Loading...
HomeMy WebLinkAboutR-02-0855J-02-694 07/23/02 RESOLUTION NO. O 855 A RESOLUTION OF THE CITY OF MIAMI COMMISSION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER APPROVING THE FINDINGS OF THE EVALUATION COMMITTEE FOR REQUEST FOR PROPOSALS NO. 01-02-174R, THAT THE MOST QUALIFIED FIRMS TO PROVIDE CONSULTING SERVICES FOR A POLICE RESOURCE ALLOCATION STUDY, FOR THE OFFICE OF THE CITY MANAGER, ARE, IN RANK ORDER: (1) MGT OF AMERICA, INC. AND (2) INTERNATIONAL ASSOCIATION OF CHIEFS OF POLICE; AUTHORIZING THE CITY MANAGER TO NEGOTIATE A PROFESSIONAL SERVICES AGREEMENT WITH MGT OF AMERICA, INC., THE TOP-RANKED FIRM, FOR AN INITIAL PERIOD OF ONE YEAR, WITH THE OPTION TO EXTEND FOR ONE ADDITIONAL ONE-YEAR PERIOD; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AN AGREEMENT WITH THE INTERNATIONAL ASSOCIATION OF CHIEFS OF POLICE, THE SECOND -RANKED FIRM, IN THE EVENT NEGOTIATIONS FAIL WITH THE TOP RANKED FIRM; AND DIRECTING THE CITY MANAGER TO PRESENT THE NEGOTIATED AGREEMENT TO THE CITY COMMISSION FOR ITS CONSIDERATION. WHEREAS, following the directive of the City Commission, Request for Proposals No. 01-02-174R (RFP) was issued on May 16, 2002, seeking a qualified and experienced consulting firm to provide a detailed review and analysis of the existing law enforcement environment, organizational structure, management CITY COMMSSION MEni: bE J U L 2 5 2002 Reaolutiom M. 0- 855 practices, staffing, and support resources of the Miami Police Department; and WHEREAS, on June 10, 2002, six proposals were received and one was deemed non-responsive; and WHEREAS, an Evaluation Committee was appointed by the City Manager to evaluate all proposals received pursuant to the RFP; and WHEREAS, the Evaluation Committee evaluated the proposals, and selected the firms most qualified to provide the required professional services in the following rank order: (1) MGT of America, Inc. and (2) International Association of Chiefs of Police; and WHEREAS, the City Manager has approved the findings of the Evaluation Committee; and WHEREAS, it is now in order for the City Commission to accept the City Manager's recommendation to approve the Evaluation Committee's findings and authorize the City Manager to negotiate an agreement with MGT of America, Inc., the top ranked firm, and in the event negotiations fail with the top ranked firm, to negotiate an agreement with the second ranked firm, International Association of Chiefs of Police; and Page 2 of 4 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The recommendation of the City Manager approving the findings of the Evaluation Committee for Request for Proposals No. 01-02-174R, that the most qualified firms to provide consulting services for a police resource allocation study for the Office of the City Manager are, in rank order: (1) MGT Of America, Inc. and (2) International Association of Chiefs of Police, is accepted. Section 3. The City Manager is authorized) to negotiate a professional services agreement with MGT of America, Inc., the top-ranked firm, for an initial period of one year, with the option to extend for one additional one-year period; further authorizing the City Manager to negotiate an agreement with the International Association of Chiefs of Police, the second -ranked firm, in the event negotiations fail with the top ranked firm. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable provisions of the City Charter and Code. Page 3 of 4 Section 4. The City Manager is directed to present the negotiated agreement to the City Commission for its consideration. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this`' 25th day of July , 2002. MANUEL A. DIAZ, MA O ATTEST: 1 • PRI ILLA A. THOMPSON • CIT CLERK APPROV ,�k F039"AND CORRECTNESS :t�/ POfTY ATTORNEY W6451:tr:LB ar If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 02` 855 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and DATE: Members of the City Commission SUBJECT: FROM REFERENCES imenez City M ger ENCLOSURES: RECOMMENDATION CA -21 JUL 12 2002 FILE : Approving the Findings of the Evaluation Committee: RFP #1-02-174R Consulting Services for Police Resource Allocation Study It is respectfully recommended that the City Commission approve the findings of the Evaluation Committee for Request for Proposal (RFP) No. 01-02-174R for Consulting Services for Police Resource Allocation Study, and authorize the City Manager to enter into negotiations with the recommended firms, in rank order. BACKGROUND On May 10, 