Loading...
HomeMy WebLinkAboutPSA between the CMB and Goman York Property Advisers LLC. for Economic Development Consulting Services Pursuant to RFQ-2024-005-NDo,o„y„eneloi,e to rooessal-azcr�aooxez-Ispuusrcesl 2024-33302 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND GOMAN YORK PROPERTY ADVISERS LLC FOR ECONOMIC DEVELOPMENT CONSULTING SERVICES PURSUANT TO RFO-2024-005-ND -h¢ Professional Services Agreement ("'Agreama^l'I is enlarec into Ines _ _j'Ef ecbve Da:r.I hehveen the CITY OF MIAMI BEACH, FI ORIDA. a muric,ppl corporation onganlzed one exiss ng .order the laws of the Stale of Florida, having Its printpal prices at 1700 Convention Cruise Drive, Miami Beach, Pierce, 33139 (the 'City'). and GOMAN YORK PROPERTY ADVISERS I.I.C. a Fienca Limited L:ablRy Company whose address is 55. urto nd Street Suite 400 Fair: Hartford Cnnnectorl 00108("Censthant'I. SECTION 1 DEFINITIONS ggmemeht. This Agreement between toe City and Consultant including any exhibits and amendments thereto. C;I, Manager The chief administrative o0icar of the City City Manager s )esignee 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 Economic Development Depamment Director. Copeii'lam For the purposes of this Agreement, Consnllan[ shall be deemed to be an independent contractor and not an agent or empioyce of the City n_v. ces .All sarnces, work and actions by the Donsd(anl perfur'ned or undenexe , pursuant :p the Agreement Fee Amount paic to the Conswe'Tt as centpensabor for Services Proposal Documents proposal Documents shall mear City of Miami Basch RFD. No 2024-005- ND for Economic Development Consulting Services. Together w•Ih all amB oil iril sai,eh oy Ine City ,n ^.ontemplation of mis Agreement the RFD- end Ihr Coar,.rfaot s o+npaeal i, rexpnnse Ibereln t Proposa'-I. all of wT on i.i, ,seedy r-corporarec a=d made a pan h0m.,M proV,ci, ho,,, ve', 'ial n e event of an OFp[es5 conf ,-heb4eeri •ue Ioposal :)OCiime-'s and In S Agrear'lem ,ne rpilowirg p,dr. pl "ececenl st:an p,vall this Ay, cent+ i. ihn RFU. ane !Ft, Froposa. D=sign Envebpe ID: 7D066661-A2C7430DACB2-15C6A65FCEF1 Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Ddve, 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"), 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) yeans, with one (1) two-year 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 Dmusgn Ereelwe ID: 7D0a6Dh-A C7430D-6C52-15C6A65FCEF1 Contract No. 24-005-09 same is/are set forth in the timeline and/or schedule referenced in the CSO attached hereto as Exhibit "B." SECTION 4 FEE 4.1 In consideration of the Services to be provided, Consultant shall be compensated through individual CSOs (Exhibit "B") 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 $100k 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: Payablesldlmiamibeachfl oov 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 It 0) days, the City may terminate this Agreement without further notice Dwusign Envelope IDS 7D086061-A C7430D-8CB2-15C6A65FCEF1 Contract No. 24-005-09 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 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 INDEMNIFICATION 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, Tosses, 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 Dmusign Envelope ID: 7D086061-A C74M0 8CB2-15C6A65FCEF1 Convect No. 24-005-09 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 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 maintenanceof 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 (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 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 (Effors & Omissions) Insurance appropriate to the Consultant'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. Do sign Envelope ID: 7D066061-=7430D-6CB2-15C6A65FCEF1 Contract No. 24-005-09 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, exceplions 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 poor 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 c/o 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-miamibeachOriskworks cam 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 JURISDICTIONIVENUEOURY 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. Docusign Envelops ID: 7D0WW1-A2C74130D-8CB2-15CBA65FCEF1 Connect No. 24-005-09 SECTION 8 LIMITATION OF CITY'$ 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 (imitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS COPYRIGHT AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE 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 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. Dacusign Envelope ID: 7DON061-A2C73300-8CB2-15C6A65FCEF1 Convect No. 24-005-09 SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant, and at anytime 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 conceming 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. Docusign Envelope ID.7DO86061-A2C7430D-8C82-15C6A65FCEF1 Conant No. 24-005-09 (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 anchor service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. Docusign Envelope ID 7D606061-A C7-030D-eCB2-i5C6A65FCEF1 Contrut No. 24-005-09 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 Charterand 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 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 Dmu*n Envelope ID. Convect No. 24-005-09 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. (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 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 xb) 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 oocuslgn Envelope ID'r0986061-A2C7439D-eC62-15C6Ae5FCEF1 Contract N.. 24 005-09 (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: RAFAELGRANADOc 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 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. (8) 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 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 12 Ommign Envelope ID: 7D086061-A2C4130D-8CB2-15C6A65FCEF1 Contract No. 24-005-09 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 authorizabon 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-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. (8) TERMINATION RIGHTS. (1) If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), 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 D sign Envelope ID: 7D0a6N1-A2C74W0 sCB2-15CW5FCEF1 Contract No. 29-005-09 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 (BX1) or (BX2) 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 (BX2) no later than 20 calendar days after the date on which the contract "a terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (13)(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. 10.10 CONSULTANT'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06, Florida Statutes, as may be amended from time to time, and has executed the Certification of Compliance with Anti -Human Trafficking Laws, as required by Section 787.06(13), Florida Statutes, a 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: GOMAN YORK PROPERTY ADVISERS LLC Attn: R. Michael Goman 55 Hartland Street, Suite 400 East Hartford, CT 06108 Ph: 860-841-3271 Email: mcomanAgomanvork com TO CITY: Economic Development Department City of Miami Beach Attn: Rickelle Williams, Director 1755 Meridian Avenue, Suite #200 Miami Beach, FL 33139 Ph: 306-673-7572 Email: rickellewilliamsamiamibeachfl Dov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 Docusign Em o" ID: 713086061-A 7430D Cat-1506AMFCEF1 Contract No. 24-005-09 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. 