Loading...
HomeMy WebLinkAboutPSA between the CMB and Cambridge Econometrics, Inc. Economic Development Consulting Services Pursuant to RFQ-2024-005-ND�wanew.yelp:ldKi&KG1 C743�lkCB2-t5C"NFeeFl 20 2 4— 3 3 3 0 2 .mils, tad. 24-005.1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CAMBRIDGE ECONOMETRICS INC. FOR ECONOMIC DEVELOPMENT CONSULTING SERVICES PURSUANT TO RFQ-2024-005-ND AN This Professional Services Agreement ('Agreement") is entered into this ("Effective Date'), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having Its principal offices at 17W Convention Center Drive, Miami Beach, Florida, 33139(the'Gty'), and CAMBRIDGE ECONOMETRICS INC. a Massachusetts corporation. whose address is 5 Strong Avenue, suite 207-210 ('Consunant'). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant, including any exhibits and amendments thereto. City Manager The chief administrative Officer of the City City Managers Designee: The City staff member who is designated by the City Manager to administer this Agreement on behaff of the City. The City Manager's designee shall be the Economic Development Department Director. Consultant: For INC purposes of this Agreement, Consonant shall be deemed t0 be an independent contractor, and not an agent or employee of the City. Services: All services, work antl actions by the Consultant perfomred or undertaken pursuant to the Agreement. Fee: Amount paid to the Consultant as compensation for Services. Proposal Documents Proposal Documents shall mean City of Miami Beach RFQ, No. 2024-005- NO for Economic Development Consulting Services, together with all amendments thereto, issued by the City in contemplation of this Agreement, the RFQ, and the Consultant s proposal in response thereto (,Proposer), all or which are hereby Incorporated and made a can hereof. provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the fallowing order of precedent shalt prevail: this Agreement, the RFQ; and the Proposal Risk Manager. The Risk Manager of the City, with offices at 1700 Convention Center Dove, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000. Ext 26724-, and fax number (305) 673 7529 DocuWn Enry bm ID: 7D088081-A C7430D-BCB2-15CBA85FCEF1 SECTION 2 Comtrxr No. 24005-12 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work and services described in Exhibit "A" hereto (the "Services'). Although Consultant 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 Consultant; where the Services are performed (although the City will provide Consultant 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 Consultant 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, Consultant should contact the following person: Economic Development Department City of Miami Beach Rickelle Williams, Director 1755 Meridian Avenue, Suite #200 Miami Beach, FL 33139 Ph: 305-673-7572 2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit "B" hereto. 2.3 Consultant shall only commence any services, or portions thereof, upon issuance of a Consultant Service Order ("CSO"). In selecting the Consultant with whom to execute a CSO, the city may select the prequalified Consultant it deems most qualified for the project or seek proposals from one (1) or more qualified Consultants. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years, with one (1) two -yew renewal option, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same istare set forth in the timeline and/or schedule referenced in the CSO attached hereto as Exhibit "B." Docu gn Envelope ID: 7D086051-A C743e0-8CB2-15CW5FCEF1 SECTION 4 FEE Cmtrwt No. 24-005-12 4.1 In consideration of the Services to be provided, Consultant shall be compensated through individual CSOs (Exhibit "S") issued for a particular future project in accordance with the established hourly rates (Exhibit `C"). Each future project will be awarded by a CSO, including a negotiated scope of services and cost (by deliverable). 4.2 The Services will be commenced by the Consultant upon receipt of a written CSO signed by the City Manager's designee. Consultant shall countersign the CSO upon receipt and return the signed copy to the City. CSOs shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Any CSO exceeding S100K will require Commission Approval. 4.3 Additional services not included in Exhibit "A" shall be considered ancillary. The City Manager's designee and Consultant will negotiate such fee and will be approved in accordance with Contract Approval Procedure 03.02 or as amended. 4.4 Reimbursable expenses are NOT an allowance set aside by the City and shall be included in all bid pricing. 4.5 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: Pavables(&miamibeachfi.cov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant 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 Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant 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 Consultant. 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. Docusign Envelope ID: 7DO66W1-A C7430D-6CB2-15C6A65FCEF1 Contract No. 24-005-12 Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. 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 Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attomeys' 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 CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT 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 CONSULTANT, 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, CONSULTANT 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 Consultant 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 Consultant 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 arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant 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 Consultant expressly understands and agrees that any insurance Dmusign Envelope ID:]D086051-A2C]4130D8CB2-15C6A65FCEF1 Cwlrw No. 24-005-12 protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant'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 one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (it) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising Injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consutant's profession, with limit no less than $1,000,000. 6.4 Additional Insured — 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 Consultant 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 Consultant's insurance. 6.5 NOUce of Canullation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Docuaipn Envelope ID: 7D066W1-A 7430DECe2-15C6A65FCEF1 Contract No. 24-005-12 6.6 Waiver of Subrogation — Consultant 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. 6.7 Acceptability of Insurers — 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 State of Florida. 6.8 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant'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 Murdeta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-mia m I beachC&riskworks. com 6.9 Special Risks or Circumstances — 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 the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 This Agreement shall be construed in accordance with the laws of the 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 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, Consultant 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. D sign Enwbpe ID: 70066Wl-A C743OD8CB2.15CBA65FCEF1 Conaxer No. 24.005-12 SECTION 8 LIMITATION OF CITrS 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. Consultant hereby expresses its willingness to enter into this Agreement with Consultanfs 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, Consultant hereby agrees that the City shall not be liable to the Consultant 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 LAWSIPATENT RIGHTS COPYRIGHT AND CONFIDENTIAL FINDINGS 9A DUTY OF CARE With respect to the performance of the Services contemplated herein. Consultant 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. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services, Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami -Dade County, the State of Florida, and the federal government. as applicable. 9.3 PATENT RIGHTS, COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whale or in part 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 Consultant or its employees or sub -consultants, without the prior written consent of the City Manager. Dmusgn Envelope ID: ] I M Mil-AX7430MCe2-15CM65FCEF1 SECTION 10 10.1 AUDIT AND INSPECTIONS Contract No. 24-005-12 Upon reasonable verbal or written notice to Consultant, 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. Consultant 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. (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, (bid/proposal) submittals, activities of the Consultant, 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 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 Consultant, the Consultant 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/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect Baud and corruption. Dowsign Envelope ID: 7[X) 6061-A C143o0-3Ce2-16C6AWCEH Caa tNo. 24-M-12 (0) The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or Control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Consultant 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 (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: If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and The Consultant 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 Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant 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 Consultant or third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Consultant 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 Managers 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. D usipn Envelope ID: 7DW(XX51-A C7430D41CB2-i5C6A65FCEF1 Conaecr No. 24-005-12 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, 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 Consultant 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, Consultant shall 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, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Consultant 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. Consultant 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. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. 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 arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant 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 119.011(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 Consultant meets the definition of "Contractor' as defined in Section 119.0701(1 Xa), the Consultant 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 10 Docusitin Enelope ID:7D066061-A2C1430D41Ce2-15CW5FCEF1 Con=t No. 24-005-12 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 Consultant 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 Consultant or keep and maintain public records required by the City to perfoml the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stared electronically must be provided to the City, upon request from the City's custodian of public records, in a formal 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 Consultant of the request, and the Consultant must provide the records to the City or allow the records to be Inspected or copied within a reasonable time. (2) Consultant'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 Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before fling the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1xb) if it is sent to the City's custodian of Public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant 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. 11 Docusign Envelope ID: 7D066061-A2C733004$m2-15C6A65FCEF1 Contract No. 26 M-12 (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'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(&MIAMIBEACHFL.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 Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such parry, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, 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, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (Iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of pmof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform Its obligations hereunder to the extent such obligations are not affected or are 12 Dowsign Envelope ID: 10a66W1-A C7-030D41CB2-15C6A65FCEF1 Contract No. 24-005-12 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'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 Consultant of such termination. If the Agreement is terminated pursuant to this section, Consultant 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. 10.9 E-VERIFY (A) Consultant 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, Consultant 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, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verity system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the 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 Consultant has knowingly violated Section 448.09(l), Florida Statutes, the Cityshall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure 13 r usign Emelope ID: 70068061.A2C7-430I) BCB2-15C 65FCEF1 Contract No. 24-005-12 to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (Bxi) or (B)(2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (B)(1), Consultant may not be awarded a public contract for at least 1 year after the dale of termination of this Agreement. (6) Consultant 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 CONSULTANT'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Consultant agrees to complywith Section 787.06, Florida Statutes, as maybe amended from time to time, and has executed the Certification of Compliance with Anti -Human Trafficking Laws, as required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit „E„ SECTION 11 NOTICES Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: CAMBRIDGE ECONOMETRICS, INC Attn: Jennifer Carvajal 5 Strong Avenue, Suite 207-210 Northampton, MA 01060 Ph: 413-206-4004 Email: ic(dcamecon.com TO CITY: Economic Development Department City of Miami Beach Attn: Rickelle Williams, Director 1755 Meridian Avenue, Suite #200 Miami Beach, FL 33139 Ph: 305-673-7572 Email: rickellewilliams(Cmiamibeachfl.cov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 Dmusgn Emebp ID: 7D066061-A C7- 00-aCB2-15CBA65FCEF1 Coatract No. 24-005-12 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 terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. iY#A 111111111�1a94 TT:TIii`I 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 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 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. 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 has 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 Consultant 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. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] iF9 0. &QnEneb le 7DM606JJC1J0006C62-16CM5FCEF1 COOlr49 NJ.'_J.6))�,1 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. 'J�(/ By / s Rafael E. Granado, City Clerk DMe )AN 2 ! 2025 FOR CONSULTANT. CAMBRIDGE ECONOMETRICS, INC. 1 By Dan Hodge. Executive Vice President Print Name and Title Date: December 11, 2024 15 CITY OF MIAMI BEACH, FLORIDA C) Enc Carpenter, CP Manager APPROVED AS TO N FORM & LANGUAGE 6 FOR EXECUTION "' j.Qity Attorney Data Docmign Enry lope ID: 7D066061-A C74WD-eCB2-15C6A65FCEF1 Corarecr No. 24-005-12 EXHIBIT A SCOPE OF SERVICES I. Scope of the Services. A pool of multidisciplinary consultant teams has been established to provide economic development consultant services to the City. These services may include but are not limited to comprehensive economic development strategic planning, developing high-level evaluation of market opportunities and position strategies for key commercial corridors and areas, evaluation of current market dynamics and economic assets, benchmarking and competitive assessment, asset -based economic development, sustainable development, cost/financial modeling, leadership and organizational development models, business development strategies, targeted industry analysis, real estate development fiscal analysis, cost -benefit analysis, data collection and assessment, marketing and branding plans, prospect identification and outreach, competitive and responsible economic development incentive policies, workforce trends. forecasts analysis and talent development, and community outreach and engagement. If. Awarding Work. This Agreement is to ensure that there is a sufficient pool of consultants to assist the City with its future economic development needs on a project -by -project basis. In selecting the consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Execution of this Agreement does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered for future work, if and when needed. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 17 Contract Contract s - Dept. CSOX - f ".. n: , 'I., Consultant: Project Title: 1. Estimated calendar days to complete flue stork: 2. Total amount original C SO 3. Total amount all previous Amendments a. Total amount mis Amendment S. Total Amount for Engagement 6. Fee for ancillary items for mis Service Order Account l_ude_ Approval of New Subconsultants: ++ .. +ubconsunant a bmno aaael Can Mzwarr per Nines I 111C11, INmm;l Signature Date I or Con sultanl)Name) Signature Date r..on mry Docusign Envelope ID: 7D0W061-AZCI430D-8CB245C8A65FCEF1 Connect No. 24-005-12 EXHIBIT C HOURLY RATES ECONOMIC DEVELOPMENT CONSULTANT SERVICES HOURLY RATES lPfinpip.1-In-chame/Economist se i r enior Proect Manager 1 238.50 S 196.1 3 1 Pro act Man er/P nner c noml q Junior Assistant Project manager S las.50 4 S 164.30 Economic Devetoorment Analyst 159.00 Senior PosltlonS and/arAnciUary Roles InfcUding but not Umited to: Senior Urban Designer Engagement and Research Director(Economic Development. Organizational. Management) Economic Development AnaNst/Research Manager Subject Matter Specialist Business Analyst Senior Financial Analyst Senior Digital Channel. Branding Specialist Marketing Channel Managemem Specialist Economic Development Strategist Ig - s Deve ntM rket Str to Is uniorAnalhist NTE$159.00 it JI 6 7 132.50 8 GISTechnician is 1 32.50 lunlorPosition ancil"AnClUary Rates Inicudingbut not Umlted to: 10 Urban Designer Marketing/Advertising Specialist Community Outreach Specialist Public Relations/Media Specialist Graphic Designer Website Designer Social Media Specialist Videographer Photographer Video EOitor Cooywriter Business Analyst Junior fmancial.Anatyst Junior 1 Urban Designer UTE 5121.90 20 21 4 26 30 32 19 D u*n Env IDW ID: ]DONWI-A C7430DE B2-15C6P651`CEF1 Cmmct No. 24-005-12 EXHIBIT 0 APPROVED SUB -CONSULTANTS No Sub -consultants submitted with the proposal. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK) 20 Docusign Envelope ID: 7D066061-A C7430D-8CB2-15C6A65FCEF1 Coovecr No. 24-005-12 EXHIBIT E HUMAN TRAFFICKING CERTIFICATION Certification of Compliance with Anti -Human Trafficking laws In accordance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity named below ("Entity"). hereby attests under penalty of pedury that the Entity 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 false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Entity OV, l P , Cambridge Econometrics Inc (Vendor Signatu (Company Name) Dan Hodge 5 Strong Ave, Suite 207-210; Northampton, MA 01060 (Print Name) (Address) State of Massachusetts County of Hampshire The foregoing instrument was acknowledged before me by means of19physical presence or ❑ online notarization, this (�— by � ".., -,aA t�,q � 4,,Ao� known to me to be the person described herein, or who produced e1j' A- _P L as identification, and who did/did not take an oath. TN pA�RuY�PUBLIC: Y I�6 _ W, (Signature) (Print Name) My commission expires: 21 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO RESOLUTION NO. 2024-33302 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2024- 005-ND, FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES, AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE - QUALIFIED CONSULTANTS FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DAEDALUS CAPITAL, LLC, AS THE FIRST -RANKED PROPOSER; ERNST 8 YOUNG LLP, AS THE SECOND -RANKED PROPOSER; HUNDEN STRATEGIC PARTNERS, INC., JONES LANG LASALLE AMERICAS, INC., AND PFM GROUP CONSULTING LLC, AS THE TIED THIRD -RANKED PROPOSERS; WILLOAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED PROPOSER; L.M. GENUINE SOLUTIONS LLC, AS THE SEVENTH -RANKED PROPOSER; ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER; GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED PROPOSERS; VISIONFIRST ADVISORS, AS THE ELEVENTH -RANKED PROPOSER: AND CAMBRIDGE ECONOMETRICS INC. AND ECONSULT SOLUTIONS, INC., AS THE TIED TWELFTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on May 15. 2024, the Mayor and City Commission approved the issuance of the Request for Qualifications (RFQ) No. 2024-005-ND for Economic Development Consultant Services; and WHEREAS, Request for Qualifications No. 2024-005-ND (the "RFQ") was issued lointiy by the City of Miami Beach, the Miami Beach Redevelopment Agency (RDA), and the North Beach Community Redevelopment Agency (NBCRA) on May 17, 2024; and WHEREAS, a voluntary pre -proposal meeting was held on May 30. 2024; and WHEREAS, on August 6, 2024, the City received a total of 18 proposals; and WHEREAS, On September 11, 2024, the City Commission adopted Resolution No. 2024- 33225, shortlisting the following firms to be further considered in the RFQ evaluation process: Accenture LLP, Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions, Inc., Ernst 8 Young LLP, Goman York Property Advisers LLC, Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., L.M. Genuine Solutions LLC, National Council for Community Development, Inc., PFM Group Consulting LLC, VisionFirst Advisors, and Willdan Financial Services, Inc.; and WHEREAS, the Evaluation Committee, appointed by the City Manager via LTC# 318-2024; convened on September 26, 2024. to interview the shortlisted firms; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, gerieral information on the scope of services, and a copy of each proposal; and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation enters established in the RFQ; and WHEREAS, the Evaluation Committee ranked the proposers as follows: Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third -ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer; L.M. Genuine Solutions LLC, as the seventh -ranked proposer; Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc., as the tied ninth -ranked proposers; Vision irst Advisors, as the eleven"nked proposer; and Cambridge Econometrics Inc. and Econsult Solutions. Inc., as the tied twelfth -ranked proposers: and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to establish a pool of pre -qualified consultants for economic development consultant services; authorize the Administration to enter into negotiations with Daedalus Capital, LLC, as the first -ranked pmposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third -ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer, L.M. Genuine Solutions LLC, as the seventh -ranked proposer, Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc., as the bed ninth -ranked proposers; VislonFirst Advisors, as the eleventh -ranked proposer, and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the tied twelfth -ranked proposers; and further authorize the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. 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 accept the recommendation of the City Manager, pursuant to Request For Qualifications ('RFQ') No. 2024- 005-ND, for Economic Development Consultant Services; authorize the Administration to establish a pool of prequalified consultants for specific tasks relating to economic development consultant services, authorize the Administration to enter into negotiations with Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third - ranked proposers: Willdan Financial Services, Inc., as the sixth -ranked proposer. L.M. Genuine Solutions LLC, as the seventh -ranked proposer, Accenture LLP, as the eighth -ranked proposer, Goman York Property Advisers LLC and National Council For Community Development, Inc., as the tied ninth -ranked proposers; VisionFirsl Advisors, as the eleventh -ranked proposer; and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the tied twelfth -ranked proposers; and further authorize the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 10 day of ry 2024. Steven Meiner, Mayor ATTEST: NOV 0 5 2024 Rafael E. Grenado, City Cleric pq APPROVED AS TO FORM & LANGUAGE &FO ECOTION 14m) xu- 45nriev y't' Date Procurement Requests - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: October 30, 2024 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFO) NO. 2024- 005-ND, FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES, AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PREQUALIFIED CONSULTANTS FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DAEDALUS CAPITAL, LLC, AS THE FIRST -RANKED PROPOSER; ERNST 3 YOUNG LLP, AS THE SECOND -RANKED PROPOSER; HUNDEN STRATEGIC PARTNERS, INC., JONES LANG LASALLE AMERICAS, INC.. AND PFM GROUP CONSULTING LLC, AS THE TIED THIRD -RANKED PROPOSERS; WILLDAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED PROPOSER; L.M. GENUINE SOLUTIONS LLC, AS THE SEVENTH -RANKED PROPOSER, ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER; GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED PROPOSERS; VISIONFIRST ADVISORS, AS THE ELEVENTH -RANKED PROPOSER; AND CAMBRIDGE ECONOMETRICS INC. AND ECONSULT SOLUTIONS, INC., AS THE TIED TWELFTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. (ECONOMIC DEVELOPMENT) JOINT CITY COMMISSION, RDA, AND NBCRA RECOMMENDATION The City Administration ("Administration") recommends that the Mayor and City Commission (`City Commission") approve the Resolution The solicitation is currently under the cone of silence BACKGROUND/HISTORY The City is dedicated to fostering a robust economy that stimulates balanced growth by connecting business, community, people, and jobs through business assistance and resources, corridor development and redevelopment, real estate, and creating a diverse economy that produces a dynamic and resilient community To meet City goals, objectives, and expectations, a pool of Economic Development consultants (Consultants) is secured to assist the City assess economic development potential, develop economic development strategies, implement protects. provide professional industry insight, build capacity, promote economic development awareness and more (collectively, `Consultant Services'). The Consultants are contracted to assist as needed and by specialty. The current pool of Consultants contracts is set to expire on December it, 2024. Page 43 of 2497 In anticipation of the expiring Consultant contracts, the Administration requested approval to Issue Request for Qualifications (RFO) 2024-005-NO for Economic Development Consultant Services for an initial term of three (3) years with one (1) two-year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. ANALYSIS On May 15, 2024. the Mayor and the City Commission authorized the Issuance of RFQ No. 2024- 005-NO for Economic Development Consultant Services. On May 17, 2024, the RFQ was issued jointly by the City of Miami Beach, the Miami Beach Redevelopment Agency (RDA), and the North Beach Community Redevelopment Agency (CRA). A voluntary pre -proposal conference to provide information to proposers submitting a response was held on May 30, 2024. Two (2) addenda were issued, and 89 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on August 6, 2024. The City received a total of eighteen (18) proposals. On September 11, 2024. the City Commission adopted Resolution No. 2024-33225. shortlisting the following firms to be further considered in the RFQ evaluation process. Accenture LLP. Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions. Inc., Ernst & Young LLP, Goman York Property Advisers LLC, Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., L.M. Genuine Solutions LLC, National Council for Community Development, Inc., PFM Group Consulting LLC, VisionFirst Advisors, and Willdan Financial Services. Inc. The Evaluation Committee (the 'Committee'), appointed by the City Manager via Letter to Commission (LTC) # 318-2024, convened on September 26, 2024, to interview the shordisted firms. The Committee was comprised of Justin Kam, Economic Development Manager, Economic Development Department, Rogelio Madan, Development and Resiliency Officer, Planning Department: Colette Satchell, Senior Project Manager, Office of Capital Improvement Projects, and Luis Wong, Administrative Services Manager, Economic Development Department. The Committee was provided an overview of the request for qualifications and information relative to the City's Cone of Silence Ordinance and the Government in the Sunshine Law, general information on the scope of services, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A. A summary of each top -ranked firm is available upon request. The Administration has considered the qualifications of the top thirteen firms and finds them to be varied in capabilities and experience and, thus, a diverse selection of consultants. The types of economic development activities scheduled and projected vary from strategic planning, industry and market research, statistical and empirical economic analysis, workforce development viability, community and neighborhood development programming, economic impact studies, public -private partnership evaluations, and more Access to a robust pool of consultants, ranging from small, localand regional to national and global expertise, ensures access to diverse approaches and talent and the ability to engage multiple consultants simultaneously. As the solicitation was jointly issued by the City, RDA. and CRA, a wide variety of services may be needed Therefore, it is recommended that the thirteen (13) firms be awarded to establish a pool of prequalified economic development consultants to aid the City advance the economic development goals, mission, and vision of the City Commission. FISCAL IMPACT STATEMENT Page 44 of 2497 Fees will be established through the negobation process. The Economic Development Department has budgeted $100,000 for these services. Services shall be subject to the availability of funds approved through the City's budgeting process. Grant funding is not anticipated to be ublized for this project. Does this Ordinance reguire a Business Impact Estimate? (FOR ORDINANCES ONLY) N applicable, the Business Impact Estimate (BIE) was published on: See DIE at: hd I/www.miAmibeachfi.nov/r,ty-hallicitycterkimeetinu-notices; FINANC W L INFORMATION f011-0531-0003/2-35.404-534-00-00-00 $100,0001. CONCLUSION The Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of prequalified consultants for spec tasks relating to economic development consultant services authorizing the Administration to enter into negotiations with Daedalus Capital, LLC. as the first -ranked proposer. Ernst 8 Young LLP, as the second -ranked proposer, Hunden Strategic Partners. Inc., .ones Lang Lasalle Amencas, Inc., and PFM Group Consulting LLC, as the tied thud -ranked proposers. Wllldan Financial Services. Mc., as the sixth -ranked proposer, L.M. Genuine Solutions LLC. as the seventh -ranked proposer, Accentuie LLP, as the eighthr nked proposer, Goman York Property Advisers LLC and National Council For Community Development, Inc, as the bed ninth -ranked proposers, VisionFirst Advisors, as the eleventh -ranked proposer. and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the tied twelfth -ranked proposers: and fuller authorizing the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration Applicable Area Citywide Is this a "Residents Right to Know" item, pursuant to City Code Section 2A7? No Is this item related to a G.O. Bond Project? No Was this Agenda Item initially reauested by a lobbyist which as defined in Code Sec. 2.481, includes a principal engaged in lobbying? No If so, specify the name of lobbyists) and pnncipaks) Department Procurement Sponsons) Page 45 of 2497 Co-sponsor(s) Condensed Title Joint, Award RFQ 2024-005-ND, Economic Development Consultant Services EDfPR Page 46 of 2497 m 0 N 0 n a m rn m a ra • e ® q 0 A ATTACHMENT B ADDENDUM AND RFQ SOLICITATION M I AM I B EAC H PROCUREMENTDEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Florida 33139 vivwmiemibeach9.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO.2024-005-NO FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES June 26, 2024 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers or other darrfcations and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough, and additions are undedined). 01. (In reference to Section 3 — Conflict of Interest, page 7 of bid packet) Considering the size of our firm (over 300,000 global employees), can disclosure of any immediate family member who is also an employee of the City of Miami Beach be limited to those of the personnel identified for this RFQ? Al: Disclosure of any immediate family member who is also an employee of the City of Miami Beach can be limited to those of the Bidder's personnel Identified in the proposal. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfi.gov Contact: Telephone: Email: Natalia Delgado 305-673.7000 ext. 26263 nataliadelgado@miamibeachfi.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, A,�ae� Natalia Delgado Procurement Contracting Officer III REQUEST FOR OUALIFI TONS NO. a129 M) FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES M I A B E AC PROCUREMENT DEPARTMENT M I H 1755 Meridian Avenue, 3b Floor Miami Beach, Flonda 33139 w .miamibeachfl.gov ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2024-005-ND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES June 24, 2024 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough, and additions are underlined). I. REVISION. Section 0400, Proposal Evaluation, Subsection 4. Evaluation Criteria is hereby amended as follows: 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria Maximum Points Approach and Methodology (Tab 3) 40 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum Points Veterans Preference 5 TOTAL AVAILABLE POINTS for Qualitative and 105 Quantitative Criteria It. RESPONSES TO QUESTIONS RECEIVED: Q1: Who are the current on -call contract holders? Al: Lambert Advisory, L.C., The Corradino Group, Inc., Wllldan Financial Services, Inc., and Daedalus Capital I.I.C. Q2: Should teams have experience doing all parts of the scope, or can firms submit competitive proposals with deeper but more narrow experience? A2: The City is looking for consultant teams that specialize in all or a portion of the competencies identified in the RFQ. The City will engage consultant teams based on their area(s) of expertise. Q3: Is there any local preference in the selection process? A3: No, please refer to Section 0400, Proposal Evaluation for the evaluation criteria. 1 AOOENOUM 0N1.1 REQUEST FOR QUALIFICATIONS NO. 2024 W SND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3p Floor Miami Beach, Raids 33139 v .miamibeachfi.gov, 04: How are subcontractors evaluated in the scoring process? All: Please refer to Section I. Revision. The subcontractor(s) will be scored in accordance with Section 0400, Proposal Evaluation. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGmnado@miamibeach0.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III 2 I AODENOUM N0.1 REQUEST FOR QIJ IFICATIONS NO.="S5NO FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES ► G►1 : 1 i Request for Qualifications (RFQ) 2024-005-N D Economic Development Consultant Services TABLE OF CONTENTS 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS WITEMEWS SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued jointly by the City of Miami Beach, Florida (the "City"), the Miami Beach Redevelopment Agency (the "RDA"), and the North Beach Community Redevelopment Agency (the "CRA"), collectively referred to herein as the "City," as the means for prospective Bidders to submit proposals for the City's consideration in evaluating qualifications to select a fin or multiple firms with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsvnc.ceml for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Bidder who has received this RFO by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of the proposal submitted. 2. PURPOSE. For approximately five (5) years, the City of Miami Beach has had agreements with multiple firms for economic development consultant services on an "as needed" basis. As the need for services arises, fins are contacted to provide professional services according to a negotiated scope of work and cost. The current term of the agreement expires on August 12, 2024. To consider a replacement agreement, this RFQ seeks to establish a prequalified pool of multidisciplinary consultant teams to provide economic development consultant services to the City. These services may include but are not limited to comprehensive economic development strategic planning, developing high-level evaluation of market opportunities and position strategies for key commercial comdors and areas, evaluation of current market dynamics and economic assets, benchmaridng and competitive assessment, asset -based economic development, sustainable development, costlfinancial modeling, leadership and organizational development models, business development strategies, targeted industry analysis, real estate development fiscal analysis, cost -benefit analysis, data collection and assessment, marketing and branding plans, prospect identification and outreach, competitive and responsible economic development incentive policies, workforce trends, forecasts analysis and talent development, and community outreach and engagement. This RFQ is not issued for a particular project or service need. The RFQ is being issued to ensure that there is a sufficient pool of consultants to assist the City with its future economic development needs on a project -by -project basis. Therefore, the City may award a pool of two (2) or more consultants that may be eligible to be considered for future work. A master agreement shall be established with each awarded firm. Each future project will be awarded by a Consultant Service Order (CSO), including a negotiated scope of services and cost (by deliverable). In selecting the consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Award of this RFQ does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered for future work, if and when needed. 