n.,v.,,,her , 2025 and is effective retroactive to October 1, 2025 ("Effective Date'), between the CITY OF MIAMI BEACH, FLORIDA. a municipal mi-pomtton organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the 'City*), and AS SWIM, LLC, a Florida limited liability company, whose address is 12622 NW 23ro Place, Miami, Florida 33167 ('Contractor'). SECTION 1 DEFINITIONS Agreement. This Agreement between the City and Contractor, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Parks and Recreation Department Director. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. ServicesAll services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435; and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and 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 not have the right to control the hours of the Services performed by the Contractor; where the Services are performed (although the City will provide Contracts' 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 Docusgn Envelope to: E07DMDM109481369090,-EF434335=4 Dowsgn Envelope ID: BE03ED62-WB 67A-912C-78FC,IB9i aspect of the actual manner and means of accomplishing the Services provided. Notwithstanding the foregoing, all Services provided by the Contractor shall be performed In accordance with the terms and conditions set forth in Exhibit A and to the reasonable satisfaction of the City Manager. If them are any questions regarding the Services to be performed. Contractor should contact the following person: Krystle Cintes Aquatics Coordinator 1701 Meridian Avenue, Suite 401 Miami Beach, FL'33139 Krystl,,eCintas.@rn>iamibgachggov 2.2 Contractor's Services, and any deliverables incident (hereto, shall be completed in accordance with the timeline and/or schedule in Exhibit A hereto. SECTION 3 TERM The term of this Agreement ("Term") shall commence on the Effective Date and end on September 30, 2026. Notwithstanding the Term provided heroin, Contractor shall adhere to any specific timelines, schedules, dales, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit A hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided, the Contractor shall retain 70% of all fees collected by the Contractor from Ihe, program participants (Ile "Pee"), On or before the 20" day of each following month, the Contract shall pay to the City 30% of all fees collected by the Contractor from the program participants in (he month prior. Each month, along with payment, the Contractor shall provide the City with the prior month's rosters, which will include each participant residency information, and proof of individual payments. In no event shall the cumulative Fee retained by Contractor exceed $100.000.00. SECTION 5 TERMINATION 5.1 If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising Its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. D uegn Envelope ID: E07M30D-51D9-48BD-909A-EF43433593G Docuegn Envelope ID: BE03EDS2 09 16]M912C-i G413990T1A Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City for any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE, ADDITIONALLY, 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. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, 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. 6.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors. from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may ense or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, In connection with, related to, or as a result of the Contractors performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys fees expanded by the City in the defense of such claims and losses, Including appeals. The Contractor expressly understands Docusign Envelope ID: EVDFMD518 11B0.90BA-EF43433593Cl Docuslpn En i eID: BEMED52ABDDO67A-91WJBFUB99077A and agrees (hat any insurance protection required by this Agreement or therwise 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, employees, agents and instrumentalities as herein provided. The parties agree that we percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of (his Section 0.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Contractor shall maintain and carry in full force during the Term, the following insurance 1. Contractor General Liability, in the amount of $1,000,000; 2. Workers Compensation 8 Employers Liability, as required pursuant to Florida Statutes', 3. Professional Liability, in the amount of $1,000,000 City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Contractors insurance. Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach clo EXIGIS Insurance Compliance Services. Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the Stale of Florida. Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this Agreement. All certificates and endorsements must be received and approved by the City before any work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH Go EXIGIS Insurance Compliance Services P.O. Box 947 Mumeta, CA 92564 Dowsign Envelope ID: EWDFMDG109401!1D-909A-EF434 93C4 Daxs,in Envelope ID: MWED52-9000407M912C-10FC4099077A Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing agent, EXIGIS, at Certificates -miamibeacll riskw_orks.con, The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve Contractor of its liability and obligation under (his Section or under any other section of this Agreement. SECTION 7 LITIGATION JURISDICTIONIVENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the Slate of Florida. This Agreement shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if In so doing the City can place a limit on the 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 $10,000. Contractor hereby expresses its 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 of $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages In an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non -Performance of any obligations Imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way Intended to be a waiver of the limitation placed upon the City's liability, as set forth In Section 768,28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAW$IPATENT RIGHTS* COPYRIGHT AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE 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 work and/or services. Docusign Envelope ID: E01DF3DD-5109400-909A-EF43A 1593Cd Docusigm Envelope ID: BEG3E052-98M461M912C-)8F"8990]7A 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services, Contractor shall comply will all applicable laws, ordinances, and regulations of the City, Miami-Oade County, the Stale of Florida, and me federal government, as applicable. 9.3 PATENT RIGHTS' COPYRIGHT' CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information SPecifmations, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Contractor, without the prior written consent of the City Manager, excepting any information, records etcwhich are required to be disclosed pursuant ID Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in pad under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Contractor or its employees or sub -Contractors, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM - 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (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 City contracts, Ihroughoul the duration of said contracts. This random audit is separate and distinct from any other audit performed by or an behalf of the City. (B) The Office of the Inspector General is authorized to investigate City 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 or 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 Dmusgn Envebpe ID: E07DF3DD5109-08BD-909A-EF43433593C4 D usigo EnvMi p ID: BE03ED52-913 O 67A-912 78FC4B99077A shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but net limited to project design, bid specificatlons, (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 of the City Code, the City is shriveling a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector 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, (bdiproposal) 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 night 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, backchange 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 al its office at all 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: i. 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 iI, 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) fire provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the Docusgn Envelope ID: E07DF3DDd10948BD-909A-EF43433593C4 D Wkn Envelope to: BEOaED59-9800.167M9120701FC B99077A provisions in this section in all subcontracts and all 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 he construed to impose any liability on the City by the Contractor or third parties. 10.3 ASSIGNMENT TRANSFEROR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7D68, Sworn Statement under Section 287. 