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 matterof 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. Tide 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 Doao,On En.ebw lr 7DOEG(i.d30FK82-15CGMfWFCEFi IN WITNESS WHEREOF. free aarlos -eret�. have caused this Agreement to be e><ii Dry Ihev appropriate officials, as of the dale first entered above FOR CITY AI FEST By Rafael E Grahado. Coy Clerk Jsc JAN T , f 5 [OR CONSULTANT: GOMAN YOR 8 . Y ADVISERS LLC Print Name andTflle Jale CITY OF MIAMI BEACH, FLORIDA C,i 1 6nc Carpenter q ManaSer APPROVED AS TO CORM &LANGUAGE g FOR EXFCLIT ON r U Y 1kL 0U9pK City Momey Date cf.e Docu*n Em c,xo ID: 7D9ae081-A 7.4W9 KB2-15CW6FCEF1 Contract No. 24-005-09 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, costlfnancial 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 identifcation and outreach, competitive and responsible economic development incentive policies, workforce trends, forecasts analysis and talent development, and community outreach and engagement. II. 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 prequalifed to be considered for future work, if and when needed. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK) 17 Contract Contracts I...T ..I. 1 , . L. Consultant: 1 11 1. Estimated calendar days to complete true work: 2. Total amount ongmal C SO 3. Total amount all previous Amendments 4. Total amount this Amendment S. Total Amount for Engagement 6. Fee for ancillary items for this Service Order Account Code: vat or New Subconsu pants: .1 Eemn aWld :blv M—,mry I—, N.b l o� (ltY INanm Signnlom bnl. l nifousultant lNamel S"."M c Uetc nry D.si9n Envelope ID: 7D066061-A2C7-0 D-6CB2-/5C6A65FCEF1 Contract No. 24-005-09 EXHIBIT C HOURLY RATES ECONOMIC DEVELOPMENTCONSULTANTSERVICES HOURLY RATES i Prin i I-in-ch r nior Senim Pro eci M na at 238,50 2 196.10 3 Pr ect Man er/Plann r/Eco istJ nl r185.50 Assistant Pr ectMana r 4 164. 30 E an mi veto m ntAnaligit 159.00 Senior POSIUMS and/or Ancllia..Roros InkudingDut not Umitad ro: Senior Urban Designer Engagement and Research Director (Economic Development, Organizational Management) Economic Development Analyst/Research Manager Subject Matter Specialist Business Analyst Senior Financial Analyst Senior Digital Channel Branding Specialist Marketing Channel Management Specialist Economic Development Strategist MI -Use Deveto meet Market9trate 'st 1 nl rAn NTES159.00 7 9 11 15 16 7 18 GI To hnician 5 JunlOt Position andlorAnclUary Rates intcuding but not Umtted to: 19 Urban Designer MarketinWAdvenising Specialist Community Outreach Specialist Public Relations/Media Specialist Graphic Designer Website Designer SOCIat Media Specialist Videogragher Photographer Video Editor Copyvrher Business Analyst Junior Financial Analyst lumor Urban Designer NTE$121,90 20 21 3 24 2 26 27 32 B:1 Docu*n Envelope ID: 7D0eX61-A C1430D-8Cl32-15C6A65FCEF1 Conncl No. 24-005.09 EXHIBIT D APPROVED SUB -CONSULTANTS No Subconsultants submitted with the proposal. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 01 Docusign Envelope ID'. 7D086061-A C7A30D-8C132-15C6A65FCEF1 Contrecl No. 24005-09 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 perjury 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 undersignedj authorized to execute this affidavit on behalf of Entity. (VendorSignatu ) (Com any,tJameLY> ) S,T S'vi� OD �p LaI �es�rr �'%L>o.LJRA��cT (Print Name) (Address) ��yjVFCT/Cv i State of County of R7ro�D The foregoing instrument was acknowledged before me by means of P physical presence Pcern f9e/+ or O online polarization, this by �[�Zo a L4 , known to me to be the person described herein, or who produced I VceS b tf rt S.� as identification, and whc(qdid not take an oath NOTARY PUBLIC: ( ignature) Tne� hA- 6-0"Ai (Print Name) My commission expires: wta-3 t, ZOA, JANET MARY GOMAN NOTARYPUBLIC IRy Comm4sbn bow Mu. 31. 2020 - - 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; 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. 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 jointly 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 wes 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 fines to be further considered in the RFQ evaluation process: Accentum LLP, Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions, Inc., Ernst S 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, general 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 criteria 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, Acoenture 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 tivelfth-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 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 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 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 retating 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 bed 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 fled 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 30 day Of 2024. �ti Steven Meiner, Mayor ATTEST NO 0 5 2024 Rafael E. Gransdo, City Clerk rhk APPROVED AS TO FORM & LANGUAGE &FO YECI,TIOq IoimJ x;Lt- A omey --&�- 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 6 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 The City Administration ("Administration") recommends that the Mayor and City Commission (-City Commission") approve the Resolution. The sobcitabon is currently under the cone of silence The City is detlicated to fostering a robust economy that stimulates balanced growth by connecting businesscommunity, 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 projects, provide professional industry insight, build capacity, promote economic development awareness and more (collectively, "Consultant Services'I- The Consultants are contracted to assist as needed and by specialty. The current pool of Consultants contracts is set to expire on December 11, 2024 Page 43 of 2497 In anticipation of the expiring Consultant Contracts, the Administration requested approval to Issue Request for Qualifications (RFQ) 2024-005-ND 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-ND 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 shortlisted 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 firth 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 researchstatistical 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, local, and 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 goalsmission, and vision of the City Commission. FISCAL IMPACT STATEMENT Page 44 of 2497 Fees will be established through the negotiation 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 utilized for this project. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See StE at: hhos ltwww miamibeachfl ao lcity-haitlrity-cle klmeetina-noticest 011-0531-000312-35.404-534-00-00-00 $10"D0 CONCLUSION The Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of prequalified consultants for specific 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 , Jones Lang Lasalle Americas, Inc and PFM Group Consulting LLC, as the bed 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+anked 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 Econsuh 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 Applicable Area Citywide Is this a "Residents Right to Know" item. Is this item related to a G.O. Bond pursuant to City Code Section 2.177 Protect? No No Was this Aaenda Item initially requested by a lobbyist which as defined in Code Sec. 2-481, includes a orincioal enuaaed in lobbyinq? Nc If so, specify the name of lobbyists) and principal(s) Department Procurement Sponsorts) Page 45 of 2497 Co-soonsorlsl Condensed Title Joint, Award RFD 2024-005-ND, Economic Development Conwltant Setvlces. ED/PR Page 46 of 2497 'c o a� o a Q V N V Q C > O O g N O O w u N p x > > _G Q N ✓� D V O C ° 's o c a N _ 0 u Q Q m B C C V O N V > n 0 o c o i c° G a J li ATTACHMENT B ADDENDUM AND RFq SOLICITATION M I AM I B E AC H PRUCUREMENT DEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Flonda 33139 www.miamibeacha.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO.2024-005-ND 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 clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strlkethrough, and additions are underlined). Q1. (In reference to Section 3 — Conflict of Interest, page 7 of bid packet) Considering the size of our fine (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 nataliadel ado miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III 1 I MOENWMI REQUEST FOR QUALIFN:ATIONS NO.202< NO FOR ECONOMIC OEVELOPMENT CONSULTANT SERVICES M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 30 Floor Miami Beach, Florida 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: Experience d Qualifications af Pr me - .r ,r •rrr.ch anr Methodology (Tab 3) •r TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum 5Points PreferenceVeterans 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., Willdan Financial Services, Inc., and Daedalus Capital LLC. 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 I ADDENDUM N0.1 REOUEST FOR QUAUFICATIONS NO. 202I 5O ND FORECONOMIC DEVELOPMENT CONSULTANT SERVICES M I AA I B EAC H PROCUREMENT1755Me DEPARTMENT nue,3Rim 1755 Meridian Avenue, 3�^ Flow Miami Beach, Flonda 33139 w .miamibeachfl.gov 04: How are subcontractors evaluated in the scoring process? A4: 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 RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673.7000 ext. 26263 nataliadel ado miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III z IADDENDUM N0.1 REQUEST FOR QUALIFICATIONS NO. Ya 05ND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2024-005-ND Economic Development Consultant Services TABLE OF CONTENTS SOLICITATION SECTIONS: 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 MIAMI BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS 3 GENERAL CONDITIONS I.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 firm 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.pedscopeholdincis.com or www.bidsvnc.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Bidderwho 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 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, firths 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 corridors and areas, evaluation of current market dynamics and economic assets, benchmarking and competitive assessment, asset -based economic development, sustainable development, costffnancial 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 firth. 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 pmqualfied consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Award of this RFO 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. 2.1 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, Subsections 3 and 6. All proposals will be evaluated in accordance with the criteria found in Section 0400. n ANTIGPATFn RFO TIMFTARLF The tentative whadule for this solicitation is as follows: RFQ Issued May 17, 2024 Pre -Proposal Meeting May 30, 2024, at 10:00 am ET a Join on your computer or obileapp BEACH Join the meetino now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 725 334134# 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) +1 786-636-1480 United States, Miami Phone Conference ID: 711 808 488# 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: Pmcu,ement Contact. Telephone. Emaif. 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 questions/cladficalions will be sent to all prospective Bidders in the form of an addendum. 5. PRE -PROPOSAL MEETING OR SITE VISIT(SI. 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 10: 725 334134# 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 she visit(s). The City, by means of Addenda, will issue interpretations or written addenda clarifications 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 S2G. 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. M,AMI BEACH T. 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 2-486 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 rafaelaranadoftmiamibeachtl.aov 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, andlor 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 Duectof/CRA 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 Manager's 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 of 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) s/he 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 Manager's 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 during the Contract term. MIAMI BEACH 13. PERISCOPE S213 (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, a Supplier -to - Government electronic bidding (e-Bid) platform. 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, Supplier -to - Government www.bidsvnc.conVMiami-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 htti)s://www.miamibeachfl.gov/city-hall/procuremenvfbr-aooroval-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 -Government, at su000rtfdibidsvnc.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 (httos://selfservice.miamibeachfl.gov/vss/Vendors/default.asoxl will also provide you with purchase orders and payment information. Should you have any questions and/or comments, please submit them to vendorsu000rt0miamibeachfi.gov. 15. SUPPLIER DIVERSITY. The City has established a registry of LGBTowned 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 LGBTowned 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-Govemment). These are two different systems, and it is important that you register for both. Click to see acceptable certification and to register: htms://www.miamibeachfl.ciov/city-halVorocummenUhow-to- become-a-vendor/. Balance of Page IntentionallV Left Blank MIAMI 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: httpsJtwww.miamibeachfl.cov/city-hall/procuremenUstandard-termsandconditionsl Balance of Paw 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 S2GO.Deriscopeholdings.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 following 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 letter must indicate the Bidder and Bidder's primary contact for the purposes of this solicitation. MIAMI BEACH 2.1 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 identified 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 firm 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 Sul-consultant(s)/Sub-contraclor(s): Summarize projects in which the sub- consultant(s)Isub-contractor(s) 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 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). 