2A Interested Parties. Interested parties are invited to submit proposals in accordance with Section 0300. A Pre -proposal conference will be held in accordance with Section 0100, Sub -sections 3 and 6. All proposals will be evaluated in accordance with the criteria found in Section 0400. 3. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued May 17, 2024 Pre -Proposal Meeting May 30, 2024, at 10:00 am ET _. Join on yourcomputer ormobilea I BEACH Join the meeting now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 725 334 134# Deadline for Receipt of Questions June 13, 2024, at 5:00 pm ET Responses Due July 1, 2024, at 3:00 pm ET Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786636-1480 United States, Miami Phone Conference ID: 711808 488# Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: TW pW. E"I: The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than fifteen (15) calendar days prior to the date proposals are due as scheduled in Section 0100- 5. All responses to questionstclarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE -PROPOSAL MEETING OR SITE VISITISI A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 725 334 134# Bidders who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to participate. 6. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at the pre - submittal meeting or site visit(s). The City, by means of Addenda, will issue interpretations or written addenda ciarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. The addendum will be released through Periscope S213. Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of the proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. MAWBEACH 7. CONE OF SILENCE. This RFQ is subject to, and all Bidders are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2A86 of the City Code. Bidders shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelorenadofalmiamibeachfi.cov 8. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Bidders (or Bidder team members or sub -consultants) to determine qualifications (including, but not limited to, litigation history, regulatory action, or additional references) and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 9. BIDDER'S RESPONSIBILITY. Before submitting a response, each Bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 10. DETERMINATION OF AWARD. The City Manager/RDA Executive Director/CR4 Executive Director (collectively referred to herein as the "City Manager) may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the City Manager. The City Manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Managers recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity, and skill of the Bidder to perform the contract. (2) Whether the Bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Bidder(s) aline deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission/RDA Board/CRA Board (collectively referred to herein as the "City Commission) shall consider the City Managers recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Managers recommendation and select another Proposal or Proposals that it deems to be in the best interest of the City, or it may also reject all Proposals. 11. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Bidder. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Bidders that no property, contract, or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to, approved by the City, and executed by the parties. 12. E-VERIFY. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to 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 subcontractor dudng the Contract tens. MIAMI BEACH 13. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, a Supplier -to - Government electronic bidding (e-Bid) platiorm. If you would like to be notified of available competitive solicitations released by the City, you must register and complete your vendor qualifications through Periscope S2G, Supplierdo- Government www.bidsvnc.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications, and submit electronic bids, visit hdps://www.miamibeachfl.gov/city-hall/procuremenVfbr-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier-to-Govemment, at su000rtAbidsvnc.com or 800.990.9339, option 1, option 1. 14 HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self-service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self - Service (VSS) webpage(hftvs://sefservice.miamibeachfl.,qov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, please submit them to vendorsupoort(a)miamibeachfi.aov. 15. SUPPLIER DIVERSITY. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami - Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami -Dade County, dick on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Periscope S2G, Supplier -to -Government). These are two different systems, and it is important that you register for both. Click to see acceptable certification and to register: htms7//www.miamibeachfl.aov/city-hall/procuremenfthow-to- become-a-vendor/. Balance of Page Intentionally Left Blank �V.! ,Vd BEACH SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, the Bidder agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022), incorporated herein, which may be found at the following link: hUps://www.miamibeach0.gov/city-hall/orocuremenUstandard-termsand-conditionsi Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES IONLYI. Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S213 (formerly BidSync) by contacting (800) 990.9339 (toll -free) or S2G(a,Pedscoceholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the fallowing requirements shall result in a determination of non - responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3.OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted informationldocumentation or any additional information from the Bidder or other source(s), including but not limited to any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in the proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. Cover Letter and Table of Contents 1.1 Cover Letter and Table of Contents. The cover hatter must indicate the Bidder and Bidders primary contact for the purposes of this solicitation. MIAMI BEACH 2.1 Organizational Chart: An organizational chart depicting the relationship and reporting hierarchy for all firms, principals and personnel involved in the proposal. The organizational chart should include the scope of responsibility for the prime proposer, its personnel, and any sub -contractor and its personnel. 2.2 Qualifications of Bidder. Submit detailed information regarding the relevant experience and proven track record of the firm or its principals in providing a similar scope of services as idenfified in this solicitation, including experience in providing a similar scope of services to public sector agencies. Submit at least three (3) client references within the last five (5) years, exemplifying experience in providing economic development consultant services. For each reference that the Bidder submits as evidence of similar experience for the fine or any principal, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include the name of the principal). 2.3 Similar Experience of Sub-consultant(suSubcontractor(s): Summarize projects in which the sub. consultant(s)/sub-contractors) and/or its principals have provided services similar to those defined herein. For each project, provide the following: project description, agency name, agency contact, contact telephone & email, and years) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include the name of the principal). 2.4 Evidence of Prior Working Experience: If sub-consultant(s)/subconbactor(s) are included in the proposal, submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project descdpton, agency name, agency contract, contact telephone & email, year(s), and term of Submit detailed information on how Bidder has accomplished the required scope of services for current or past clients, including detailed examples of services provided, which addresses Bidders approach and methodology to the following areas of work, including but not limited to: • General economic development services • Economic development strategic plans • Benchmarking • Competitive assessments • Asset -based economic development • Sustainable development • Cost/financial modeling • Real estate development fiscal analysis • Cost -benefit analysis • Data collection and assessment • Leadership and organizational modeling • Business development strategies • Target industry analysis • Marketing plans • Prospect identification • Economic development incentive plans • Workforce trend analysis • Economic forecast analysis MIAMI BEACH • Contract negotiations • Project management competencies • Event management and production services • Strategic meeting management • Hotel and Hospitality services • Venue Management • Workforce/Affordable Housing Balance of Paae /ntendonally Leff Blank SECTION 0400 1. EVALUATION COMMITTEE. An Evaluation Committee, appointed by the City Manager, may most to evaluate each Proposal in accordance with the qualitative criteria set forth below. In doing so, the Evaluation Committee may review and score all proposals received, with or without requiring presentations. It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission. The City Manager will utilize the results to take one of the following actions: a. In the event that only one (1) responsive proposal is received, the City Manager, after a determination that the sole responsive proposal materially meets the requirements of the RFQ, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations; or b. The City Manager may recommend that the City Commission authorize negotiations or award a contract to one (1) or more firms in accordance with Section 0100, Sub -section 12, or c. The City Manager may Recommend that the City Commission short-list one (1) or more firs for further consideration by the Evaluation Committee or d. The City Manager may recommend to the City Commission that all firms, t more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience and Qualifications of Prime Bidder (Tab 2) 60 ' 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g., veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants, or any other third party in developing an award recommendation in accordance with Sedan 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Following the results of the evaluation of the qualitative criteria by the Evaluation Committee, the Bidders may receive additional points, which will be added by City staff. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code. 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: comminee Member 1 comminee Membe 2 Committee Member 2 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 do not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process and any other information she/he deems appropriate to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Paoe Intentionally Left Blank APPENDIX A MIAMIBEACH Special Conditions RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The tens of the Agreement resulting from this RFQ shall be for an initial tens of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two-year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. The successful contractor shall maintain, for the entirety of any renewal period, the same cost, terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative and not a right of the successful contractor. 3. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of Contract. By virtue of submitting a proposal, Consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement, or purchase order. 4. CHANGE OF PROJECT MANAGER. A change in the Consultants project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who, in this case, shall be a Deputy/Assistant City Manager). Replacement (including reassignment) of an approved project manager shall not be made without submitting a resume for the replacement and receiving prior written approval from the City Manager or her/his designee (i.e., the City project manager). 5. SUB -CONSULTANTS. The Consultant shall not retain, add, or replace any sub -consultant without the prior written approval of the City Manager in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub - consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub -consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub -consultants shall be the sole responsibility of the Consultant. APPENDIX B MIAMIBEACH Sample Contract RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES BY VIRTUE OF SUBMITTING A PROPOSAL, THE FIRM HEREBY TAKES NO EXCEPTIONS TO THE TERM AND CONDITIONS NOTED IN THIS SAMPLE CONTRACT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 Connect No. XX-XXX-XX PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND [FILL IN CONSULTANT NAME] FOR I ,PURSUANTTO [FILL IN RFP, RFO, OR ITB#] This Professional Services Agreement ("Agreement") is entered into this ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation 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 [FILL IN CONSULTANT NAME], a [FILL IN TYPE OF ENTITY/I.E. CORPORATION, LLC, ETC.], whose address is XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX ("Consultant"). SECTION 7 DEFINITIONS Agreement: This Agreement between the City and Consultant, 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 Department Director. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Consultant as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach [FILL IN RFP, RFO, OR ITB] No. DLXXXX)OOOLXXXXX1 for IXXXXXXXXXXXXXXXXXXXXXXI, together with all amendments thereto, issued by the City in contemplation of this Agreement [FILL IN CORRECT ABBREVIATION RFP, RFO, OR ITS], and the Consultants proposal in response thereto ("Proposal"), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the [FILL IN RFP, RFO, or ITS]; and the Proposal. Contract No. XX-XXX-XX 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. 26724: and fax number (305) 673-7529. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work and services described in Exhibit "A" hereto (the "Services"). [NOTE: EXHIBIT "A" MUST INCLUDE DETAILED DESCRIPTION OF SERVICES] Although Consultant 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 Consultant; where the Services are performed (although the City will provide Consultant 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 Consultant 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, Consultant should contact the following person: 2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit DOW hereto. [NOTE: TIMELINE FOR DELIVERABLES CAN ALSO BE INCLUDED IN EXHIBIT "A" OR IN SEPARATE EXHIBIT] SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of [�1, with X7C�XXXXX renewal options, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, 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 fXXXXI hereto. Contract No. XX-XXX-XX SECTION 4 FEE 4.1 In consideration of the Services to be provided, Consultant shall be compensated on a fixed fee basis, in the amount of $XXXXXxXx , for a total annual amount not to exceed $XXXXXXX . 4.2 [NOTE: INCLUDE AMOUNT FOR REIMBURSABLES, IF ANY]. 4.3 [NOTE: INCLUDE HOW FEE IS TO BE PAID — I.E. "X" PERCENTAGE UP FRONT; "X" UPON DELIVERY; MONTHLY; LUMP SUM; ETC.]. 4.4 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: Payables(dmiamibeachfi.00v SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant 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 Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant 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 Consultant. 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. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. 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 Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY Contract No. XX-XXX-XX 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 CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT 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 CONSULTANT, 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, CONSULTANT 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 Consultant 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 Consultant 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 arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant 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 Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant'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 one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to Contract No. XX-XXX-XX the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS (NOTE: INSURANCE TYPES AND LIMITS BELOW SHOULD ALWAYS BE SAME AS WHAT WAS SPECIFIED IN BID DOCUMENTS] 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. General Liability, in the amount of $1,000,000 combined single limit, for bodily injury and property damage. The City of Miami Beach must be endorsed as an Additional Insured as their interest may appear. B. Consultant Professional Liability, in the amount of $1,000,000; and C. Workers Compensation & Employers Liability, as required pursuant to Chapter 440, Florida Statutes. A waiver of subrogation endorsement must be provided. 6.4 Additional Insured — 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 Consultant 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 Consultant's insurance. 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach Go EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation — Consultant 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. 6.7 Acceptability of Insurers — 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 State of Florida. 6.8 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant'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. Contract No. XX-XXX-XX CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH Go EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachCdriskworks com 6.9 Special Risks or Circumstances — 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 the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTIONNENUEIJURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the 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 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, Consultant 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. Consultant hereby expresses its willingness to enter into this Agreement with Consultant'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, Consultant hereby agrees that the City shall not be liable to the Consultant 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. Contract No. XX-XXX-XX SECTION 9 DUTY OF CAREICOMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS: COPYRIGHT AND CONFIDENTIAL FINDINGS iA 111111111111111,191It'La1YN_1t7: With respect to the performance of the Services contemplated herein, Consultant 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. In its performance of the Services, Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami -Dade County, the State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part 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 Consultant or its employees or sub -consultants, without the prior written consent of the City Manager. SECTION 10 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant, and at any time during normal business hours (i.e. SAM — 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. Consultant 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 Contract No. XX-XXX-XX (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. (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, (bid/proposal) submittals, activities of the Consultant, 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 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 Consultant, the Consultant 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/proposal) submittals, activities of the Consultant 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 Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and Contract No. XX-XXX-XX 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 Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Consultant 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 Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant 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 Consultant or third parties. 