133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 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 fully with the City of Miami Beach Human Rights Ordnance, codified in Chapter 62 of the City 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 its membership or policies because of actual or perceived race, color, national origin, religion, sex, intemexuality, 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, or political affiliation. 10.6 CONFLICT OF INTEREST 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, 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 by reference as if fully set forth herein. Contractor covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Contractor further covenants that in the performance of this Agreement, Contractor shall not employ any person having any such interest. Docusign Envelope ID: EWDF30D-5109i8130.909A-EF43633593Cd Doa,eign EnValape ID: BE03ED524181) 467A-912C-181'C4B99077A 10.7 CONTRACTOR'S COMPLIANCE WITH 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. (e) 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, 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"Conlrectof' as defined In Section 119.0701(1)(a), the Contractor 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 City with a copy of the requested records or allow the records to be inspected or coped 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 confidential 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 City 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 meal all applicable requirements for retaining public records. All records stored electronically must be provided to the City, 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; NONCOMPLIANCE. (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 this 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. (3) A Contractor who fails to provide the public records to the City within a reasonable time maybe 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 shall assess and award Dmusgn Envelope ID: EVDF31)0-5109-0e MD!)MEF4343359304 0owagn Envelope to: BEdaW52-ae0ad67A-912C-79FC4899077A against the Contractor the reasonable costs of enforcement, including reasonable attorneys' fees. If: a. The court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and b. At least 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 contract with the City or to the Contractor's registered agent. Such notices most 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 8 business days after the notice is sent Is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR 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: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOAMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A "Force Ma)eure- 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 (it) is beyond the reasonable control of such party unable to perform the obligation, and (iit) is not due to an intentional act, error, omission, or 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, tires, epidemics, pandemics, terronsm, 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 Contractors performance of its contractual obligations is prevented or delayed by an event believed by to be Force Meteors such party shall immediately, 10 Docusign Er wilope ID: EmDF3�10928BD-909A-EF43433893C4 Dotuegn Emelnpe le:9E03ED52-9a0eieiA9t2C-ieFC6B950T/A upon learning 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, (it) of the nature of the event and the cause thereof. (iil) 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 lake 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 of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party herein 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 then 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 wrrecl 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. (0) Obligations pursuant to the Agreement that amse before the occurrence of a Force Majeure event, causing the suspension 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 poor 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 City 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 (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given dale, 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 slated term. 10.9 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 Eligibility" ("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. Additionally, Contractor shall expressly require any subContractor performing work or providing services pursuant to the Agreement to D egn Envelope ID: E07DF3DD-510948BM09A-EF4MW693C4 Dowagn Envelope ID: BEWED52-98D8487MMC-78FC41399077, likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subConlractor. If Contractor enters into a contract with an approved subContractor, the subContractor must provide the Contractor with an affidavit stating that the subContractor does net employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit for the duration of this Agreement or such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Contractor has knowingly violated Section 448.09(l), Florida Statutes, which prohibits any person from knowingly employing, hiring, recruiting, or referring an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United Stales, the City shall 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 10.9(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 (Bpp or (6)(2) is not in breach o(contlact and may not be considered as such. (4) The City or Contractor or a subConbactor may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1) or (13)(2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Contractor under the foregoing Subsection (13)(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 10.9, 10.10 CONTRACTOR'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Contractor agrees to comply with Section 787.06. Florida Statutes, as may be amended from time to time, and has executed the Anti -Human Trafficking Affidavit, containing the certification of compliance with anti -human trafficking laws, as required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit'B". 10.11 PROHIBITION ON CONTRACTING WITH A BUSINESS ENGAGING IN A BOYCOTT Contractor warrants and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Contractor hereby certifies that Contractor is not currently engaged in, and for the duration of the Agreement, will not engage in a boycott of Israel. 12 Docusign Envelope ID: EO7DFMD-5109-0813D-909A-EF43433593C4 Docusign Em i ix, ID: BE03ED52-900 7AA12G79FCA699077A 10.12 PROHIBITION ON CONTRACTING WITH AN INDIVIDUAL OR ENTITY WHICH HAS PERFORMED SERVICES FOR COMPENSATION TO A CANDIDATE FOR CITY ELECTED OFFICE Contractor warrants and represents that, within two (2) years prior to the Effective Dale, Contractor has hat 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. For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2- 379 of the City Cade shall not anal y to the following. (a) Any individual or entity that provides goods to a candidate for office. (b) Any individual or entity (hat 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 clients or customers other than candidates for office. This includes, without limitation, banks, telephone or into net service providers, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors, (0) Any individual or entity which performs licensed professional services (including for example, legal or accounting services). 10.13 PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN WHEN AN INDIVIDUAL'S PERSONAL IDENTIFYING INFORMATION MAYBE ACCESSED Contractor hereby agrees to comply with Section 287.138, Florida Statutes, as may be amended from time to time, which states that as of January 1, 2024, a governmental entity may rat accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information (PII), unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in Paragraphs 2(ay(c) of Section 287.138, Florida Statutes: (a) the entity is owned by a government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity, of to) the entity is organized under the laws of or has its principal place of business in a foreign country of concern (each a "Prohibited Entity'). A foreign country of concern is defined in Section 287.138 (1)(c), Florida Statutes, as may be amended from time to time, as the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Madura, or the Syrian Arab Republic, including any agency of of any other entity or significant control of such foreign country of concern. Additionally, beginning July 1, 2025, a governmental entity may not extend or renew a contract with a Prohibited Entity. Contractor warrants and represents that it does not fall within the definition of a Prohibited Entity, and as such, has caused an authorized representative of Contractor to execute the "Prohibition Against Contracting with Entities of Foreign Countries of Concern Affidavit, incorporated herein by reference and attached hereto as Exhibit "C. 13 Dmusign Envelope to: E07DF3DDh10948BD-909A-EF43433593U Docuagn Emek" ID: aE03ED52-980e461A-9120-78Fc4899077A SECTION it NOTICES All notices and communications in writing required or