2.4 Evidence of Prior Working Experience: If sub-consultant(s)/sub-contractors) are included in the proposal, submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project description, 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 Bidder's 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 Page Intentionally Left Blank SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE. An Evaluation Committee, appointed by the City Manager, may meet 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 contractto 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 firms for further consideration by the Evaluation Committee or d. The City Manager may recommend to the City Commission that all firms, if 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 firths, 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) .r Approach and Methodology (Tab 3) 11 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum Points TOTAL AVAILABLE POINTS for Qualitative and 105 Quantitative Criteria 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 Section 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: 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 Paae Intentionally Left Blank APPENDIX A MIAMI BEACH Special Conditions RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFQ shall be for an initial lens 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 tens 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 ConsultanPs 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, 3rd Floor Miami Beach, Florida 33139 Contrsct No. XX-XXX-XX PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND [FILL IN CONSULTANT NAME] FOR IXXXXXXXXXXXXXXXXI, PURSUANT TO [FILL IN RFP, RFQ, OR ITB#] This Professional Services Agreement ("Agreement") is entered into this ("Effective Dale"), 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 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 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, RFQ, OR ITB] No. for rX , together with all amendments thereto, issued by the City in contemplation of this Agreement [FILL IN CORRECT ABBREVIATION RFP, RFQ, OR ITB], and the Consultant's 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, RFQ, or ITB]; 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 [X 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 IXXX70(X)0()(Xl renewal options, to be exercised at the City Managers 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 FXXXI 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 S)OOIXXXXX , 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: PavablesComiamibeachfi.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 attomeys' 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 INDEMNIFICATION 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 4 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 clo 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). Carders 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: Certiticates-miamibeach Cclriskworks.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 JURISDICTIONIVENUEMURY 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 LAWS/PATENT RIGHTS: COPYRIGHT AND CONFIDENTIAL FINDINGS 9.1 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 Slate 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 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS 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 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 term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the 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. Contract 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(t)(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 Contract No. XX-XXX-XX (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) CIVILACTION. (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. Al 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(dMIAMIBEACHFL.GOV :2. N] � I: Will.�*19MFL U 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 (it) 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: (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 proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the 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 Convect 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- Verify system to verify 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 subconsutant 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 (13)(1) or (13)(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 Contract 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 parry'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 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] lip Contract No. XX-7DIX-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. Granado, City Clerk Alin T. Hudak, City Manager Date: X t FOR CONSULTANT: By: Print Name and Title Date: 16 Contract No. XX-XXX-XX EXHIBIT A SCOPE OF SERVICES 17 APPENDIX C NAIAMIBEACH Insurance Requirements RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31n Floor Miami Beach, Florida 33139 INSURANCE RE0IUIREMENTS 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 matenal 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 contractorshall also submit (i) a written statement detailing the number of employees and that they are not required to tarty 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 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 Consultants 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, pans, 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 contractors 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 Go 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-miamibeach(cb. iskworks.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 Pane Intentionally Left Blank ATTACHMENT SUNBIZ & PROPOSAL RESPONSE TO RFO Drvis�ox or Concortanorvs `t, . LfYGJOi I OJ Arg IJIL �_ e u�,,nl war /P4ne4i ravr Detail by Document Number Florida Limited Liability Company GOMAN YORK PROPERTY ADVISERS LLC EI089 Information Document Number L24000488327 FEI/EIN Number NONE Date Filed 11/19/2024 Effective Date 01/012025 State FL Status ACTIVE 55 HARTLAND STREET SUITE 400 EAST HARTFORD, CT 06108 Mailing Address 1809 LAKESHORE DRIVE EUSTIS, FL 32726 MillsteredAgent Name &Adds GOMAN, ROBERT M 1809 LAKESHORE DRIVE EUSTIS, FL 32726 Authorized Person a' Detail Name & Address Title MGR GOMAN, ROBERT M 1809 LAKESHORE DRIVE EUSTIS, FL 32726 UN Tide AR GOMAN, JANET M 1809 LAKESHORE DRIVE EUSTIS, FL 32726 UN Title MGR VORK, THOMAS D 59 NORTH FARMS ROAD AVON, CT 06001 Annual Re nods No Annual Reports Filed Documentl am 1111W2044— Floraa omeee Liamllm New imepe InP Ffw t BID SUBMITTAL QUESTIONNAIRE :ATION F. emitted fully .;. and submtlted. SOliciIADOR NO: SamitiNNS : BID NUMBER I PROJECT TITLE BIDDERSNAPE Bran Yah PmpNyA SI-A LLC NO. OF YEARS IN BUSINESS: 13 NO. OF YEWS IN BUSINESS LOCALLY I] NO. OF EM0.ONEES: 13 OTHER NAMES) BIDDER HAS OPERATED UNDER IN THE LAST IB YEARS: OmvmYwM GOER YRIMMYADORESS LHFAWU/.RTERSL: 11 F—Ii—PMq SI IS. LITI: ESM NMI. STATE: CT BPCODE: REIN TELEPHONE NO: NplpriEW TOLLFREENO.: M FBA NO.: AS BIDDER LIX:ALADDRE%:111 Pp,nMN PIm CITY: EM NA. STATE ZIIPCODEoelw PBM9RYAODOUNT REPRESENTATNE FOR THIS ENGYEMENT R MMNSAI GNOWN ACCOUNTREPTELEPHONE NO: MUI=i ACCOUNT REP TOLL FREE NET no ACCOUNT REP ENAL: mpl,n•,Iepwlunywlvwm FEOEESLTA%IDENTIFICARON NO V. W 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) tt 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 t) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that athe: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of mid document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Denise L. Robidoux, EVPICOO Denise L. Robidoux 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 Confirrn Receipt Enter Initial to Confirm Receipt I I Enter Initial to Confirm Receipt Addendum 1 Addendum 8 Addendum 11 Addendum 2 Atltlentlum 7 Adtlentlum 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 RELATIONSHIP 1 Na 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY of reamgsf,_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: https,/Isupplimportal.dnb.com/web pptwcs/stores/serviet/Suppl ierPortal? storeld=11696 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 800-424-2495. 