10.3 ASSIGNMENT. TRANSFER OR SUBCONSULTING Consultant 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 tens 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 Consultant shall file a State of Florida Form PUR 7068, 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 Consultant 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, Consultant shall 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, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. Con=ct No. XX-XXX-XX 10.6 CONFLICT OF INTEREST Consultant 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. Consultant 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. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. 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 arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, 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 Consultant meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Consultant 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 Consultant 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 Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant 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. 10 Cantract No. XX-XXX-XX (0) 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 Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant'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 Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant 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 Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant 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 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'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(aMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE 11 Contract No. XX-XXX-XX (A) A "Force Majeure' event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, 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, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, 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: (1) of the occurrence of event of Force Majeure, (ill of the nature of the event and the cause thereof, (ill) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden 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 party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (C) 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'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 12 Contract No. XX.XXX-XX 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 Consultant of such termination. If the Agreement is terminated pursuant to this section, Consultant 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. 10.9 E-VERIFY (A) Consultant 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, Consultant shall register with and use the E- Verity system to verity the work authorization status of all newly hired employees during the Tenn of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the 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 Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1) or (B)(2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (B)(1), Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6) Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. SECTION 11 NOTICES 13 Connect No. XX-XXX-XX Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: [FILL IN] TO CITY: [FILL IN] All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. SECTION 12 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 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 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 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. 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 has 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 Consultant 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 14 Contract No. XX-XXX-XX 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. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 15 Contmct No. XX-XXX-XX 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: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: Rafael E. Granada, City Clerk Aline T. Hudak, City Manager Date: FOR CONSULTANT: By: Print Name and Title Date: 16 Contract No. XX-XXX-XX EXHIBIT A SCOPE OF SERVICES 17 APPENDIX C /\AIAMIBEACH Insurance Requirements RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 INSURANCE REQUIREMENTS The vendor shall maintain the below -required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (1) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injurywith limits no less than $1,000,000 peroccurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured - The 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 forth of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach clo EXIGIS Insurance Compliance Services. Waiver of Subrogation — The Vendor 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. Acceptability of Insurers— 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 State of Florida. Verification of Coverage — The contractor shall furnish the City with original certificates and amendatory endorsements or copies of the applicable insurance language, effecting coverage required by this Contract. All certificates and endorsements are to be received and approved by the City before 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 MUST READ: CITY OF MIAMI BEACH clo EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachrariskworks.com Special Risks or Circumstances - 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 the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Pave Intentionally Left Blank UICTIUM,FQlKe7 SUNBIZ & PROPOSAL RESPONSE TO RFQ Secretary of the Commonwealth of Massachusetts William Francis Galvin Business Entity Summary ID Number: 00IS15974 FRequest certificate New search Summary for: CAMBRIDGE ECONOMETRICS INC. The exact name of the Domestic Profit Corporation: CAMBRIDGE ECONOMETRICS INC. Entity type: Domestic Profit Corporation Identification Number: 001515974 Date of Organization in Massachusetts: Date of Revival: 07-01-2021 Last date certain: Current Fiscal Month/Day: 06/30 Previous Fiscal Month/Day: 06/30 The location of the Principal Office: Address: 5 STRONG AVENUE SUITE 207-210 City or town, State, Zip code, NORTHAMPTON, MA 01060 USA Country: The name and address of the Registered Agent: Name: DAVID A. PARKE Address: 1500 MAIN ST., SUITE 2700 City or town, State, Zip code, SPRINGFIELD, MA 01115 USA Country: The Officers and Directors of the Corporation: Title Address PRESIDENT PHILIP SUMMERTON 2 MARTINS WAY ORTON WATERVILLE PETERBOROUGH, PE2 5DY UK GBR TREASURER DANIEL HODGE 51 FAIRVIEW AVE. NORTHAMPTON, MA 01060 USA SECRETARY DANIEL HODGE 51 FAIRVIEW AVE. NORTHAMPTON, MA 01060 USA VICE DANIEL HODGE 51 FAIRVIEW AVE. NORTHAMPTON, MA PRESIDENT 01060 USA DIRECTOR ANTHONY BARKER 8 PEARSON CLOSE MILTON, CAMBRIDGE 2B24 6YS, UK GBR DIRECTOR JONATHAN HYWEL STENNING 9 THE LAWNS CLOSE MELBOURN ROYSTON, SG8 6DR UK GBR DIRECTOR ZARNEE CHRISTOPHER 92 PERNE ROAD CAMBRIDGE, CBS 3RR THOUNG UK GBR DIRECTOR RICHARD LEWNEY 8 CHESTERFIELD RD. CAMBRIDGE CB4 iLN, UK GBR DIRECTOR DANIEL HODGE 51 FAIRVIEW AVE. NORTHAMPTON, MA 01060 USA DIRECTOR BEN GARDINER 29 SHEPRETH RD. BARRINGTON, CAMBRIDGESHIRE, CB22 7SB UK GBR DIRECTOR PHILIP SUMMERTON 2 MARTINS WAY ORTON WATERVILLE PETERBOROUGH, PE2 5DY UK GBR Business entity stock is publicly traded: The total number of shares and the par value, if any, of each class of stock which this business entity is authorized to Issue: Total Authorized Total issued and Class of Stock Par value per share outstanding No of shares Tatar per No, of shares CNP 0 275,000 $0 100,000 Confidential Merger Consent Data Allowed Manufacturing View filings for this business entity: ALL FILINGS Annual Report Application For Revival , Articles of Amendment Articles of Charter Surrender View faings Comments or notes associated with this business entity: Naw march BID SUBMITTAL QUESTIONNAIRE SEC NFORM Tnis dxumeot s a REOU i 'ally completed and submitted. SdkAtaHon No: solicitation Till.: BID NUMBER PROJECT TITLE BIDDER 5 RkNE: � EcommwNle Inc NO.OFY IN BUSINESS NO. CFY SINWW1ESSIJNALLC10 NO.OFENPL EES:5 OTHERNMIEISi BRXxNHNSOPERATEOONOERINTHELPST 1UT-110la Ee M SUNINI BIDDERPRIMgRYADORESSiNKAOQURmERSI: 59ir A,w,Nw.SUIN M410 CITY. 14H.Sbn TELEPIpNENCT 61 1 1101 TML FREE No. HIS . NO.: NB BIOOER LOCPLAODRESS: S SIm,O MYq, 9WN N R CITY S .—INSH VA. WIS op.or... PRRURYACCOONT REPq SENWSE FOR THIS ENWOEMENT --SIHI ACCWNTREPTELEPIgNENO eYae ACCWNTREPTd1FREENO: Nn PCCOONT REP E.L: le®eY,wao — F OERALTWIIOENTIFICATIMNO: 001NNL By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and fJ that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and cemeol to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Jennifer Carvajal, Principal Economist Jennifer I Carvajal SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt JMc Addendum 1 Addendum 6 Addendum 11 JMc Addendum 2 Addendum 7 Atldentlum 12 Addendum 3 1 1 Addendum 8 1 1 Addendum 13 Addendum 4 1 1 Addendum 9 1 1 Addendum 14 Addendum 5 1 1 Addendum 10 1 1 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. FIRST AND LAST NAME I RELATIONSHIP 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY of MmIML—Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 600-424-2495. SECTION 5 - REFERENCES AND PAST PERFORMANCE work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: MassDevelopment Contact Individual Name and Title: Anabelle Rondon, Director of Transformative Development Address: 99 High Street, Boston, MA 02110 Telephone: (857) 300-7775 Contact's Email: ARondon@Massdevelopment.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Cambridge Econometrics (CE) is working collaboratively with MassDevelopment and their Transformative Development Initiative (TDt) team on a data and program assessment of urban revitalization. In 2023 CE completed Phase I of this work and in 2024 began Phase 2 to provide continued support to the MassDevelopment team. The total budget for both phases totals $94,000. TDI is a district -level economic development program in Massachusetts Gateway Cities that emphasizes small business and entrepreneurship support, partnership and capacity building, and arts, cultural and placemaking. CE is helping MassDevelopment to determine the right data metrics to collect, the mechanisms to collect primary, real-time data on these districts, track performance over time and survey a wide range of businesses, residents and stakeholders on district performance and perceptions. In particular, CE is working on data collection and analysis related to: s.. a Ground floor business uses and vacancies 1 0 Foot traffic and vibrancy 9-0 TDI Investment data and small business impacts 6_ d Perception surveys of business, residents, and visitors a-0 Partnerships and collaborations Reference No.2 Firm Name: The Nature Conservancy Contact Individual Name and Title: Janet Bowman, Senior Policy Advisor Address: 1035 S. Semoran Blvd. Suite 2-1021B Winter Park, FL 32792 Telephone: (850) 251.9406 Contact's Email: Janet_Bowman@tnc.org Narrative on Scope of Services Provided, Project Budget, and Project Dates In a collaboration with AECOM and the Nature Conservancy, Cambridge Econometrics (CE) led a new statewide economic impact analysis of future clean energy and net zero (decarbonization) pathways in Florida in 2023. Our budget was $67,000 from an overall project budget $168,000. To support this work, we customized and applied our E3-US economic impact and forecasting model to Florida. E3-US is a leading tool to support decision makers at state and federal level assess the impact different policies will have on a stateifl Fs economy, society and the environment. In Florida, we specifically designed future scenarios of clean energy generation and net zero investments and technologies to evaluate the economic opportunities for Florida as it considers expanding clean energy (solar, wind, etc.) and decarbonizing transportation, buildings and land use. Reference No.3 Firm Name: Franklin Regional Council of Governments Contact Individual Name and Title: Jessica Atwood, Director of Planning Address: 12 Olive Street, Greenfield, MA 01301 Telephone: (413) 774-3167 x123 Contact's Email: jessicaa@frcog.org Narrative on Scope of Services Provided, Project Budget, and Project Dates: Cambridge Econometrics (and prior to that as Hodge Economic Consulting) has worked with the Franklin Regional Councfi of Governments (FRCOG) on a wide variety of economic analysis and transportation projects over the past 10 years. Example projects include technical review of benefit -cost analysis and ridership projections for the east -west rail study; economic advisory support to FRCOG (and PVPC) on the Knowledge Corridor (now Valley Flyer) passenger rail initiative; project manager for the Massachusetts Rural Policy Plan; an economic development study of the Deerfield River Outdoor Recreation Economy; and most recently in 2023 a Market Analysis of their Downtown Districts for a budget of $30,000. SECTION 6 — SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency.? OD YES p� NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County that have been certified as Small or Disadvantaged Business by Miami -Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County? 0 YES F-0--1 NO SECTION 8 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Ente rise Certification q the NGLCC? YES NO SECTION 9 - BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 at seq., apply to this certification and disclosure, 9 any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Jennifer Carvajal, Principal Economist Jennifer M. Carvajal SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fad relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Jennifer Carvajal, Principal Economist Jennifer M. Carvajal SECTION 11 — CONE OF SILENCE Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at hUps:/Aibrarymunicode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CHAD ARTVIISTCO ID V4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at f�(Hglg[;i¢;id4(almiamibeachfl.ggy . By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. "TION 12 — CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at hgo://www.miamibeachfl.gov/city= L1 10_[I orocuremenVnrocurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? YES � NO Bidder adopts the City of Miami Beach Code of Business Ethics? p� YES 0 NO SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (bLtpsJ/library municode oom/8/miami b a h/ od s/cod of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO I� V3LQ) Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (It ps./flibrarvmunicodecom/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 — NON-DISCRIMINATION The Non -Discrimination ordinance is available at: By virtue of submitting bid, bidder agrees it is and shall remain in full compliance 2-375 of the City of Miami Beach City Code. SECTION 15 — FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 — PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: Ups,//www.flsenate.goy/LawstStatutest2Ol2/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 17 — VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, hops://library ' ode comM/miami beach/codes/code of ordinances? nodeld=SPAGEORC,H2AD ARTVIPR DIV3COPR S2- 374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? 