permitted hereunder, shall 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 TO CONTRACTOR: AS SWIM, LLC 12822 NW 23 PL MIAMI FL 3.3167 ATTN: ALFREDO EDUARDO RIOS BRACHO, MANAGER TO CITY: CITY OF MIAMI BEACH PARKS AND RECREATION DEPARTMENT 1701 MERIDIAN AVENUE, SUITE 401 MIAMI BEACH, FL 33139 A RN'. JOHN REBAR, DIRECTOR Notice may also be provided to any other address designated by the party to receive notice if such alternate address Is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent. unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terns or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERASILITY If any term or provision or this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and ovary other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 14 Doousign Envelope ID: E01DF3DM109486D-909A-EF43433593C4 Docueign Envelope Ib: 9E03E053-98130451A-91 PC-18FC4899077A 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall 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 shell not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 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 Nis been agreed to by parties to express their 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. 12.5 ENTIRETY OF AGREEMENT The City and Contractor agree that this is the entire agreement between the parties, This Agreement supersedes all prior oegobations, correspondence, conversations, agreements of understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.6 BACKGROUND CHECK REQUIREMENT In accordance with Sections 943.0542, 984.01, 39001 and 1012..465, Florida Statutes and Chapters 430, 435, and 402, Florida Statutes, as applicable, employees, volunteers, contractors, and subcontracted personnel who work in direct contact with the vulnerable population or who come into direct contact with the vulnerable population must complete a satisfactory Level 2 background screening prior to commencing work pursuant to this Agreement. Level 2 Background screenings must be completed through the City of Miami Beech, Human Resources Department. Contractor agrees to complete Level 2 Background screening prior to initiating any work related to this Agreement. (REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 15 Do sign Envelope ID: EWDFMDd1094813D-909A-EF,IMM 0C4 Dmusgn Env i ii ID: BEOeED52-98 O 6]M912G78FC46990])A IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: ATTEST: Ka atl E 6ratna�o _ Re6ft_tef(To, Cily Clerk Date: 12/16/2025 11:11 AM EST FOR CONTRACTOR: ATTEST: �iJi1t. �.i n#NS �ypifCl I CWQ1+1aha✓ not I� me and Tide Date: —LI).[aws___—. 16 CITY OF MIAMI BEACH, FLORIDA By . AA Eric pgnfer, ity Manager AB SWIM, LLC BY: 1 A �U F Ibu .i11 IdV — 9oa wT— Prinl Name and Title APPROVED AS TO FORM & LANGUAGE & FO ECUTION ;A City Attorney F'+' Dale Docusign Envelope ID: E07DF3DD-510948BD-909A-EF43433593G Docusgn Emeopa ID: BE03ED52-90D0467"12C70FC,18al lA EXHIBIT "A" SCOPE OF SERVICES Contractor shall establish and administer Competitive Swim Team programming for Miami Beach residents and visitors at the (diming locations. 1,) Scott Rakow Youth Center (2700 Sheridan !venue, Miami Beach, FL 33140) 2.) Normandy Isle Pod (7030 Trouville Esplanade, Miami Beach, FL 33141) 3.) Flamingo Perk Pod (1200 Michigan Ivenue, Miami Beach, FL, 33139) Contractor shall provide instruction for ages 6 through 18. Contractar shall also coordinate staffing and ensure Gasses are staffed at all times. Contractor shall register participants in Contracid's classes. Contractor shall offer Miami Beach residents discounted rates to participate as set forth below. At least 75% of participants in Contractors program shall be Miami Beach residents. The City shall caoNinete and/or provide facility access as neressary. Locations are subject to change based on programming needs. Participant Fee Per Monthly Session, Miami Beach Residents: 3160.00 (2 times per week) Non -Residents: $20000 (21lmes par week) Participant Fee Per Monthly Session: Miami Beach Residents: $180.00 (3 times per week + 2 dry land practices) Non -Residents: $225 00 (3 times per week + 2 dry land practices) Participant Fee Per Monthly Session. Miami Beach Residents. $200.00 (5-8 times per week+ 2 dry land practices) Non-Ressenls: $250.001," times per week+ 2 dry land practices) The City shall be entillod to 30% of all revenue wllecled by Contractor from programming fees, clinic-, and group training fees. Items that will not have a revenue split 1.) Uniform that may include: Team bathing suit, cap, sweat. towel, and