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: Commonwealth of Massachusetts Contact Individual Name and Tite: Elizabeth (Emmy) Hahn,Progrem Coordinator, Massachusetts Downtown Initiative Address: 100 Cambridge Street, Suite 300 Boston, MA 02114 Telephone:(617)573-1364 Contact's Email: Elizabeth.Hahn@mass.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: Mass State Long Range Recovery Program - Covid Recovery Planning for Downtowns and Business Districts - Plan Facilitator for Quincy, Malden, Woburn & Shrewsbury; Subject Matter Expert for 26 communities; presenter of 2 state-wide program webinars; and the State-wide Marketing Manual for Downtown Recovery $335,000 2021 Reference No.2 Firm Name: Capital Region Development Authority (CRDA) Contact Individual Name and Title: Mike Freimuth, Executive Director Address: 100 Columbus Boulevard, Suite 500 Hartford, CT 06103-2819 Telephone:(860)493-2903 Contact's Email: mfreimuth@crdact.net Narrative on Scope of Services Provided, Project Budget, and Project Dates: Regional Distribution Market - Assessment and Advisory Plan - 2019 $25,000 Hartford, CT Office Market Overview - 2020 - $25,000 Reference No.3 Firm Name: Town of Bloomfield, CT Contact Individual Name and Title: Alvin D. Schwapp, Jr., Town Manager Address: 800 Bloomfield Avenue Bloomfield, CT 06002 Telephone: (860) 769-3501 Contact's Email: aswchwapp@BloomfieldCT.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: On -Call Economic Development - 2011-present $118,000 - 2023-2024 yearly fee for service TownCenter Redevelopment Plan - 2024-2025 $225,000 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? p= YES M0 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 p0 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 Ent e rise Certificetion b 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 subreclpients 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 et seq., apply to this certification and disclosure, if 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: Denise L. Robidoux, EVPICOO Denise L. Robidoux 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. pl. 100, 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 fact 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. pl. 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: Denise L. Robidoux, EVP/COO Denise L. Robidoux 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 taps://Iibrarymunicodecom/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4P 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 rafaelgranado Diamibeachfl 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. SECTION 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 h►tp'//www.miamibeachfl.g v i bgNprocuremenVprocurement-related-ordinance-and- procedure s/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? p0 YES = NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES = 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 (btips:/Ilibrar)&municode com/8/miami beach/codes/coded ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO ID V3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (hUi)s,/Aibrary,municode.com/ft/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: Jltps:/Aibrary munioode com/g/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 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: ://library m,micode. m/8/miami beach/codestcode of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR 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: bUps://www.fisenate.gov/Laws/Statutes/2012/287.133 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, hu :/Aibrarymunicodecomf/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD 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? Q= YES r1I NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal GovemmenC? Q= 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 2005-3494 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 Stales, 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? p0 YES OD 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? = YES OO 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. BENEFIT Bidder Provides for Employees with Spouses Bidder Provides for Employees with Domestic Partners Bidder does not Provide Benefit Health Y Y Sick Leave Y Y Family Medical Leave Y Y Bereavement Leave Y Y 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 �i. .uu a -.0 •-, �i . �.. =e'1 . =u'I ..-i .�. 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 � NO If yes, explain. QUALIFICATIONS Miami Beach #2024-05-ND Economic Development Consultant Services Submitted to: ..i Natalia Delgado Procurement Department City of Miami Beach City Hall 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Submitted by Goman York Property Advisers LLC 111 Founders Plaza Suite 1000 East Hartford, CT 06108 Email: Mgoman(d)GomanYork.com Phone: 860.841.3271 GOMAN YORK Table of Contents DataAnalytics Team Members...........................................................................................................................9 DavidCorreia.......................................................................................................................................................9 AlyssaFleming.....................................................................................................................................................9 DerekO'Connor...................................................................................................................................................9 2.2 Qualifications of Bidder............................................................................................................................... 10 Bloomfield Economic Development Services.................................................................................................... 12 Redevelopment Plan for Silver Lane Revitalization Area and On -Call Economic Development Services........ 14 East Granby Village Center Master Plan........................................................................................................... 15 Massachusetts Downtown Initiative— Local Rapid Recovery Planning (LRRP) program .................................. 17 STV Inc. / Cr DOT Rail— Property Management Unit Review........................................................................... 19 Market Study of Multifamily Rental Conditions in Downtown Hartford.......................................................... 20 Public Engagement and Digital Outreach......................................................................................................... 21 2.3 Similar Experience of Sub -consultants or Sub-contractors......................................................................... 