2002, RFP No. 01-02-174R was issued, with responses due to the City Clerk by June 10, 2002. Six (6) proposals were received, and one (1) proposal was deemed non-responsive. The remaining five (5) proposals were deemed responsive and responsible in accordance with the terms of the RFP, and evaluated by the Evaluation Committee ("Committee"). On June 27, 2002, the Evaluation Committee ("Committee") met, reviewed, evaluated the five (5) responsive proposals. The Committee short-listed the proposers to the top two (2) ranked firms, and requested oral presentations. On July 12, 2002, the top two firms provided the Committee with oral presentations, and following deliberation and evaluation, the Committee recommended, in rank order, (1) MGT of America, Inc. and (2) International Association of Chiefs of Police (IA.CP). It is the recommendation of the Evaluation Committee that the City Manager negotiate with the top ranked firm, and in the event negotiations are not successful, proceed to negotiate with the second ranked firm. Should negotiations be unsuccessful with either firm, the Committee recommended a new RFP be issued for Police Resource Allocation Study. CAG/RJN/RV/pb 02-- 855 July 12, 2002 Carlos A. Gimenez, City Manager 444 SW 2nd Avenue, 10`h Floor Miami, Fla. 33130 RE: Recommendation of Evaluation Committee: Consulting Services for Police Resource Allocation Study per RFP 01-02-174R Dear Mr. Gimenez: As Chairperson of the Evaluation Committee ("Committee") for the above services for the City of Miami, it is my responsibility to offer the findings and recommendation of the Committee. The City issued an RFP for Consulting Services for Police Resource Allocation Study on May 16, 2002, and six (6) responses were received by June 10, 2002. One Proposal was deemed non- responsive. The Evaluation Committee ("Committee"), appointed by the City Manager, met on June 27, 2002 and July 12, 2002, and was comprised of the following individuals: 1. Elena Carpenter, Coconut Grove TimesBrickell Post 2. Jennifer Ramirez, Budget Coordinator, City of Miami 3. Assistant Chief James W. Chambliss, Miami Police Dept. 4. Chief Clarence Dickson, former Police Chief, City of Miami 5. B. Jack Osterholt, President/CEO of Osterholt Consulting, Inc. (Chair) The Committee discussed the merits of the five (5) responsive and responsible proposals, and evaluated each pursuant to the City's RFP. Following discussion and deliberation, the Committee short-listed to the two top-ranked firms, and requested oral presentations from each. Following the presentations and evaluation, the Committee recommends the following two (2) Proposers, in rank order: (1) MGT of America, Inc. and (2) International Association of Chiefs of Police (IACP). Should contract negotiations fail with the top ranked firm, MGT of America, Inc., the Committee .recommends the City negotiate with the second ranked firm. The Committee further recommends the Successful Proposer diversity its staff to be assigned to the Project to more closely represent the diversity found in the Miami Police Department and the City of Miami as a whole. Thank you for allowing each of us the opportunity to participate in this process. Should you concur with our recommendation, please sign below. On hWftvaluation Committee for Consulting Services for Police Resource Allocation u I�, B. Jack Chairperson, Evaluation Committee Approved: ar os m , City Manager 02- 855 CITY OF MIAMI, FLORIDA EVALUATION OF RFP NO. 01-02-174R Police Resource Allocation Study Raters # 1: Elena Carpenter # 2: Jennifer Ramirez # 3: Assistant Chief James Chambliss # 4: Chief Clarence Dickson # 5: Jack Osferhoi+t_Chair Approved Judy I Carter; Chief Piocuremc Approved by: Date: O Date: Director / Designee 02- 000 Rater 1 Rater 2 Rater 3 Rater 4 Rater 5 Avg. Total Rankine: * Firm not short-listed * Finn not short-listed * Finn not short-listed MGT of America, Inc. 85.00 76.00 85.00 60.00 87.00 78.60 International Association of Chiefs of Police (IACP) 72.00 68.00 83.00 59.00 84.00 73.20 21st Century Solutions, Inc. 65.00 61.00 77.00 60.00 85.00 69.60 Institute for Law & Policy Planning 63.00 62.00 73.00 54.00 79.00 66.20 Michael Walker / Berkshire Advisors 63.00 56.00 71.00 50.00 74.00 62.80 Dr. John Banks *** Deemed Non -Responsive to RFP *** Raters # 1: Elena Carpenter # 2: Jennifer Ramirez # 3: Assistant Chief James Chambliss # 4: Chief Clarence Dickson # 5: Jack Osferhoi+t_Chair Approved Judy I Carter; Chief Piocuremc Approved by: Date: O Date: Director / Designee 02- 000 ACCEPTANCE OF CITY MANAGER AND EVALUATION COMMITTEE'S RECOMMENDATION RFP NO. 01-02-1748 ITEM: Consulting Services for Police Resource Allocation Study DEPARTMENT: City Manager TYPE: Contract REASON: It is recommended that the top ranked firm MGT of America, Inc., the top ranked firm, provide consulting services for a Police Resource Allocation Study, for the Office of the City Manager; authorizing the City Manager to negotiate and execute a Professional Services Agreement, for the Office of the City Manager; further recommending that should negotiations fail with the top ranked firm, proceed to negotiate with the second ranked firm. 4[;�4 Oe"L ate AwwdJssueFXP 02— Q % 5 Form I(a) SERVICES AGREEMENT OR PROFESSIONAL SERVICES AGREEMENT This Agreement is entered into this _ day of , 200_ (but effective as of ) by and between the City of Miami, a municipal corporation of the State of Florida ("City") and corporation ("Provider"). a RECITAL A. The City has issued a Request for Proposals ("RFP") for the provision of services ("Services") and Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. adopted on , 200_, approved the selection of Provider and authorized the City Manager to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 2. TERM: The term of this Agreement shall be U commencing on the effective date hereof. 02- 855 3. OPTION TO EXTEND: The City shall have option(s) to extend the term hereof for a period of (__)________each, subject to availability and appropriation of funds. City Commission approval shall not be required as long as the total extended term does not exceed two (2) years, or a period equal to the original term of this Agreement, whichever is longer. 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is riot delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment "B" hereto, which by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed $ [per year]. B. Unless otherwise specifically provided in Attachment `B", payment shall be made within forty five (45) days after receipt of Provider's invoice, which shall be accompanied by crm:PSAFomil(a)-RFP(Corp) 2 ®4?-- 855 sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Provider is entitled to reimbursement of travel expenses {i.e. Attachment "B" includes travel expenses as a specific item of compensation], then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit , or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make cm:rsAForm1(a)-RPP(Corp) 3 02- 855 available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-55.2 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including cm:PSAForml(a)-R"(Corp) 4 02- 855 attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the cm:PSAForml(a)-RFP(Corp) 5 02_ 85- effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re - procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $4,500, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $4,500, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the cm:PSAForml(a)-RFP(Corp) 6 02_. 855 City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE: Provider shall, at all times during the term hereof, maintain such insurance coverage as may be required by the City. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. cm:PSAForml(a)-RFP(Corp) 7 02- 855 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. 18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return =:PSAForn l(a)-RFP(Corp) 8 02- 855 receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: TO THE CITY: 20. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. cm:PSAFo=1(a)-RFP(CoM) 9 02— 855 E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 22. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, cm:PSAFomil(a)-RFP(Corp) 10 U2-~ 855 negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 26. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 27. SPECIAL INSURANCE AND INDEMNIFICATION RIDER: Please initial if applicable: ❑ ❑ IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "city" CITY OF MIAMI, a municipal ATTEST: corporation By: Priscilla A. Thompson, City Clerk Carlos A. Gimenez, City Manager cm:PSAForm1(a)-RFP(Corp) 11 02- g5 ATTEST: Print Name: Title: Corporate Secretary APPROVED AS TO FORM AND CORRECTNESS: ALEJANDRO VILARELLO City Attorney Form I (a)-(RFP/Corporate) "Provider" a By: Print Name: Title: President corporation APPROVED AS TO INSURANCE REQUIREMENTS: R. SUE WELLER Acting Administrator Risk Management cm:PSAFonnl(a)-RFP(Corp) 12