sports bag 2.) Equipment required: goggles, mesh bag, paddles, fins, kickDoard, and frontal snorkel 3.) USA Swimming registration fee 2025-26: $90.00 Any change to the approved foes shall requite prior written approval of the City Manager LMELINE FOR DELIVERABLES Within 10 days from the Effective Date, Contractor shall provide the conlact person with the proposed schedule of all programming for review and approval, Once approved. any changes to the schedule shall on coordinated through the Parks and Rocmabis, Department Director or his or bar designee, and shall be subject to the written approval of the parties, 17 Doousign Envelope ID: E07DF30MI094880-909MEF43433593 Docuelgn Envelope ID: 8ENED5Z-98DDb67A-912c-78FC4899077A EXHIBIT "C" PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN AFFIDAVIT In accordance with Section 287.138, Florida Statutes, Incorporated herein by reference. the undersigned, on behalf of Contractor, hereby attests under penalty of perjury that Contractor does not meet any of the following criteria in Paragraphs 2(ay(c) of Section 281,138, Florida Statutes: (a) Contractor is owned by a government of a foreign country of concem; (b) the government of a foreign country of concern has a controlling Interest In Contractor or (c) Contractor is organized under the laws of or has its principal place of business in a foreign country of concern. I understand that I am swearing or affirming under oath, under penalties of perjury, to the truthfulness of the claims made in this affidavit and that the Punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Contractor. CONTRACTOR: AB Swim, LLC, a Florida li k ility company. 12B?L njvJ 23 QL M IY.uW �. 3316� Ignat (Address) - - NameMbs: parade nr Jv, m.d laa Stale of EkAde County of Lehi see.__-__._._ The foregoing instrument was acknowledged before me by means of W physical presence or ❑ online notarization, this Ish day of Derwntnr 2025 by Armco. eract,o __, as of AS Swim, LLC, a Florida limited liability company, known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC. (Signature „ _ MELODY PEeEZ Melody Perez >w." ��•� . (Print Name) w,.ros. ro7s My commission expires: August 5, 2029 19 Doaeign Envelope ID'. E07DF3DDL10948BD-909 EF4W3593C0 Du ign Envelope ID: eE03ED52-WDo467M912G78FC4B9s077A EXHIBIT "B" ANTI -HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of Contractor hereby attests under penalty of perjury that Contractor does not use coercion for labor or services as defined in Section 787.06. Florida Statutes, entitled 'Human Trafficking'. I understand that I am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a raise statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Contractor. CONTRACTOR: AB Swim, LLC, a Florida limited liability company. _ ILOzz Ow 2a PL Hm4 ITL "wo n lur (Address) S NamelTite: _y= — State of Fw+m _ County of Me ryrle _ The foregoing instrument was acknowledged before me by means of 9 physical presence or 0 online notarization, this sin,— day of ------------ 2025 by as _- ylanager._______ -_.:.. of AS Swim, LLC, a Florida limited liability company, known to me to be the person described herein, or who produced __ _— __. as identification, and who dldldid not take an oath NOTARY PUBLIC: (Signature) (Print Name) My commission expires: _August 5,_2029 y MELOOY VEeEZ isuM„a fa,.a IILglf"[omm sMf fear 11�5� MrCa�mMaaanf.px�� W. 18 Oocusign Envelops ID: E07DF3DD-510948BD-909A-EF43433593C4 consign Ema,aaa ID: aE03ED52-WD0467A-912C-76FCaISM77A 0 JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION "CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW a' NON -CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 10/2812024 PERSON: ALFREDO E BRACHO FEIN: 993446912 BUSINESS NAME AND ADDRESS: AS SWIM LLC 12822 NW 23 PL MIAMI, FL 33167 EXPIRATION DATE: 10/2&2026 EMAIL: COACHBRACH082®GMAIL.COM This Certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation. To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder, go to www.myllcmdalicense.com. W for IadW of Wa paraon on Ile nonce d eaG nW Waxe Than Ue eueled W revocelbn IC at aer mach 6e mcuiremeft or MIS .for cani6cale or elation urker DFS-F24)WC-252 CERTIFICATE OF ELECTION TO BE EXEMPT E020197M QUESTIONS? (850) 413-1809 RULE 69L-6.012, F.A.C. REVISED 01=23 Daysign Envelope 10: E070F3DD-5109d BD-909A-EF43433593C4 Dowel, Envelope ID'. BE03E052-96DO487A-912 78FC4899071A Pnwldw Name: Aft Printed ly: Me" Perez 1 a OGA NumMr: pePamn.itatChildren Background Screening Result and Familiar This