22 2.4 Evidence of Prior Working Experience........................................................................................................ 22 TAB3 - APPROACH AND METHODOLOGY............................................................................................................. 24 CitySupport ........................................................................................................................................................... 27 Conditions............................................................................................................................................................. 28 Due Date: July 1, 2024 Re: 2024-05-ND Request for Qualifications —Economic Development Consultant Services In response to your Request for Qualifications, Goman York Property Advisers LLC (Goman+York) is pleased to submit our response regarding providing economic development consulting services to the City of Miami Beach. We are Flexible where advantageous and agreed upon, we will adapt our services to align with the needs and wants of your community. Most importantly, we understand Miami Beach's priorities and that priorities can change. As demonstrated in this response, Goman+York's team of professionals has extensive experience in community planning, economic development, market research, and real estate. We believe that our diversified experience backed by our data -driven market research would greatly benefit Miami Beach. We collaborate with communities on project -specific tasks, such as strategic master planning, financial and economic impact studies, economic development initiatives, affordable housing plans, and community assessments and solutions. We believe the diversified skill set of our team can meet the needs outlined in the request, as it directly relates to our On -Call Economic Development Advisory Services. Just as we do for other communities, the depth of our team's knowledge and expertise is there when you need it. At the same time, we view our staff as a partner to your staff, augmenting their knowledge and expertise. By employing a mix of our national and local experience, we would endeavor to collaborate closely with your staff and stakeholders to develop the right analysis and the right approach for any projects and assignments. If selected, R. Michael Goman and Dr. Don Poland, PhD, AICP will lead this assignment with support from our experienced team members. Dr. Poland is a planning expert who has participated in numerous economic development and planning -related assignments nationwide. At Goman+York, we pride ourselves in helping communities deliver real -world solutions — that means we don't just take the "Pretty Picture" approach — economic development must make financial sense, policies must be "Simple, Swift & Certain" for development to be accomplished and the communities we work with must strive to be a great place to "Grow, Work, Live and Play." Our work will be unique for Miami Beach —while we realize that many communities may be similar, the development of the right approaches will have positive long-term effects on the Miami Beach community by continuing to support its vibrancy and placemaking for the benefit of its residents, visitors, and businesses. Another key tenet of our mission is our belief that communities and lifestyles must offer unique ways to compete in an economy dominated by large urban centers. Goman+York embraces New Urbanism, Including its vibrant, pedestrian -friendly, mixed -use communities that accommodate lifestyle patterns demanded by your residents and businesses. At Goman+York, we believe that every program we develop should be continually evaluated, and plans should have the ability to be tweaked to meet the needs of changing times if anything, the recent pandemic taught us that resiliency needs to be worked into actionable plans — our business motto of LISTEN+ADVISE+EXECUTE reflects this. Through our extensive professional experience and past consulting assignments, we have acquired and demonstrated expertise in all aspects of real estate development, both on the public and private side, in addition to our expertise in housing policy, land use regulatory issues, and the importance of well -written, user-friendly, and actionable reports, plans, and strategies. Goman+York works at the leading edge of real estate and economic development. Our team of experienced, proven industry experts, led by principals R. Michael Goman and Tom York, formulates real -world market -driven solutions for public, nonprofit, and private organizations. Our consultants and real estate agents deliver expert advice and high -value services to provide customized and cost-effective solutions in the delivery of real property engagements. New England -based in East Hartford, CT, with regional offices in Eustis, FL; Greenville, SC; Dallas, TX; and Phoenix, AZ, Goman+York's reach is nationwide. By employing a mix of our national and local experience, Goman+York would endeavor to collaborate closely with the City of Miami Beach, its staff, and public stakeholders to develop the right analysis and approach for your economic development support needs. We agree to the terms and conditions outlined in the Request for Qualifications and look forward to meeting with the selection committee to discuss this proposal and further elaborate on our experience and approach. Very truly yours, R. Michael Goman Principal 860-841-3271 mgomant@gomanyork.com PmIW L.M Ptofen EleenM Pio(nm Mene(emanl Denise L Rob,dour EVP/COO PmN<t Eaecums iln.nn.wne 4n.1,1.. grU�loy S,n ,MSAE iln.n<NUOele Melyllu Devid Conem. St Anelyv Bwlnm M...... AlysSn Flaming InnUlG.— Da�e�O'Connar PI.J.<t Exe<u11. UILgn %inning na PPlena. Pr ? r. gutl,,,nlPmmunky ^' mmu Pl. Pbnnm(& DemKn Oovemm.0 met Iu L.Foomnlc.' LymmU Smwnrz W:II:um VOUlxm,a D—d D—, puely MCMelr.n Our Team Mike Goman, CRX, CLS, CSM Principal Before forming Goman+York in 2011, Mike spent 30-plus years as a business owner, operator, and commercial real estate professional. He has overseen the development of millions of square feet of commercial real estate across the United States and Canada. Mike's keen insights and understanding of buyer motivations, government relations, and the importance of building effective partnerships help Goman+York design and develop optimum property redevelopment models and strategies that guide public and private stakeholders. Mike is a licensed real estate broker in Connecticut, Massachusetts, New York, Florida, and North Carolina. Donald Poland, Ph.D., AICP Managing Director, Urban Planning Don is a geographer, planner, and community strategist with over 25 years of experience in community development, economic development, and land use planning. Having worked in the public, private, non-profit, and academic sectors, Dr. Poland offers a unique understanding and perspective of the social, cultural, economic, spatial, and governance challenges of metropolitan and non -metropolitan space. Don holds a Doctorate Degree from University College London, Dept. of Geography, Cities and Urbanization program, and a master's degree in Geography, concentrating on planning, from Central Connecticut State University. He is a Member of the International Geographical Honor Society. Justin La Fountain AICP Senior Vice President, Planning & Economic Development Justin joined the Goman+York team In 2024, he is an AICP-certified planner with