0 YES p0 NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Govemmeri 0 YES p� NO SECTION 18 - EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005J494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? p� YES = NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? p0 YES OD NO Please check all benefits that apply to your answers above and list in the "other' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. Bidder Provides for Bidder Provides for Bidder does not BENEFIT Employees with Employees with Provide Benefit Spouses Domestic Partners Health Yes Yes Sick Leave Yes Yes Family Medical Leave Yes Yes Bereavement Leave Yes Yes If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available SECTION 19 — MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? = YES F-G-] NO If yes, explain. Cambridge `econometrics aarftr' Natalia Delgado, Procurement Contracting Officer Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 July 1, 2024 Dear Natalia, Re: REQUEST FOR QUALIFICATIONS NO.2024-005-NO FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES Cambridge Econometrics is pleased to provide a response to the City of Miami Beach for on -call Economic Development Consultant Services. We are a global economic consultancy that has deep expertise and a strong track record across the US in three core service areas: Economic Development; Environment and Energy; and Infrastructure and Transportation. We offer services ranging from economic development planning and strategy, impact analysis, benefit -cost analysis, transit -oriented development market studies, climate change analysis and more, all underpinned by rigorous data analysis and modelling. We understand the City of Miami is looking for consultants who can provide a range of economic consulting services to join their on -call list. We also understand that key thematic areas the city is focusing on include resilient redevelopment, alternative modes of transport, environmental preservation, and enhancing community character, amongst others. Our recent projects reflect the depth and breadth of our services as well as the areas relevant to the City of Miami Beach. For example, we recently helped MassDevelopment evaluate suitable redevelopment and reuse options for a strategic site owned by the town of Dedham and are currently supporting the Cities of Gloucester, MA and South Portland, ME on their new comprehensive Plans. In addition, we recently worked with the State of Texas to complete an Industry Cluster and Economic Growth Analysis as part of their Statewide Economic Development Plan and for the State of Florida to analyze the Economic Impacts of Decarbonization. This letter is accompanied by our response to your solicitation detailing our Experience and Qualifications (Tab 2) and Approach and Methodology (Tab 3). We are excited about the discuss any aspect of our, port the City of Miami Beach and would be pleased to detail with you. ietrics Inc Combriage Emnememcs Inc cambridge econometrics \ e.,I, Tab 2: Experience and Qualifications 2.1 Organization Chart Below we set out the organizational structure and general project roles of all personnel involved in this proposal. We also append individual resumes for each member of our team to the end of the Tab 2 submission. Please note that our proposal does not include a subcontractor and therefore all personnel are from Cambridge Econometrics. Head of Cambridge Eronometrics' US office and ultimatly responsibible for the work. Dan will provide guiding direction on all major tasks and participate in project kick-off meetings, key milestones and presentations. Dan has 25 years of experience in economic development, urban and transportation planning, benefit -cost analysis, and public finance. He 16 has led numerous economic development, infrastructure, economic impact, and transit -oriented development (MD) studies. Spechcally, Dan Hodge he has delivered economic development and fiscal analysis elements Executive Vice President for municipal -level comprehensive plans in New Bedford, Taunton, Wenham, and Topsfield, MA; Norwalk, CT; South Portland, ME; Nashville, TN; and Kansas City, MO. Jennifer Carvajal Principal Economist Project manager and day-to-day talent contact lead. Jennifer will work closely with the CE Team to deliver the project at hand. She will develop methodologies and oversee the day-to-day analysis. Jennifer has 14 years' of global experience working with local towns and cities to develop economic development related strategies and econmic analysis. She is skilled in understanding local econmies, conducting impact analyses, and strategy development. Jennifer is currently working with Arlington County, VA to assess the economic impact of a potential innovation district at National landing; delivering a regional competitiveness study for Antioquia, Colombia; a Real Estate Analysis for a TOD Strategy for Northwest Cambnbpo Em�,metrib nc cambridge \ econometrics Environment and Energy lead. Brendan will lead the methodology and anaaysis team on projects which require environmetal economic analysis. Brendan has more than 10 years of experience in economic impact, cost -benefit, and public policy analysis. He has led economic analyses in the context of environmental polity, natural resource use, AL energy transitions, climate change, and litigation matters. He recently completed our study on the Economic Benfits of Decarbonization in Brendan Cox Florida and is currently leading a similar study looking at the Economic Principal Economist and Employment Impacts of Building Decarbonization in Illinois. Ann Furbush Senior Economist Senior Economist and researcher working with Jennifer and Brendan. Ann will focus on the day to day economic data analysis and modelling. Ann is an expert in data modeling, analysis and visualization. She has led the economic analysis for similar projects including the South Portland Comprehensive Plan, City of Gloucester Comprehensive Plan, Franklin Regional Council of Government's Rural Downtown District Analysis, and a Cluster Analysis for the State of Texas. Senior Economist and researcher working with Jennifer and Brendan. Alex will focus on the day to day economic data analysis and modelling with Ann as required. Alex specializes in regional and local policy and strategy, infrastructure, and housing. Alex is currently working closely with al Landing Innovation District Study for fe is also leading the anlaysis for a Post District Analysis for the City of Cambridge, MA. Cumbldge Fcaxmeuc5 nv. cambridge \ econometrics 2.2 Qualifications of Bidder References 1. Transformative Development Initiative Economic Analysis, MassDevelopment Cambridge Econometrics (CE) is working collaboratively with MassDevelopment and their Transformative Development Initiative (TDI) team on a data and program assessment of urban revitalization. In 2023 CE completed Phase 1 of this work and in 2024 began Phase 2 to provide continued support to the MassDevelopment team. The total budget for both phases totals $94,000. TDI is a district -level economic development program in Massachusetts Gateway Cities that emphasizes small business and entrepreneurship support, partnership and capacity building, and arts, cultural and placemaking. CE is helping MassDevelopment to determine the right data metrics to collect, the mechanisms to collect primary, real-time data on these districts, track performance over time and survey a wide range of businesses, residents and stakeholders on district performance and perceptions. In particular, CE is working on data collection and analysis related to: • Ground floor business uses and vacancies • Foot traffic and vibrancy • TDI Investment data and small business impacts • Perception surveys of business, residents, and visitors • Partnerships and collaborations Contact: Anabelle Rondon, Director of Trensformative Development MassDevelopment 99 High Street Boston, MA 02110 (857)300-7775 ARondon@Massdevelopment.com 2. Economic Impacts of Decarbonization in Florida, The Nature Conservancy In a collaboration with AE CO anAhe Nature Conservancy, Cambridge Econometrics (CE) led a new statewide economic impact analysis of future clean energy and net zero (decarbonization) pathways in Florida in 2023. budget was$67,000 from an overall project budget of $168,000. To support this work, d and apW d our E3-US economic impact and forecasting model to Florida. E3A is a " I to su ecision makers at state and federal level assess the impact different policies will have te's economy, society and the environment. In Florida, we specifically designed fut narios of clean energy generation and net zero investments and technologies to evaf a economic opportunities for Florida as it considers expanding clean energy (solar, wind, etc.) and decarbonizing transportation, buildings and land use. COTb':JQe F —,11-1 es nc i cambridge \econometrics JOINY 11PlII CMIPIBVItV Contact: Janet Bowman, Senior Policy Advisor The Nature Conservancy 1035 S. Semoran Blvd. Suite 2-1021B Winter Park, FL 32792 (850)251-9406 Janet Bowman@tnc.org 3. Various Economic Analysis, Planning and Transportation Studies, Franklin Regional Council of Governments Cambridge Econometrics (and prior to that as Hodge Economic Consulting) has worked with the Franklin Regional Council of Governments (FRCOG) on a wide variety of economic analysis and transportation projects over the past 10 years. Example projects include technical review, of benefit - cost analysis and ridership projections for the east -west rail study; economic advisory support to FRCOG (and PVPC) on the Knowledge Corridor (now Valley Flyer) passenger rail initiative; project manager for the Massachusetts Rural Policy Plan; an economic development study of the Deerfield River Outdoor Recreation Economy; and most recently in 2023 a Market Analysis of their Downtown Districts for a budget of $30,000. Contact: Jessica Atwood, Director of Planning Franklin Regional Council of Governments 12 Olive Street Greenfield, MA01301 (413)774-3167 x123 jessicaa@frcog.org Cambrdge Er"", I cs inc cambridge \ econometrics Selected Project Experience Economic Development Strategic Plans Economic Developmentfor South Portland (ME) Citywide Master Plan Client: JM Goldson Year: 2023-24 Cambridge Econometrics is working with JM Goldson and Jeff Levine to complete a citywide plan for the City of South Portland, Maine. CE is responsible for the economic development analysis and strategy portion of the plan, which includes an economic profile and market analysis of key redevelopment areas of the city. This includes an economic market and pro forma analysis of the waterfront and industrial areas of the city. CE will also examine transit funding and how infrastructure finance and the city's fiscal conditions interplays with economic development for this coastal city, Gloucester (MA) Cambridge Econometrics (CE) is working with 1M Goldson on a Citywide Comprehensive Plan for the city of Gloucester, MA. CE is focused on the Comprehensive Plan economic development portion of the plan. As a first step, CE assessed current economic activities based on empirical research and stakeholder Client:JM Goldson engagement. Building on this analysis, the plan will include a detailed set Year: 2023-24 of opportunities,goals, and strategies for economic development. In Gloucester, key industries include fishing, tourism, manufacturing, and marine biotechnology. Pioneer Valley Cambridge Econometrics (CE), was the leald consultant on this EDA- Economic Recavery, funded economic recovery strategic planning project. CE outlined key Strategy regional economic priorities, with emphasis on workforce, small business, and other strategies to help create a more equitable and Client: Pioneer Valley inclusive economy. CE then worked to envision future economic Planning Commission scenarios, trends and opportunities, culminating in a scenario analysis of Year: 2021 key initiatives and priorities related to: • Increasing workforce participation and removing obstacles to sustained employment; • Enhancing homeownership and small business growth opportunities for under -represented BIPOC communities; • Reversing stagnant population trends, improving infrastructure, and prioritizing vibrant town centers and downtowns; and panding business and employment in target Industry sectors ch as clean energy and cybersecurity. a Econometrics (CE) is leading the economic development and act analyses components for a master plan for the town of (MA). CE completed an economic trends and conditions report unicipality, as well as a quantitative assessment of the town's WWed=lopment ironment (such as major sources of revenue and expenditures). y focused on an empirical assessment of opportunities for local based on existing sites, market conditions and trends. The COMOlO� EconIX elf s nc E Kcambridge \econometrics JrnIty from complexity Year: 2023-24 fiscal impact analysis fiscal analysis profiles for retail, office/lab, mixed use, industrial and residential development projects. For each development type, we estimated future property tax revenue as well as a likely range of expenditures (e.g., single family residential is likely to lead to higher educational spending). Multiple future growth and development scenarios were provided to the town as they contemplate future growth patterns. New Bedford (MA) Cambridge Econometrics worked s working with Agency Landscape & Comprehensive Planning to complete a comprehensive plan for the City of New Bedford, Citywide Plan Massachusetts. CE was responsible for the economic development analysis and strategy portion of the plan and is also assisting with the Client: Agency transportation assessment. The city has a diverse range of economic Landscape & Planning activities and industries, including fishing, textile manufacturing, seafood Year: 2023-24 processing, and health care. New Bedford and its port are positioned as an emerging hub for the offshore wind industry, with new port infrastructure to stage and support wind farm construction projects off the coast of Massachusetts. Transformative For the Western Mass EDC, and in partnership with MassINC, Cambridge Economic Investment Econometrics (CE) led a strategic economic investment Plan focused on Strategy in Western identifying transformative economic investment ideas for Western Mass Massachusetts. Working closely with UMass and other regional stakeholders, CE has identified specific areas of technology and research Client: Western Mass expertise that can be leveraged for new innovation economy Economic opportunities. To support this work, CE also conducted a data -driven Development Council assessment of the regional economy, industry and R&D strengths, and (EDC) stakeholder and institutional assets. Franklin County Hodge Economic Consulting (now Cambridge Econometrics) was engager Economic Resiliency by the F nklin Regional Council of Governments (FRCOG) to support Plan thei 2 1 economic resiliency and recovery plan. This was an EDA- ed oject in response to the COVID-19 crisis. CE drafted and helped Client: Franklin Immini r a survey of local businesses, non-profit organizations and Regional Council of public sector leaders to better understand COVID-19 economic impacts. Govern ey results and analysis focused on how the COVID-19 pandemic Ye d operations and communications, and developed ideas on ' ving the delivery of services, regional collaboration and '« mmunications, and the priority strategy areas to accelerate economic recovery and build greater resiliency against future crises for Greenfield ,aww and the county's commercial districts. _ 4V�; Cannncga Econ rresInc cambridge \ econometrics Asset Based Economic Development Cambridge Post- Cambridge Econometrics is leading a team with Agency Landscape & Pandemic Business Planning to deliver the Cambridge Post Pandemic Business District Study. District Study Given the changing retail landscape resulting from Covid-19 impacts Cambridge would like to be strategic in its economic Development Client: City of approach to small businesses and commercial districts. Cambridge Cambridge Econometrics is developing detailed district profiles for eight separate Year: 2024 commercial districts within the City to understand their existing business make-up in terms of sectors, employment, turnover, and minority ownership. To further Inform these district studies, we are interviewing local business associationsto understand what additional support would be helpful to attract and grow local businesses. Deerfield River Cambridge Econometrics led an outdoor recreation tourism study of the Corridor Outdoor Deerfield River corridor. This area hosts a wide variety of popular Recreation Study activities including tubing, kayaking, fly fishing, white water rafting, and land -based activities like hiking and mountain biking. This study includes Client: Franklin a mix of data analysis of the regional tourism industry, stakeholder Regional Council of outreach and an extensive survey about the river corridor's challenges Governments and opportunities. In particular, we provided recommendations on how Year: 2022 the corridor could better capture the economic spending potential of visitation by strengthening its accomodation offer and improving connections between the outdoor recreation assets and the area's town centers and commercial districts. Dedham Incinerator Cambridge Econometrics was engaged by MassDevelopment to support Road Market Study the Town of Dedham in evaluating future reuse and redevelopment options for a strategic site owned by the town. As part of CE's assessment Client: of future uses, we conducted a number of stakeholder interviews with Mass0evelpment real estate professionals, planning board members, and nearby property Year: 2023 owners. In addition we undertook data anlaysis on the local economic ocndi ions as well as Costar data to identify performance trends across the local retail, residential, and office markets. CE's analysis provided recomm ndations on the most suitable future use options, which was co ented by a technical site assessment undertaken by the BSC Ludlow Mills Me nomic Consulting (now Cambridge Econometrics) was the Analysis and anager of a major study to evaluate the market opportunities at out Co ills and devise build -out conceptual plans for the existing Ch s and the undeveloped vacant land. With a MassWorks grant to new roadway to access the vacant land, Ludlow Mills has an portunity to develop a new business/industrial park on a roughly 80 acre parcel. Hodge and his land planning team (R Levesque Associates in Westfield): i Cambridge EcO metrcSlnc rm �nea�suipzw. zm uo . oaisss�n Cambridge \ econometrics • Produced a detailed economic, demographic and real estate market analysis for Ludlow Mills (and Hampden County), identifying opportunities at original mill buildings, stockhouses, and industrial properties. • Interviewed multiple developers, industrial property experts, and economic development officials to gauge market trends, gather custom data on industrial property transactions and demand for space. • Identified the developable area of the vacant land and devised a series of build -out scenarios for the 40 acre property, along with roadway access points, stormwater management and conservation/buffer land. • Completed a series of marketing materials for Westmass Development to help promote their sites and buildings. Data Collection and Assessment Analysis and Statewide Economic Development Plan for the State of Texas. A core Economic Growth component to the study is to define industry clusters and identify target Analysis for the Texas clusters for the state and its regions. Cambridge Econometrics is leading Statewide Economic the cluster -analysis methodology, which involves a detailed analysis Development Plan across all industries and categorization of different types of clusters depending upon their growth trajectory, location quotient and Client: Guidehouse employment trends. The selected target clusters will be used to guide Year: 2023 state of Texas economic development efforts. In addition, CE is applying its Local Economy Futures Model (LEFM) to the state of Texas to estimate the jobs, GSP and export impacts by industry sector of alternative future economic growth scenarios, such as target cluster -specific growth pmjecyos and external trends that may affect Texas growth patterns Transformative le Econometrics (CE) is working col laboratively with Development lopment and their Transformative Development Initiative (TDI) Initiative data and program assessment of urban revitalization. TDI is a Anal evel economic development program in Massachusetts Gateway at emphasizes small business and entrepreneurship support, ership and capacity building, and arts, cultural and placemaking. CE s helping MassDevelopment to determine the right data metrics to collect, the mechanisms to collect primary, real-time data on these Cambrdge Econa etncs n,- Ccambridge \ econometrics Year: 2023-24 districts, track performance over time and survey a wide -range of businesses, residents and stakeholders on district performance and perceptions. In particular, CE is working on data collection and analysis related to: • Ground floor business uses and vacancies • Foot traffic and vibrancy • TDI Investment data and small business impacts • perception surveys of business, residents, and visitors On -Call Cambridge Econometrics is supporting the Appalachian Regional Transportation Commission (ARC) on a range of transportation, trade and economic Advisory Services for development projects and initiatives. Working closely with ARC staff, CE the Appalachian is providing analysis, facilitation, writing/editing, and other support for Regional Commission projects such as: 1) ARC's Network Appalachia freight and multimodal transportation advisory group; 2) a new pilot transportation accessibility Client: Appalachian measurement project, working in collaboration with state DOTS in Regional Commission Maryland and North Carolina, to integrate new accessibility metrics Into Year: On -going project prioritization; 3) USDOT funding opportunities and grants; and 4) the ongoing completion work for the Appalachian Development Highway System (ADHS). CE is currently leading an initial update to earlier ARC studies on multi - modal freight transportation commodity flows, international trade, and key freight facilities such as inland ports. CE is evaluating freight flow data sources from the BTS/FHWA Freight Analysis Framework (FAF) as well as existing freight studies to assess freight flows to, from, within and through this massive 420 county region spanning 13 states. CE is also producing an updated map of key freight facilities across all modes (highway, air, rail, inland waterways, rail terminals, etc.) and developing detailed case studies and lessons learned from inland port or other freight facilities in Appalachia. Camorldge Econometrics inc Pegiemm�atlbm:5 �ua 201-E�0 mm onM>�lOW VnM1aJ Sti,na Company mg9mtlon No 00 i159Jn cambridge \econometrics eirnuY rtan compiaww Impact Assessment and Evaluations Economic Impacts of In a collaboration with AECOM and the Nature Conservancy, Cambridge Decarbonization in Econometrics (CE) led a new statewide economic impact analysis of Florida future clean energy and net zero (decarbonization) pathways in Florida. To support this work, CE customized and applied their E3-US Client: AECOM economic impact and forecasting model to Florida. E3-US developed a Year: 2023 tool to support decision makers at state and federal level assess the impact different policies will have on a gate's economy, society and the environment. In Florida, CE designed future scenarios of clean energy generation and net zero investments and technologies to evaluate the economic opportunities for Florida as it considers expanding clean energy (solar, wind, etc.) and decarbonizing transportation, buildings and Economic and CE is evaluating the economic and employment impacts of decarbonizing Employment Impacts building heating, cooling, and selected end uses in Illinois, the eight of Building largest natural gas -consuming state in the U.S. Our analysis, using our Decarbonization in state -level macroeconomic model E3-US, will estimate employment Illinois impacts for two scenarios relative to a business -as -usual baseline: (i) decarbonization via complete (or nearly complete) electrification by Client: Governor of 2050, and (ii) decarbonization via a combination of electrification, gas Illinois with carbon capture, biogas, and/or hydrogen. Year: 2024 We will provide estimates of current employment in key areas related to building heating and cooling, as well as estimated future employment impacts, by sector, in the two policy scenarios. Using available data from the Bureau of tabor Statistics and other sources, we will provide additional characteristics of these employment impacts, such as occupation, educational requirements, union status, and geographic distribution. Wisconsin Clean In a collaboration with GridLab, RENEW Wisconsin and Evolved Energy Energy and Net Zero Research, In Econometrics (CE) led a statewide economic impact Economic Impactdanalysiof futureclean energy (decarbonization) pathways for AnalysisTo support this work, CE customized and applied their E3-US impact and forecasting model to Wisconsin to go along with Client: GridLabsub-state analysis of effects on key industries and year: 2022ns. E3-US is a leading tool to support decision makers at state al level assess the impact different policies will have on a state's society and the environment and that of the US as a whole. In , CE is specifically evaluating the investments in clean energy Carnbridge Eton a cs inc cambridge `econometrics �"- 1) the energy sector, and 2) the entire Economic Benefits of Cambridge Econometrics, in partnership with Kittelson Associates, Complete Streets conducted an economic study of complete streets investments on behalf Investments In of the Massachusetts Department of Transportation(MassDOT). Massachusetts MassDOT has been providing grants to cities and towns for almost 30 years to enhance pedestrian, bicycling, transit, landscape, and other Client: Kittelson projects, which not only improve safety and full use of streets in key Associates areas but can also encourage greater vibrancy, small business activity and Year: 2023 development. This novel study researched and selected potential data metrics to measure impacts that were studied for five case study projects from the Berkshires to the Boston area, including Cambridge. CE supported the methodological approach and review of available data sources and led the analysis of the rase study areas applying a mix of before -after and comparison areas (difference in differences) to isolate the potential economic effects of projects on retail sales, jobs, Economic Impacts of Cambridge Econometrics worked with Kittelson & Associates to assess the Mass Central Rail the potential impacts of a completed rail trail across the state of Trail Massachusetts for the Nonvottuck Network. The completed trail would stretch about 100 miles, from Northampton to the Boston Metro area Client: Kittleson & and offer recreation (including overnight trips) and commuting Associates opportunities for thousands of people. The Kittelson team projected Year: 2022 visitation of the existing trail segments and the completed trail, and conducted a survey of trail users, including estimated spending across various categories (hotels, restaurants, retail, etc.). CE used these visitation and spending estimates to calculate the direct spending effect of the trail by scenario. CE then estimated the total economic impact of the trail, including jobs by sector, earnings, value added, and output for the full corridor. We also segmented the analysis into western, central andea rn anI Massachusetts to reflect the differential use p e.g., more day use and commuters in Greater Boston, relatively rnisht ootential for central and western areas). Cambriuge Econometrics Inc: cambridge \econometrics clonN rrom comoiamv Economic Forecast Analysis National Landing Cambridge Econometrics is working as part of a consultant team Innovation District alongside Arup and CIC Captains of Innovation for Arlington Economic Study Development (Arlington County, VA) to support the establishment of the National Landing Innovation District. The purpose of the Study is to Client: CIC Captains of inform a coordinated effort between private and public parties to launch Innovation an innovation district entity in National Landing. Cambridge Year: 2024 Econometrics is leading in the identification and analysis of the technology verticals such as Artificial Intelligence, Next Gen Technology, and Quantum Information Science. CE has then developed a methodology that will evaluate the long-term market potential of these technologies and will assess the impact they could have on economic Northwest Vermont Cambridge Econometrics is working in partnership with Vermont -based Real Estate Market White+ Burke Real Estate Advisors for the Chittenden County Regional Analysis and Transit- Planning Commission (CCRPC) on a study to evaluate real estate market Oriented conditions in Northwest Vermont. CCRPC has been awarded grant Development funding to support the development of a regional Transit Oriented Development (TOD) strategy in this five -county region. As a first step to Client: White +Burke inform this strategy, CE and W+B were selected to develop a real estate Real Estate Advisors market study to forecast housing demand as well as commercial and Year: 2023-24 industrial development across the study area by 2035 and 2050. CE is leading the analysis on economic and population growth, for which we are using our Population and Housing model to forecast the expected demand for housing and business uses in each of these counties, combining these forecasts with the land and real estate analysis of W+B. Ultimately, this project will support CCRPC by providing data and information on key corridors of employment and population growth, how this translates into housing demand, and where growth can be accommodated. Camondge Econometrics Inc ,m sue, xs u IIt cambridge \ econometrics 2.3 Similar Experience of Sub -Consultants No subconsultants Included in this bid. 2.4 Evidence of Prior Working Experience No subconsultants included in this bid. Daniel J. Hodge C Cambridge econometrics Executive Vice President, Cambridge Econometrics �,�,. PROFESSIONAL EXPERIENCE Dan Hodge, Executive Vice President at Cambridge Econometrics, has 25 years of experience in economic development, urban and transportation planning, benefit -cost Education analysis, and public finance. Previously, Mr. Hodge was Director of Economic Policy Master ofAru, Applied Research at the UMass Donahue Institute, and was a Senior Economist at HDR Decision Economics, University of Economics and Cambridge Systematics. He has led numerous economic development, Michigan, 1999 infrastructure, economic impact, and transit -oriented development (TOD) studies. Master of Public Policy, University of Michigan. 1999 SELECTED PROJECT EXPERIENCE Bachelor of Arts, Strategic Economic Recovery Planning, Pioneer Valley Planning Commission. Mr. Economics/Business, Hodge led a regional economic recovery planning project for the Pioneer Valle region in Lafayette College, 1994 g 6 ke P S P 1 Y B western Massachusetts. Guided by stakeholder engagement, that work is focused on Employment History three key areas: 1) developing a more equitable and inclusive economy; 2) identifying • Executive VP, Cambridge industry opportunities to sustain future economic vitality; and 3) enhancing the region's Econometrics, 2021. capacity to successfully implement new (or scaled -up) economic initiatives. The project Present carried out an economic scenario analysis of strategic initiatives (workforce, BIPOC • Principal, Hodge homeownership and small businesses, emerging industry sectors) using CE's Local Economic Consulting, Economy Futures Model (LEFM) to drive the strategy development As a follow-up 2015-2021 project for the Western Mass Economic Development Council, he is managing a project to • Principal Economic identify transformative economic investments for the region. Development Officer, City of oxford, 2019- 2020 Economic Development for City/Town Plans. Mr. Hodge has led the economic development and fiscal analysis elements for municipal -level comprehensive plans in • Director of Economic New Bedford Taunton, Wenham, and Topsfield, MA; Norwalk CT; South Portland, ME; Policy Research, UMass 2012-2015 Nashville, TN; and Kansas City, MO. Each project includes a profile of economic, demographic, and real estate trends and conditions, stakeholder interviews, and • Principal Economist HDR, 2008-2012 economic development goals, policies, strategies and key sites for development • senior associate, Economic Development Strategic Plan for Town of Auburn (MA). ProjectManager. Cambridge Systematics, Mr. Hodge led all aspects of an economic development strategic plan for the town of 2000-2008 Auburn, MA. Auburn is relatively small (population less than 20,000) but with its • Economic Analyst REMI, enviable transportation assets (1-90,1-290 and along the CSX main line), it maintains a 1994-1997 diverse mix of distribution, manufacturing and regional retail industries. This plan includes a data -driven profile of economic conditions, interviews with local/regional Areas of Expertise development stakeholders, SWOT analysis, strategy development and public meetings. • Economic development Mr. Hodge was retained by the town to help implement the plan, including the analysis and strategy development of marketing and promotional materials to highlight the town's assets. • Economic impact and Economic Recovery and Resiliency Plan, Franklin Regional Council of bemego-crost analysis rY c5' Governments. Mr. Hodge worked Closely with FRCOG on gathering and interpreting • Tmospormuon and stakeholder input for an economic recovery and resiliency plan. He developed a survey infrastructure investment for businesses, and regional economic development leaders to better understand the • Urban planning, and impacts of Covid-19 and devise resiliency strategies for FRCOG to best support business transit -oriented opportunities in downtown and town centers, increase regional cooperation, etc. development Massachusetts Rural Policy Plan, Franklin Regional Council of Governments (FRCOG). Project Manager. Mr. Hodge worked closely with FRCOG and the Rural Policy Advisory Commission to complete the state's first ever rural policy plan (released October 2019). Mr. Hodge played a multi -faceted role, leading the writing of the introduction and scene -setting context as well as the concluding recommendations and action plan. With FRCOG, he helped act as project manager to coordinate the content development, create the organizing framework for over 12 focus areas (economic development, land use, transportation, housing, environment, etc.), and edit the report for public release to a wide set of policy and political leaders. Innovation -Based Economic Development Strategy for Holyoke and Pioneer Valley, Massachusetts Technology Collaborative (MTC). Project Manager. Mr. Hodge was the project manager for the MTC's Innovation Institute project to develop an economic development strategy in Holyoke and the Pioneer Valley. The strategic plan included four industry cluster strategies (manufacturing, clean energy, IT and urban agriculture) and strategies for entrepreneurship, economic development delivery, and site readiness. Economic Development Assessment for Norwalk Plan of Conservation and Development, City of Norwalk (CT). Project Manager. As part of a team, Mr. Hodge led the economic development analysis and strategic planning components of the 2017 Norwalk Plan of Conservation and Development (POCD). He completed a thorough data - driven assessment of Norwalk's economy, along with an extensive stakeholder interview process to understand development opportunities and challenges. He also led the identification of economic development strategies for Norwalk Economic Development Assessment for Worcester Urban Revitalization Plan, Worcester Redevelopment Authority. Project Manager. As part of a team led by the BSC Group, Mr. Hodge led the economic development assessment for the Urban Revitalization Plan in downtown Worcester. He compiled economic, demographic and real estate market data for Worcester and interviewed numerous private and public sector development experts to assess the downtown area's challenges and opportunities, and developed a set of near -term and long-term economic strategies. Competitive Factors and Business Location Decisions in Massachusetts, MassEcon. Principal -in -Charge. As part of a project with the UMass Donahue Institute, Mr. Hodge was centrally involved in all aspects of an economic development research project for MassEcon to evaluate business expansion and location projects over the past 12 years. In particular, the study analyzed over 350 company -specific projects throughout the state, developed an in-depth business survey and interview process, and compared economic development projects to target industry initiatives (life sciences, IT, manufacturing). He was engaged as Hodge Economic Consulting to complete the writing and editing of the summary report for public release. Portland (ME) Transit and TOD Visioning, Portland Area Comprehensive Transportation System (PACTS). Principal Economist Mr. Hodge played a leading role in developing the Portland region transit vision with integrated land use planning. He interviewed private developers and economic development officials to identify areas for potential TOD and higher density land use opportunities. He developed the vision policy statements to link transit to land use criteria, incentives, and value capture funding. Benefits and Costs of Alternative Future Land Use Development Scenarios, Southern New Hampshire Planning Commission (SNHPC). Project Manager. Mr. Hodge helped develop an analytical framework to assess the full -range of benefits and costs of alternative future land use development scenarios. He applied this framework to scenarios that included more compact, mixed use growth versus more sprawled future development patterns. Estimated cost differentials related to energy consumption, infrastructure costs, vehicle miles traveled, emissions, and economic impacts. Northeast Can -Am Connections Trade and Transportation Study, Maine DOT. Senior Economist As part of a study to examine transportation strategies to facilitate trade and economic development in a four state, five province region, Mr. Hodge led the economic and benefit/cost analysis of policy and investment strategies. He organized a focus group meeting of industry representatives and developed economic factors to assess future economic growth and trade scenarios due to strategic recommendations. Daniel J. Hodge - Page 2 A Jennifer M. Carvajal Cambridge Principal Economist, Cambridge Econometrics \ econometrics PROFESSIONAL EXPERIENCE Education Jennifer Carvajal has 13 years of experience working as an urban development Master of science, Urban economist Prior to joining CE, Jennifer worked as an economic development consultant Economic Development, as well as for Homes England, the UK Government's housing accelerator. Jennifer has University College London, extensive experience working with municipal and city leaders to shape economic 2012 development strategies. Jennifer is also skilled in helping clients assess the economic Bachelor of science, impacts of urban investments and new developments. Her work has ranged from Economics, Wharton developing strategic economic plans and impact assessments to support the case for School, University of investment, through to delivery support of major projects, working closely with Pennsylvania. 