individual's eligibility status as of 5/29/2024 is provided below. The employer must retain a hard copy of this result in the individual's employee file. If we become aware of a change in an individual's eligibility status, an email notification will be sent to the most recent employer of record in the Clearinghouse or the last provider to submit a screening request through the Clearinghouse. It is recommended health care and/or service provider employers check the screening results of staff regularly as an individual's status may change based on information received. If you become aware of an event that may change the employee's eligibility please contact your specified agency, Department of Children and Families, at 888-352-2849. The employer must take the appropriate action when a change in status occurs In accordance with Section 435.06, Florida Statutes. Applicant Name: SSN: Date of Birth: Race: Sex: ALFREDO BRACHO XXX-XX-3898 5/29/1982 WHITE MALE Retained Prints Expiration Date: 11/10/2026 Clearinghouse Screening Available?: Yes Department of Children and Families Eligibility The Department has reviewed child welfare records for the State of Florida. This search was conducted In Florida's Automated Child Welfare Information System (SACWIS). ✓ There is no record of the applicant being listed as the caregiver responsible for a verified finding of abuse, abandonment or neglect of a child. The individual may request additional information pursuant to s.39.202, Florida Statutes. Item Status Eligibility Determination Date DCF General Eligible 12/3/2021 DCF Child Care Eligible 12/3/2021 DCF Substance Abuse Eligible 12/3/2021 DCF Summer Camps Eligible 6/11/2021 DCF Mental Health Agency Restate Required APO General Agency Review Required APD Developmental Disability Centers Agency Review Required APO CDC Agency Review Required ED3pjgyDlaDt History (as reponetl to Florda's Background Screening Clean ghouig.l2y_provider a pjOy&5-.) Provider Position Hire Date End Date City of Miami Beach Parks and Recreation Other 10/01/2023 Athletics - 1113763BZ Docmign Envelope ID: E07DF3D051094613D-909A-EF43433593D4 [WusiV Enel ID: BE03ED52-MD9167A-912G78FDB98677A Print Event: 161464275 Print Date: 5/29/2024 Dp sign Envelope ID: EWDFMD-510g-0MD MM-EF4M3W!33 Documgn Envelope ID: BEMED5248D"6]A-9126]8FCgBBB 77A I�m.11eY g9�NYk �.tlx m pm Yy rFm Paq,m�.r Linn aa:uiw auMwn Yef�lm Ned4l on scm. Ma nw.ma Ile m ,Uavnulw ft., Wp . & ,Regards, 1{evin leea�ry$anlor Me elak MPlyPl. lialMSCV msn4wman-Piµ Na,wear,wapxam 17. Te..1"1 tta 1.111.11.. w�xae �^amw no. Fmm: Clnta, Kggle IXrysnKinix@mlamlEeatfifl dm'> Sent: Friday,p mbar 12, M5333 PM Ta.lritur , Mev',n <Cevinlriiarry@mi mlbexM1ftprva; Olevall, MiK<MirtCM1evalb@mNmlbeaPM1fl.gw W Rft E CbikMPIOf InsurnceFmb imaub 3ublasG PE CMIIkaMaf Insurance Fenh Swim dub Hi Nn. It sntee silm"Nkrp feul uabllity hbx limih. DDcusi9R Envelope ID: E07DF3DD-5109.48BD-909A-EF03433593C4 UDDusi9D EDANape ID: BEWED52-WDOi6]A-912G19FC 1199011A Aic"R& CERTIFICATE OF LIABILITY INSURANCE laz3nms R9,Y WIIER OF MFGRMNEtlH ONLY MIO CONFERS XU PIOXiS UPoH LXF CEP9iICRE MOLOEP. iXR CE"A.—A [EREIFIC/,EE q R]EO V OR NEWTVELY WCNO. ENTERS OR YTER THE COVERLOE AFFORD90 BV ME PCUH TES 011CON THIS CEWIRCATE COCA NOT AFPAWNTlel AOMOPREO PFPNERNTALH'F OR PRCOUCEP, AND ME .,INSURANCE OGEE NOT CO RRITUTE A CONTRACT OCTOBER THE ISMAMO INSURINHH, CERTIFICRE MOLDER As HAN.v--K:NN i,mACO1TgL M XASURED,Jxp[4Ylieel nwN Ear- A�TONEL INSUPFOnpwreimewM rvrWraeJ.Xe11ORO0AlMN ONUAM O. new, :mn-mN mnMJan-n11M Wk,' A in NAERM eve,eve,rpurnm m-m-M. AuxwI.. Amu w 4nbn He Nn[iIXN a Who MI:= C-u olw[Ir mtlan-mewl-1 A mHHMtlia M en sk"He es:p _ A ,80Dd16�10N9 IMCdE451p5 m—GmN.lnc v _ _ — nle®.yaR[krw rc:M—wm Uvvem3I18 n wN1.ra, IH eswl.zna x �- _.w uc sRecyll lrw.,wG wXr eWB3 Pb Sxm IC IzazzE ]YER -- AMantaNlMSph.leNueBErlMenlrem RPG Revenger mfI S Risk, -- c COVER.F6Ee —CEO IFICFTE NUMIL 6 Hey TN36NYERMTS THAAvyT ME PODUE CF INAMANCE 1.150syme'"A BENSSOFOMTXF Y6VPE0WMFOIEPf FdL TXE POUCVIFRpD T'qf TFO. RECHARREAREENT. TERN OR OF CCOMACI ORSCW9EO GFLT MAULL CONK—O'5UO1� ROVED OR WYPNOTTARTUNTAN.ERlAM. ME WbIWM MPoROED HEREIN IS SUTHER Bv�IPON EPOIICE6 O THE mem. E14U61pl5 Mp ,U,l.. LMTe MC1YN WY NFEffENAE.CEYPND<WNe. Ame AND LN P i c o�cW YMewu[�1A A % 9VAPGNv1]]N93101 1W[V1E l0/1NX EKxauw@fiF EE. .000 nuro'seeks Fw+ E,. ruwsxwE ❑M Ouw ,19,IL ,NN 41 ll.w. mween�+ NTNHU neNwEAw RwLAwxuFMn SO" <BYA<Nwv'n E60W WO rye-wFMM_O_ SI W _r.. AgWr QarmeC, QL¢ 1 El " NYIeen, Lvally El,mv.OtO M uyaAwneAN,wna._. $ -. E1.Om.mJ A w WAv(NW IDMNIBI Ism 1M&M AApu i' r�Y EeNN S1 C— jAmapYLl[�: AN 1]. AN ATDI MI Awm XxMM1 .. -t- . , .Hem p DAYACOexms[I .. A Ies w A Kxww® =1= aAa[ww ,rw Ask NwoYem'uYFIry •Ix W eF VGxMC-YA eF OWRaEYRNL _ mwnvnianr.ewvanrn: —� la muxux w.wu' _ 4 PAa!