over 10 years of experience in the public sector. His experience as a municipal planner, director of building and land use, and zoning enforcement of0cer gives our team, clients, and projects a unique perspective coming from the municipal viewpoint. His experience in community development, economic development, and land use planning brings a further depth of knowledge and technical expertise that directly relates to the municipalities and private developers that Goman+York serves. He has a BA in Geography, with a concentration in Planning from Central Connecticut State University and a minor in Social Studies. He is a Member of the International Geographical Honor Society. William "Bill" S. Voelker, AICP Director of Planning & Strategy BIII brings over 30 years of municipal planning experience to the Goman+York team. Most recently he served as Town Planner and Development Coordinator to the Town of Cheshire, CT overseeing a five -member staff. His expertise provides Goman+York projects and clients with in-depth knowledge of the planning process focusing on public and private development and the administration of policy and regulations. Bill holds a Master's in Community Planning and Development from the University of Rhode Island. Denise L. Robidoux Executive Vice President & Chief Operating Officer Denise is a veteran of the retail shopping center property management, marketing, and operations fields. Beforejoining Goman+York in 2018, she was the general manager for The Shops at Farmington Valley in Canton, Cr, a 425,000-square-foot lifestyle center. Denise holds various certificates and positions that complement her diverse professional experience. She has a highly skilled and creative background that lends itself well to the demands of commercial retail real estate, marketing, retail management, economic development, nonprofit development, and small business ownership. Along with coordinating major projects, Denise has worked in a project advisory role for the CTDOT- Office of Rail in their Property Management Utilities Unit for Goman+York for 5 years. She holds a Connecticut Real Estate Salesperson license. Bradley Senft, MSRE Vice President, Managing Director As a former business owner and successful professional with a proven track record in business development, financial management, leadership, and team management, Brad brings his asset management and real estate development expertise to Goman+York. Before joining Goman+York, Brad created, operated, and sold a successful business in Colorado. His entrepreneurial spirit along with his real estate development and asset management -focused expertise complement the public and private sectors served by Goman+York. Brad graduated from Daniels College of Business, University of Denver with a Master of Science in Real Estate in the Built Environment — Dual Concentration in Real Estate Development and Asset Management. He holds real estate licenses in Connecticut and Massachusetts. Dave Driver Senior Vice President, Business Development & Corporate Relations David is a seasoned economic development professional with marketing and program experience in the public, nonprofit, and private sectors. He ran a university -related business incubator and a public venture capital organization developed state -level urban redevelopment incentives and tourism promotion campaigns and directed comprehensive business recruitment marketing efforts. David headed marketing for the Connecticut Department of Economic Development for 15 years. He founded and directed Connecticut Innovations, the state's risk capital agency. Before joining Goman+York, he led business attraction efforts for Northeast Utilities (now Eversource) where he coordinated business recruitment for the six New England states. Dusty McMahan Planning and Development Dusty has over 20 years of experience in directing complex, high -profile projects, and design teams. Dusty integrates the roles of designer and planner to visually communicate proposals. His skillful artistic vision allows for the implementation of ideas that emerge organically into on -the -fly sketches. Informed by his development and construction expertise and understanding of financial capitalization, his "design solutions" are not just imagery but documentation of economically viable and sustainable solutionsto the highest and best repositioning of real estate assets. His planning experience ranges from urban infiill and reclamation to campus planning and luxury resorts. Cynthia Stewart Vice President, Managing Director Public Policy g Community Development Cynthia brings over 20 years of experience In retail real estate advocacy as a senior Community development and public policy executive with a commitment to public -private partnerships and corporate social responsibility. Before joining Goman+York, she was the Vice President for Community Development for the International Council of Shopping Centers (ICSC). At ICSC she led a team that created programs and initiatives focused on emerging issues, real estate challenges, and overcoming obstacles to retail development in underserved markets. Cynthia is the co-author of Development in Underserved Retog Markets, published by the International Council of Shopping Centers, and created a five -unit virtual training for elected officials on"Retail as a Catalyst for Economic Development" She holds a BAAS in Public Administration and is a graduate of the ICSC University of Shopping Centers School of Economic Development and a 2019 graduate of the Johns Hopkins Institute for Corporate Social Responsibility. Data Analytics Team Members David Correia Senior Data Scientist Dave brings a quantitative approach to economic development and project analysis by bringing real -world data into focus to create detailed financial projections. His expertise provides Goman+York projects and clients with data -oriented market & geospatial analysis, along with an in-depth knowledge of public and private funding sources. Dave also delivers data -driven location analytics for the community banking system nationwide, through our affiliate company, Accubranch. Alyssa Fleming Research & Data Analyst As a Research Analyst for Goman+York, Alyssa brings a critical perspective of financial analysis to ourteam. Her experience in commercial property analysis and financial planning enables Alyssa to carefully realize an institution's risk and reward relationship. She applies that critical thinking to Goman+York's data analysis and expansion strategies for our development, municipal, and educational clients. A graduate of the University of Hartford's Barney School of Business, Alyssa majored in Economics and Finance, with a minor in Actuarial Sciences. Alyssa is a licensed Connecticut Real Estate Salesperson. Derek O'Connor Research & Data Analyst Derek O'Connor joined the Gaman+York team working as a Research and Data Analyst. Derek is a recent UCONN Finance graduate and studied real estate as an integral part of that program. He was a member of the Real Estate Society, the Finance Society, and the National Society of Collegiate Scholars. Derek is focused on our work with CrDOT - lice of Rail in their Property Management Utilities Unit, along with State, Municipal, and development clients. Derek is a licensed Connecticut Real Estate Salesperson. 