2010 municipal governments, landowners, and developers. Employment Histo ry • Principal Econominomist, SELECTED RECENT PRO ECT EXPERIENCE l Cambridge D.C. Mourn Washingtonresenttro Transformative Development Initiative Dl Data Analysis, MassDevelo ment. CE P y p Area, 2023-present was commissioned by MassDevelopment to develop a plan for how the organization • Head of Strategic Projects, could more accurately and systematically measure the outcomes and impacts of the local Homes England, Landon, investments being made within each of the 13 TO districts. Jennifer developed the England, 2020-2022 impact framework and data collection strategy. She has designed survey tools that will be • Assistant Director, deployed to collect initial baseline data and track progress in future years. Helping Defence, London, England MassDev to establish this database will allow them to better understand the impacts of 2015- 2020 their investments and use this to inform subsequent years of TDI funding. • Consultant, Regeneris Rural Downtown Districts Pilot Project, Franklin County, MA. CE is working with BSC Consulting London, Group and Ann Burke to develop a strategy and operational model that can support the England 2012-2015 economic vitality and vibrancy of three rural districts in Franklin County. Specifically, the • Princeton University team is exploring how administrative capacity, organizational structure, shared Fellow, National resources, and funding sources can be brought together to support the specific economic Association of FinancialInstitut development priorities of each rural downtown. Jennifer has led engagement with towns P P J gag Colombia, 201 -201gota, Colombia, 2010-2011 to understand their economic development priorities and has overseen CE's analysis of the taws' economic performance. Areas of Expertise Texas Statewide Economic Development Plan, State of Texas. Jennifer is helping to • Loral and regional economic development manage CE's contribution to a Statewide Economic Development Plan for the State of strategy, Texas. This includes the CE [cam's work to develop methodology to define and identify • Urban development and target industry clusters. These clusters may be defined at the state level or be specific to transit -oriented particular regions of Texas. The selected clusters will be used to define several economic development growth scenarios, which CE will model and compare using the LEFM tool. • Urban renewal and Gloucester Comprehensive Plan, City of Gloucester, MA. Jennifer is managing CE's housing -led regeneration contribution to the Gloucester Comprehensive Plan led by JM Goldson. Specifically, CE's • Economicimpactand work is focused on inventorying current socioeconomic data and considering future benefit -cast analysis opportunities for economic development She has also led primary research, undertaking interview with city leaders. Deerfield River Corridor Outdoor Recreation Strategy, Franklin Regional Council of Governments. Jennifer helped CE to deliver a strategic plan to support the growth of the area's outdoor tourism and ensure local communities benefited from the increase in economic activity. She undertook primary research via stakeholder interviews and online surveys, developed a SWOT analysis and formulated recommendations for FRCOG. The report is being used to apply for regional and national funding and to implement an action plan. Business Case for a West London Urban Renewal Project, Amp. Jennifer was engaged by Arup as a Strategic Advisor to support Homes England and a local Development Corporation in London, England to develop a business case for Old Oak West, a nationally significant, transit -oriented development This urban renewal project has the capacity to deliver 10,000 homes and would be home to the largest high-speed rail stations in England. Jennifer developed the cost -benefit analysis and policy rationale, as well as provided delivery support to the various stakeholders involved. Business Case and Delivery Support for a Transit Oriented Development in Bristol, UK. During her time at Homes England, Jennifer led the central government team that developed the strategic investment rationale and funding package for a major urban renewal TOD project in Bristol, England. Jennifer worked closely with the municipal government's planning department and the rail company to develop a case for public funding; develop a delivery plan; procure a master plan and develop a governance structure for the long-term management of the development Funding Case for High -Speed Rail Station Oversite Development, Camden Council: While at Deloitte, Jennifer led the economic cost -benefit analysis for oversize development at Euston Station, a Central London Rail station. As part of this work Jennifer and her prior firm were engaged by the municipal government to develop a mitigation plan, which identified ways in which local businesses could be supported during the construction period to ensure their business was not negatively impacted. Multiple Economic Development and Sector Strategies for towns and cities across England. For these studies Jennifer led the economic data analysis for local areas, conducted interviews with local businesses and other relevant stakeholders, led stakeholder workshops and developed strategic recommendations. She has led sector specific studies, which have included a Digital Strategy for the city of Liverpool, England, a national mapping of the British gaming industry, and an ICT sector strategy for the east of England. Business Case for the Cultural and Education District, London Legacy Development Corporation. Jennifer led the development of a business rase for public funding for a major mixed -use development on the Queen Elizabeth Olympic Park in London. This involved developing the cost -benefit analysis module and benefit quantification methodology. She regularly represented the client during meetings with the public sector funding organizations. Insights from the Evaluation of the 2014-20 European Regional Development Funding Program for England, Wavehill. Jennifer was engaged by Wavehill to identified good practice and lessons learned from over 18 specific types of funding programs to support local development These ranged from capital investment projects in low carbon infrastructure and sustainable transportation, to targeted business and innovation support These findings will be used by British Government when designing national funding programs post-Brexit Tourism Investment Impact, Visit Wales: Jennifer undertook seven separate economic impact assessments for proposed tourism and heritage investment projects in Wales, providing benefit -cost estimates used to make grant funding decisions. The Social and Economic Impact of the Tottenham Hotspur Football (Soccer) Club. Jennifer led a team that examined the economic and wider regeneration impacts that the Club supports in Tottenham, London at present and in the future through its proposed new stadium development The report was published by the Club and used to engage with public and private stakeholders, including the National Football League, which led to the stadium hosting annual NFL games in London. The Economic and Social Impact of Arts and Humanities research, Arts and Humanities Research Council. Jennifer led a team to develop a methodology for measuring the impact of arts and humanities research. Using a combination of case studies and bespoke quantitative analyses, the project reached a view on the contribution this research was making to UK public life and supported the Research Council's annual funding request The Societal Benefits of Science Research, Natural Environment Research Council: Jennifer led a team measuring the economic and social impact of different environmental research streams covering the ozone layer, air pollution, risk management and energy. This involved developing bespoke measurement methodologies and consultation with researchers, policymakers, and end users. A number of these reports were published. The Social and Economic Impacts of Biofouling and Water Quality research, Natural Environment Research Council (NERC): Jennifer led a team to develop a bespoke methodology for measuring the economic and social impact of NERC research in the areas of biofouling and water quality research. The analysis was used by NERC in their annual impact report presented to the British Government Jennifer M. Carvajal - Page 2 Brendan Cox Principal Economist, Cambridge Econometrics PROFESSIONAL EXPERIENCE OL Brendan Cox, Principal Economist at Cambridge Econometrics, has more than 10 years of experience in economic impact, cost -benefit, and public policy analysis. He has led Education economic analyses in the context of environmental policy, natural resource use, energy Master of science, transitions, climate change, and litigation matters. Previously, Mr. Cox was a Senior Agricultural and Resource Economics, University of Associate at Industrial Economics, Inc. California. Davis, 2011 Bachelor of EnvironmentaleEce, Environmental Economics SELECTED RECENT PROJECT EXPERIENCE and Policy, university of California, Berkeley, 2006 Economic Benefits of Decarbonization in Florida, The Nature Conservancy. In partnership with AECOM, Mc Cox led an analysis of the economic benefits associated Employment History with two state-wide decarbonization scenarios in Florida: achieving a net -zero power • Principal Economist system by 2035 and achieving a net -zero economy by 2050. Mr. Cox oversaw Cambridge Econometrics, development of multi -sector decarbonization pathway scenarios, macroeconomic 2023-Present modeling using CE's E3-US model, and reporting on key economic results, including • senior Associate, changes in gross state product, employmen4 levelized cost of energy, and consumer Industrial Economics, Inc., spending. 2020-2023 The Benefits, Costs, and Economic Impacts of Undergrounding New York's Electric • Associate, Industrial Economics, Inc., 2010- Grid, New York State Department of Public Service (DIPS) and New York State 202o Energy Research and Development Authority (NYSERDA). Mr. Cox led a 13-month study of the costs and benefits of burying the majority of New York State's electric and • Consultant Quantitative Economic Economic Solutions, LLC, telecommunications lines. Mr. Cox directed literature review literature and research efforts and led the development of a cost -benefit analysis and economic impact model. P Y P The cost -benefit model, built in R, used electric grid network and cost data provided by • Senior Analyst Quantitative economic New York utilities as well as publicly available data to estimate casts and benefits under Solutions, LLC, 2015-2016 different oli scenarios over more than 50 ears. Key findings from the cost -benefit P icy Y Y ng • Analyst Ain Associates. analysis were used to estimate employment impacts in New York using an IMPLAN Inc, 2012-2015 regional economic input-output model. Additionally, customer electricity bill impacts were estimated with assistance from DPS. Areas of Expertise Mapping the Supply Chain of International Tuna Fisheries, Pew Charitable Trusts. • Economic impact/input- Mr. Cox led the analysis of the global supply chain from tuna caught in areas managed by output analysis two regional fishery management organizations (RFMOs): the Western & Central Pacific • Cost -benefit analysis Fisheries Commission (WCPFC) and the Inter -American Tropical Tuna Commission • Energy -economy- (IATTC). This analysis used catch data from the RFMOs, vessel registration and activity environment modelling data, and international trade data (e.g., customs and bill oflading) to trace tuna from its • Environmental / source through the supply chain and identify key actors at each stage of the supply chain. ecological economics Pew will use the findings of this analysis to target education, outreach, and advocacy • Natural resource efforts with retailers and conservation groups. Mr. Cox served as the technical/analytical economics lead and was responsible for conducting and/or overseeing the projects analysis, preparing the data and analysis files for external quality assurance review, and authoring sections of the final report. Transportation Sector Employment Impacts of Massachusetts' Clean Energy and Climate Plan for 2025 and 2030 (2025/2035 CECP), Massachusetts Executive Office of Energy and Environmental Affairs. Mr. Cox led an analysis ofthe transportation sector employment impacts of the 2025/2030 CECP. Mr. Cox used energy modelling outputs to estimate the adoption of hybrid, electric, and alternative fuel electric vehicles (passenger vehicles, light/medium/heavy-duty trucks, and buses) and the associated charging infrastructure. Mr. Cox then used an IMPLAN model of Massachusetts to estimate the direct, indirect, and induced economic impacts of the 2025/2030 CECP's Cambridge \` econometrics transportation policies on the Massachusetts state economy, including estimating the number of additional transportation-sectorjobs that would be created by these policies. Economic Impact of Development of Frontier Planning Areas, Bureau of Ocean Energy Management (BOEM). Mr. Cox led an economic impact analysis of potential offshore oil and gas activities in outer continental shelf areas that have not yielded productive oil/gas wells or been opened to oil/gas development activities ("frontier" areas). Mr. Cox conducted independent research to characterize the baseline socioeconomic conditions in the onshore areas that would support frontier area activities, and modeled infra- and inter -regional economic impacts associated with offshore oil and gas development, drawing upon characterizations of economic activity in BOEM's MAG-PLAN and CIM/LCIM models. Mr. Cox built an economic impact model of exploration, development, production, and decommissioning activities in the frontier planning areas, including spillover effects to other regions. Mr. Cox summarized key findings (e.g., regional output, employment, and workforce composition) in narrative reports that BOEM will use to support future resource planning. Employment Impacts of New York's Climate Leadership and Community Protection Act, New York State Energy Research and Development Authority (NYSERDA). Mr. Cox led an analysis of the transportation sector employment impacts of New York's Climate Leadership and Community Protection Act Drawing on energy modelling outputs and independent research into the associated investments, Mr. Cox estimated changes in the adoption of hybrid, electric, and alternative fuel vehicles and the associated charging infrastructure. Mr. Cox then used an IMPLAN input-output model to calculate the direct, indirect, and induced economic impact of the CLCPA on the New York state economy, including estimates of the additional transportation -sector jobs that would be created as a result of this policy. Estimated Impacts of the Outages Caused by Tropical Storm Isaias on New York State's Economy, New York State Energy Research and Development Authority (NYSERDA) and New York Department of Public Service (DPS). Mr. Cox led a retrospective impact of the economic impact of electric power outages attributable to Tropical Storm Isaias. Using data on more than 20,000 individual outage events provided by five New York electric power utilities, Mr. Cox generated county -level statistics on the magnitude and duration of service interruptions, and incorporated these service interruption estimates in an input-output analysis framework to estimate the economic impact of lost electric service. Additionally, Mr. Cox created effective visualizations of the extent and timing of service interruptions and restorations. Mr. Cox conducted this analysis primarily in Python and used IMPLAN to estimate economic impacts. Economic Impact of Proposed Offshore Wind Development on Commercial and Recreational Fishing Activities, Orsted. Mr. Cox led an analysis of the economic impact of a proposed offshore wind farm on commercial and recreational fishermen. Mr. Cox conducted research on the impact of offshore wind energy development on marine species and the economic models employed to analyze these impacts, and evaluated economic models developed by the Woods Hole Oceanographic Institute and the Rhode Island Fisheries Advisory Board. Mr. Cox modeled the economic impact to charter and recreational fishermen using geospatial data on areas of fishing activity overlaid with the proposed wind farm development area; estimates of the direct and indirect economic activity associated with charter and recreational fishing trips in Rhode Island; and information on wind farm construction, operation, and decommissioning schedules. Mr. Cox conducted the geospatial analysis in Python, and developed an interactive economic impact model in Excel that allowed for Flexible analysis of potential model sensitivities. Brendan Cox - Page 2 Education Master of Science, Agricultural and Resource Economics, University of Arizona, 2022 BachelorofArts, Economics, Somehill College, 2018 Bachelor of Science in Business Administration, International Business, Stonchill College, 2018 Employment History • Senior Economist, Cambridge Econometrics, 2022-Present • Graduate Research Assistant, University of Arizona, 2020-2022 • Senior Research Analyst, Industrial Economics, 2018-2020 Areasof Expertise • Economic development strategy and planning • Economic impact analysis • Equitable socioeconomic development Ann M. Furbush \ cambridge Senior Economist, Cambridge Econometrics q econometrics PROFESSIONAL EXPERIENCE Ann Forbush is a Senior Economist at Cambridge Econometrics (CE) with five years of experience in applied economics. Prior to joining CE, Ms. Forbush earned her master's in Agricultural and Resource Economics at the University of Arizona and worked as a Senior Research Analyst in environmental and economic consulting for two years. RELEVANT PROJECT EXPERIENCE South Portland Comprehensive Plan Economic Development and Market Analysis, City of South Portland (ME). With JM Goldson, Ann Forbush is inventorying current socioeconomic data and considering future opportunities for economic development in South Portland, Maine. In addition, Ms. Forbush is involved in market analyses for two areas in the city positioned for redevelopment These assessments include empirical analysis and compilation of qualitative data collected through stakeholder interviews. New Bedford Comprehensive Plan Economic Development, City of New Bedford (MA). With Agency landscape and Planning, Ann Forbush is assessing economic development in the City of New Bedford. This analysis includes existing conditions, current development efforts, and opportunities for future development Given the diverse set of industry involvement and opportunity areas in the city, this assessment covers offshore wind opportunities, growth in manufacturing and industrial businesses, and impacts from the construction of a commuter station as part of the South Coast Rail project, among other things. Texas Statewide Economic Development Plan: With Guidehouse, Ms. Forbush is contributing to a Statewide Economic Development Plan for the State of Texas. In particular, Ms. Forbush is helping develop methodology to define industry clusters and identify target clusters for the state and its regions. The selected clusters will be used to define several economic growth scenarios, which CE will model and compare using the LEFM tool. Wenham Master Plan Economic Development and Fiscal Impacts, Town of Wenham (MA). With IM Goldson, Ann Forbush is providing analytic support for the economic development and fiscal impact analyses for a master plan for the town of Wenham. This empirical assessment evaluates opportunities for local development based on existing conditions and trends. The supplementary fiscal impact analysis summarizes the financial implications of the identified local development opportunities for the town. As part of the fiscal analysis, Ms. Forbush developed an interactive Excel -based tool allowing planners in the Town to evaluate and compare the fiscal impacts associated with different economic development scenarios. Western Massachusetts Economic Development Council. With MassINC, Ann Forbush is inventorying existing socioeconomic conditions in the Pioneer Valley and assessing the innovation and research landscape in the area. Through this process, CE will identify strategic economic investments for the region to pursue to advance its economic goals. Criterion Group Development Proposal, Worcester, MA: For Criterion Group and the Worcester Business Development Corporation, Ms. Forbush completed an economic impact assessment of a proposed mixed -use development in Worcester, MA The assessment was included in Criterion Group's response to the City's RFP for redevelopment of a large city -owned parcel. Ms. Forbush used the RIMS 11 input-output model to assess the economic impacts associated with the construction and operation phases of the proposed development project She also completed a brief fiscal impact assessment which considered property and sales tax revenues from the development Topsfield Master Plan Economic Development, Town of Topsfield (MA). Working with JM Goldson, Ann Furbush is summarizing existing economic conditions in the town of Topsfield and outlining opportunities, goals, and strategies for future development As part of this effort, Ms. Furbush is interviewing local officials and other stakeholders to understand challenges and opportunity areas in the economy. Network Appalachia Freight Analysis Study, Appalachian Regional Commission. Ann Furbush profiled the freight transportation system in Appalachia and assessed how the area connects to the national and global economy. Ms. Furbush mapped intermodal and multimodal facilities and links to understand the freight network in the region. She also applied a novel approach to estimate sub -region freight Rows and employment in Appalachia and completed in-depth case studies for key freight facilities. Economic Benefits of Complete Streets, MassDOT. With Kittelson & Associates, Ann Furbush is assessing the economic benefits associated with Complete Streets projects in multiple locations around Massachusetts. The study compares property values and economic activity in the impacted areas to the broader economic area (i.e., city or town) as well as other comparison areas within the municipality. Using this comparison, combined with before and after differences, the team will draw conclusions about the economic impacts associated with Complete Streets projects. Analysis of Economic Opportunities from Regional Sewer Sharing Agreements, Metro South Chamber of Commerce. Ann Furbush identified locations that could benefit from regional sewer sharing connections and assessed the regional economic impacts associated with potential agreements. As part of this effort, Ms. Furbush engaged with local leaders, stakeholders, and regulatory bodies to understand the current infrastructure and opportunities. Transformative Development Initiative (TDI) Program Assessment, MassDevelopment Ann Furbush is collaborating with TDI to understand current data collection efforts and develop strategies for comprehensive data collection and assessment Understanding these data are critical to assess the socioeconomic impact of TDI efforts in Gateway Cities. As data are available, Ms. Furbush assists in analysis and presentation of results. This project also involves developing a public perception survey for residents, small businesses, and collaborators. Mass Central Rail Trail Economic Impacts Study, Norwotthck Network. With Kittelson & Associates, Ann Furbush estimated the economic impact of completing a 100- mile rail trail across the state of Massachusetts. The study incorporated existing and projected users and estimated spending across a variety of categories to calculate direct spending associated with the trail. Ms. Furbush used the RIMS 11 input-output model to estimate the regional economic contribution of the existing trail segments and the economic impact associated with completing the cross -state trail. Economic Impacts of Building Offshore Wind Capacities in the U.S., GridLab. Ann Furbush is assessing projected economic impacts of the emerging offshore wind industry in the U.S. Ms. Furbush conducted a literature review of offshore wind activity in the country, focusing on current and announced capacity and supply chain activities. In addition, to estimate the geographic distribution of impacts, Ms. Furbush is allocating national -level economic impacts to regions of the U.S based on several key metrics. Ann M. Furbush - Page 2 Cambridge Alexander Frost \ econometrics Senior Economist, Cambridge Econometrics Support areas: Macroeconomic Analysis and Modeling; Benefit Cost Analysis; Workforce Assessment and Labor Economics PROFESSIONAL EXPERIENCE at Alexander Frost is a Senior Economist in the Regions, Cities and Local Areas team at Cambridge Econometrics, specializing in regional and local economic development policy Education and strategy, infrastructure, and housing and urban planning. Graduate Diploma, Economics, University of SELECTED RECENT PROJECT EXPERIENCE Nottingham, 2019 National Landing Innovation District Study, Arlington County, VA. For this project, Bachelor of Science in Economics, international Alex is leading the data analysis of the regional business base and real estate market to Politics, University of understand the current presence of businesses working with key technologies including Wales, 2014 artificial intelligence, quantum, and next gen wireless. Alex is also supporting the economic impact assessment which considers the economic impact an innovation district Employment I iatory could have in terms of economic growth and real estate development. • Senior Economist, Cambridge Econometrics, Post Pandemic Business District Study, City of Cambridge, MA. Alex is leading the 2021-Present data analysis for this study, developing detailed profiles for eight commercial districts • Economist Cambridge within the city of Cambridge, as well as an economic profile of the city itself. This work Econometrics, 2019-21 draws on a number of public and private data sources and involves data modelling and • Economic and Policy visualization as well as drawing key conclusions of socio-economic factors that are Analyst, New Anglia LEP, impacting the retail performance of these local districts. 2015-18 Economic Recovery Planning Services, Pioneer Valley Planning Commission. • Researcher (intern), Dr During this project, Mr. Frost provided extensive support throughout the economic Dan Pouiter MP, 2013 scenario planning and modelling process. He was primarily responsible for helping to identify the relevant themes for the regional scenario planning, and preparing and Areas of Expertise reviewing the accompanying literature, data, and methods which would inform the • Economic deveiopment analysis and strategy economic modeling. This modelling was used to appraise and prioritize local policy • Economic Impatt and interventions. benefit -cost analysis Assessment of Northern Georgia Communities for Potential Coal Impacts, Georgia • Transportation and Department of Community Affairs. This study sought to explore and estimate potential infrastructure investment Georgia communities that might experience impacts due to the decline of the U.S. coal industry. Mr. Frost was responsible for preparing, running, and presenting a series of • Housing and urban planning scenarios which used input-output modelling to estimate the direct, indirect and induced economic effects of coal-fired power plant closures in Appalachian Georgia, including the planned closures at Plant Bowen, the largest coal-fired plant in the U.S. Northern Powerhouse Independent Economic Review: Economic Narrative and scenario Modelling, Transport for the North. Mr. Frost was project manager for this substantial economic modelling exercise which sought to calculate the economic costs and benefits of a wide range of different economic policy and industrial strategy concepts in the North of England. Mr. Frost closely oversaw the scenario planning and modelling process - preparing data inputs and modelling assumptions - and supported the accompanying benefit -cost appraisal and presentation. Essex Economic Scenarios, Essex County Council. Mr. Frost was part of a team which helped to prepare a series of forecasts to illustrate a credible range of future scenarios for the economy of Essex, England. Mr. Frost was primarily responsible for reviewing the relevant literature and data inputs for the economically modelling. Long -run analysis focused on the potential impacts of an increase in remote working on local wages, commuting patterns and demand for residential and office space. Cambridge Growth Vision Analysis, for Homes England. Mr. Frost oversaw the data collection and analysis for this project. A key part of this workstream was a detailed workforce analysis of scientific and technical clusters globally, including in the U.S. (notably Boston and San Francisco) and Europe, to understand constraints, opportunities and best practice for growing Cambridge's scientific and technical workforce and clusters. Identifying and Visualizing UK RD&1 Clusters, Department of Science, innovation and Technology. Mr. Frost project managed this major data -led project for the UK government, drawing together a wide variety of different data sets, including web - scraped data and collaboration data to identify and characterize spatial innovation clusters across 78 different technology classes. Brendan Cox - Page 2 cambridge \econometrics lys,fr. mCOmpewY Tab 3: Approach and Methodology 2.1 General Approach Given the nature of the on -call agreement, it is likely that a range of projects will come through based on needs and funding opportunities. Projects will thus vary in terms of their thematic area as well as the technical analysis required. Below we set out a sample implementation plan for a project delivered through this on -call agreement. It serves to highlight the care tasks we would undertake. While the details of individual project implementation plans will vary depending upon a range of factors, this general approach will remain consistent, as will the team structure set out in Tab 2. Sample Project Implementation Plan Task 1: Proiect Initiation and Management - Project scope of work and briefing to consultant team - Project schedule - Communication plan and meeting frequency(virtual and/or in -person) - Project management and contract administration Task 2: Information Review and Data collection - Review of existing information including reports, plans, policy reviews and data - Collection, cleaning and compiling of all data required to undertake economic modelling / analysis (typically from state and federal data sources, project -specific inputs, etc.) Task 3: Analysis and Modeling - Methodology development and review - Modeling and analysis results - Model review and quality assurance (CIA) review Task 4: Results and Reporting - Walkthrough initial results - Reportdrafting Task 5: Presentation and Project Wrap -Up - Delivery of draft and final report and write-up - Presentation of findings ayequired rending upon the information available, complexity of we cannot define precise timelines for the individual king with the City of Miami Beach to ensure on -time and rtaken. Cambridge Ecx mebi<5e, cambridge \ econometrics ­ R, Methodology Economic Development Services, Strategic plans, and Assed-based Economic Development Cambridge Econometrics provides a range of economic development research, analysis, and strategy services at the local, regional, and state levels. We work with public agencies and non -profits to evaluate the economic impacts of policies and investments, profile regional economies, assess market feasibility of development, estimate future housing demand and population growth, and craft action -focused economic strategies. We pride ourselves on the development of bespoke methodologies and analyses that are specific to the needs of each study. For our work in General Economic Development and Strategic Plans, our core methodology almost always involves primary research (e.g. stakeholder interviews, focus groups, business and individual surveys( and data collection and analysis (e.g. public datasets including the Census, American Business Survey, Bureau of Labor Statistics, and private datasets where relevant(. Depending on our client's needs, subsequent steps in our methodology can then include bespoke modelling (e.g. scenario analysis, cluster analysis, impact assessment( and workshops and presentations to iteratively develop goals and strategies, and action plans. For example, with significant expertise in leading economic development analysis and strategy for city and regional plans, we have undertaken recent projects in locations including New Bedford, Wenham, Holyoke, and Taunton, MA, Norwalk, CT, South Portland, ME and Vermont. Employing a mined methods approach, CE integrates economic, demographic, population, housing demand projects and real estate market data with stakeholder input to formulate thoughtful and creative economic development goals, strategies, and actions in collaboration with planning partners. An example of our more bespoke economic development analysis work includes our recent project completed for the State of Texas, where we worked with partners to deliver a new statewide economic development plan, focusing on two key tasks. These included creating a data -driven process to update target industry clusters, aligning with regional and state strengths and growth opportunities. This involves integrating the U.S. Economic Development Administration's cluster mapping project with newer industry classifications. Additionally, CE led an economic and industry forecasting task for the State of T@@�s, aligning official state forecasts with detailed industry cluster employment and value-added projdctions. Data collection an ssment, Cost-beneflt analysis, and Economic forecast analysis IdI Cambridge- _ Tics is a g global expert on data analysis, economic impact analysis, and modeling. Our approach to. riven studies such as a cost -benefit analysis or forecast is rooted in superior data analysis, vl. on, and synthesis. We have deep kno of the different public and private datasets available and regularly recommend key datasets to clients they may not be aware of that can help drive better results and eamorioge Eon( mems irc Kcambridge \ econometrics insights. For example, for Arlington County Virginia, we are using private data provided by Data City which allows for a granular analysis of the regional business base in terms of advanced technologies such as Artificial -- Intelligence and Quantum Computing, as opposed to the traditional NAICS codes that are often outdated for emerging economic activities. Similarly, we have taken a similar approach for the Cambridge Post Pandemic Business District Study, where we are combining Data Axel and Replica data to develop a comprehensive assessment of commercial districts in terms of their business base and visitation patterns. Also fundamental to our methodology for these types of projects is often the use of our proprietary models, such as our Population and Housing model and the Local Economy Futures Model (which is a dynamic, time -series based economic impact model). These models have been used extensively in our transportation and economic development related work, such as for the Pioneer Valley Planning Commission (PVPC) as part of an economic recovery scenario planning project. For the PVPC, we used our Local Economy Futures Model (LEFM) to conduct a scenario analysis of key initiatives focusing on workforce participation, homeownership, small business growth for under -represented BIPOC communities, and expansion in target industry sectors like clean energy and cybersecurity. Our Housing and Population model is currently being used in our work for the Chittenden County Regional Planning Commission to forecast the expected demand for housing and business uses in a five county area, combining these forecasts with the land and real estate analysis undertaken by a White and Burke Real Estate Consultants. Below we provide additional detail on different types of economic impact and data analyses we regularly undertake: • Economic impacts of investments— many funding applications require estimates of the job creation and wider economic benefits of the investment aspect of a project, which will vary in terms of the size, nature of the investment (modes, infrastructure, intermediate goods), and the multiplier effect on the local/regional economy. A variety of input-output models (IMPLAN, RIMS II) are typically used for these calculations. Sustained economic development impacts — in many ways, the more compelling economic impact measures how a project will help to retain, expand or attract business activity overtime sucial by providing the capacity necessary for growth, or improving the region's 'verless to sectors that rely heavily on different forms of infrastructure (e.g., arglIfiWerthat requires good highway and rail connections or sufficient w ' r capacity) We typically apply a mix of off -model research combined with Economy Futures Model (LEFM) to estimate these longer -term effects. Custom ecoggrpic analyses— not all investment projects require traditional economic ut instead need thoughtful, creative approaches. As an example, CE is nishinANOOKg an economic development assessment of complete streets Will in Massachusetts. To do this, we are ' canondaosmrom�ci s n_ cambridge \ econometrics examining six case study projects that have been completed in the past few years and using a mix of before/after and comparison analysis to estimate the realized property value and job impacts in very local business districts. Environment, Natural Resources and Climate Economic Analysis Cambridge Econometrics is a leading global expert on the economic impacts of policies or events related to energy use, climate change, natural resources, and other environmental issues. We analyze the economic impacts of these policies using macroeconomic impact analysis, benefitcost analysis, or more generalized environmental/natural resource economic frameworks, as dictated by the nature and scope of the research question. To analyze broad macroeconomic impacts of environmental, energy, and climate policies, we use proprietary global and US -specific models of interactions between the economy, energy, and the environment —E3ME and E3-US, respectively. These are dynamic forecasting models that incorporate feedback between investments, technological adoption, changes in energy prices and demand, and emissions (among other relationships) across a broad spectrum of industry sectors. Key insights from these models include changes —relative to a baseline scenario— in (e.g.) employment, GDP/GSP, energy prices, sectoral production, and consumer spending/income; additionally, spillover effects outside of specific geographies of interest can be estimated. We also have experience conducting environmental and natural resource economic analyses narrower in scope than the broad macroeconomic analyses conducted using E3ME and E3-US. These analyses often include evaluating market -based environmental policies (e.g., pollution taxation systems), assessing the economic benefits of natural resources (e.g., recreational demand), and determining the economic value of non -market goods (e.g., natural capital, option value, and valuation of ecosystem services). We apply these analyses independently— such as analyzing the impacts of development on activities on the value of natural resources — or in benefit -cost frameworks, as described above. CO'nb�iC1Q9 Fm^CmObiiS hC