-Ku4Y[IM Ie m� 12J:W 1]91 M1 as!sk AAmersl eA-AuxwaequAVlrnnu-Ap-x cmua Averremnn Anse1:L11 E UMx. IN5. 16191a Samt: Trim, Dsmein HM: FritlEy, Dwmber lI. ]W 53:15 VM Q: PeM4 IRIM,Y [; geralier, Marcq Su:Pect: E Cem < 3ubleat: RF'. Cenif¢a1e MMSllwnna Fenlx Swim flub' COW EM1mmim, 11 is Se,mi.., PmMLmd LiRWU ,m Re mHOIMof St,000.000 Ri,a RegW, Nevin lmi 9mior NR Risk An-lyal. NMASCP rme Cepnrrn6Ru Wr.prrrvra Omo-r Xn Curx Rrvv MAm Ytlr. iL Y:N nI .w56,1 r5'X AxT MR] 1 cea IIB.'Ra.-NJ I �--ma.,,a,.� we ao rwuuurnmx�/youm'v puAcvrtow�wryeuwr w[ru Mno-wnv rwr�. rvurvxnmruxry Oocusign Envelope ID: EUDF=-5109.48B0.909A-EF&3433593C4 Oocualgn Envelope ID: BE03ED52-9000d52A-912C-28FC4B99012A Form: Chan, Nrystle cgoegl.r'rn..Rmama e Sent, Frday, Deambtt 12. 20251F1 PM To:marry, Rhin 4fevrmrnarrviemarrywam 11 omv Chevlier, MarFxMara6rvjIrtGdnn n arnllonm h: Perm, Mealy x.I.,.Px-,.Ax Suywe: RE: Ce.fi. a of lnauranm Fenw Syr. Curb' M Kenn, Please we attaTe&. Frame IIIaarry, Kevin IX.vinlrinnvpmum roll mea Sat: Friday, Demerara, 12, 2W5957 AM pa T.:01.1.Kory[k xKrvxdesmraeum—by-hu amn; CTeealiep Marc eMarxrTevalierwim rnll.emo Subject, RE'. Certificate of Inswance Fenix Swim dub Goad morning Kry&e, The Gq xy memory mism,tow bKayk[ Whom Gwnpenemion & Emplgae Lk may, at, required wrmaum to n of frmuda; Prafers. Llu flifty n mes enlayrtof$1,W0,0D0 Beer R,mrN, Kevin Inurry, sonar XR Rbk &rWyak IPMASCP Kunyvsa P.vnr mr exam. N. afire : xi w5.373 T52a Est am Fa 1.1..awn lea mxnxomnrmmnm.myxxmwrvpeEun<xrnxwrvrearxm.W. mxrecynzr N.rx rryzt nrxvtmmaW. Front: Lunar, "fly IXrvgbl rnrexamumrbearnrl erm Sent TNunday, December 11, W252:32 Per To: Inurry, Kenn xK,,,i,1 umMmrrmiwrh a—,0.11tt, Me, xMzrfA«vat«rtvlmumrF«xnrl enm Subi Certificate of Insurame Fenix Snm dub Goan off.. Marc oral.., Please we the anacnea We for approval. Sog a of emrk: amf... iorel 5nvia cm.r. reg.1cl,Me. ream at Soon Rek. Youth Car. Thank Wal If you have any aueibom or cmcerr , deasa feel free to wnric me. Rviu,d, M', f, Clnsn, A9...... CmNlmw PARKS & RECREATION DEPARTMENT Miami buff, FL 33119 ino I,, u. n c 23TST w.v n _ .� Docusign Envelope ID: E07DFMDS11�48126909A-EFa3A3359i MIAMIBEACH N/A I Professiona l Services Agreement- AB Swim LLC(Swim Team) AB Swim LLC Parks and Recreation Department Director Name & Signature �SYACM Name &Signature Tyce 1-Cnntort, amendment, change order or task order resuning from a procurement -issued comperitne solicitatbn. % Type 1-Other Contract amendment change order or task order not resulting from a procurement -Issued Competitive solitlGtion. Type 3- Independent Contrartor Agraxrnent(ICA) Type6-Tenant Agreement Types-Gmntagreemen%with Me Cltyasthemiplent Type] -Inter -governmental agency agreement Time S-Grant agreements with the City as thegrentor other: This is an Amendment to the Professional Services Agreement between AIR Swim LLC ano the CRy M Mpml BMCh rar ]Wlm Team Instruction. The term of this agreement is 12 months )October 1, 2D25 -September 30, 2026) The amendment was to modify Section 0.1 of the agreement to Increase the Fee from an amount not to exceed $100,000.00 to an amount not to exceed $150,000.00, which shall be paid as described in Exhibit 8 to the Agreement. On December 12, 2025, the Mayor and City Commission adopted Resolution No. 2025-33996 authorizing the City to increase the Fee by $50,000.00 to an amount not to exceed $150,0DO.00. Please find the original agreement attached. The Contractor has passed their background check with the Human Resources ;A1110ten al lseriods Total Term (Original a Renewals) r r . Gran[Funtletl: Yes % No a State Federal Year Annual Cost "ISIX11111succcuum 1 1 $45,000 1 031-8006347202-00-307-3a&00-0P00 Othersource Require Enhancement Yes I INo 2 1 1 Yes No 3 1 Yes No A Yes No 5 Yes No 1. For contracts longer than five years, contact the Procurement Department. 2. Attach any supporting explanation needed. 3. Budget approval Indicates approval for current fiscal year only. Future years are subject to City Commission approval of annual adopted operating budget. Procurement: N/A Grants: N/A Budget - Information Technology: N/A WW rwNkA'axa shw Docusign Envelope ID: E6/DF3DD51M48BD-9M-EF43433593G Risk Management: Flee &Facilities: N/A Human Resources: N Other: