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