2.2 Qualifications of Bidder GQMeNWhat differentiates Goman+York from similar firms is our unique ability to +YORK manage projects from concept to completion. The firm was founded as an integrated company of multiple disciplines and practice areas— planning, economic development, and real estate — which were assembled to deliver a fully integrated, value-added approach for the benefit of our clients. Our work includes master plans, economic investment strategies, comprehensive plans, on -call and strategic economic development services, and fee -for -service development services. As the City of Miami Beach seeks a consulting firm that can guide the community through its next growth stages, Goman+York is prepared to work closely with the Miami Beach Redevelopment Agency, the North Beach Community Redevelopment Agency, and other City officials to guide and assist your team. We believe that our professional experience backed by our data -driven market research would greatly benefit Miami Beach. The diversified skill set of our team can meet the needs outlined in the request, as it directly relates to our On -Call Economic Development Advisory Services. lust as we do for other communities, the depth of our team's knowledge and expertise is there when you need it. At the same time, we view our staff as a partner to your staff, augmenting their knowledge and expertise. Goman+York has a deep and comprehensive understanding of communities like Miami Beach, but at the same time, we realize that each community is unique. Where advantageous and agreed upon, we can adapt our services to align with the needs and wants of your community. Most importantly, we understand that priorities can change, and you need a partner who can be responsive to the task at hand. Goman York Property Advisers LLC (Goman+York) is based in East GOMANHartford, Cr with offices in Eustis, FL; Greenville, SC; Dallas, TX; and Phoenix, AZ. The company was established in 2011, as a dynamic advisory firm, which includes leading professionals in all areas of planning, urban +YORKdesign, economic development, and real estate. Our team also features experts in data analysis, market research, and brokerage. ADVISORY SERVICES We draw on decades of experience to integrate design, planning, and municipal development practices. We focus on achieving results that are rounded in market realities while avoiding plans that may be attractive but will prove impractical. Our work includes master plans, economic investment strategies, comprehensive plans, economic development services, and fee -for -service development services. We manage projects from concept to completion. While much of our work is concentrated in the New England states, our team has worked in national and international markets. We have extensive experience with the design and implementation of sustainable models of development which, at their core, seek to create communities that once sprouted organically. Gomart+York: • provides immersive data, market research, and knowledge to enable sound strategic planning and decision -making, • provides value-added development services, including financial analysis, community research, and marketing, • represents diverse clients that include municipalities, non-profit community development organizations, educational institutions, medical and healthcare groups, and private businesses, • works often with cities and smaller communities, which in some _ cases suffer from chronic underinvestment, • believes communities and lifestyles can offer unique ways to compete in an economy dominated by large urban centers, • embraces New Urbanism, which includes creating vibrant, pedestrian -friendly, mixed -use communities that accommodate lifestyle patterns demanded by communities and their residents. Goma"York provides economic strategies and results for communities with aspirations to grow, retain, and attract talent, and encourage investment. Our clients include municipalities, nonprofits, community development organizations, landlords, businesses, owners, and real estate investors. We partner with our clients to deliver custom, "real world" solutions that consistently exceed client expectations. Drawing on decades of experience, our primary mission is to develop realistic and implementable strategies to revitalize towns, cities, and neighborhoods at the intersection of economic development and real estate development. Bloomfield Economic Development Services On -Call Economic Development Services, Marketing, Business Attraction and Retention, and Town Center Strategic Development Master Plan Town of Bloomfield, Connecticut (2014-present) SERVICES PROVIDED On -Call Economic Development Services — the Goman+York team works as strategic advisors for the Town Manager, Town Council & subcommittees, Town Planner, and the Economic Development Commission/Development Authority (EDC/DA) Economic Development Strategic Planning: Strategic approaches are based on market realities and include repeated in-depth analysis of the current market and socioeconomic and demographic data. Goman+York was recently awarded a contract to develop a Town Center Master Plan focused on the redevelopment of that area Business Visitation, Successful Recruitment/Retention & Small Business Support Program: Using a boats -on - the -ground approach we interact with businesses large and small to gain an intimate understanding of the community and help create a better business environment through development and enhancement. Our team supports recruitment efforts of prospective businesses and expansion of existing businesses. Excerpt from TIF Districts Master Plan, GIS map of tax parcels in the three districts Plan and adoption of Tax Increment Financing (TIF) overlay district regulations. Numerous staff hours, research, and meetings were spent by the Goman+York team in developing a cohesive plan for 3 districts within the town — Bloomfield Center, Totter Road, and Blue Hills Avenue. Development of that plan included existing site valuations, assessments and improvements needed, site planning design, isometrics, and presentations. The TIF Plan narrative included: Introduction, Creating Investment, Existing Conditions, land Use, Public Improvements, and Private Investment. NOTABLE ACHIEVEMENTS • Worked with the Town on the transformation of the Economic Development Commission (EDC) into a combined EDC and Development Authority DA) • Collaborated with Town staff on OF grant writing initiatives - securing a$250,000 Town Center Planning grant and assisted a local non-profit on their CIF grant submission and award • In August 2019, mediated negotiations with insurance firm CIGNA to provide a tax abatement incentive in exchange for committing to maintaining the company's headquarters in Bloomfield and making up to $90 million worth of improvements to it over 3 years. • Successful Outreach, Recruitment & Retention of National Businesses, including an ongoing business visitation program with the Mayor and Town Manager to Top Employers in the community • Don Poland, Ph.D., AICP drafted and implemented the Solar Energy Policy and is finalizing a Housing Trust Fund. • Coordinated a 3-week Small Business Financial Awareness Series of Workshops with the Black Business Alliance to assist current and future small business owners. 0, • Provide supporting evidence, economic and fiscal impact analyses, and market research on key employment issues and job impacts -Provided advice on key property development, formulation, and initiation of Action Plans. • Maintains available property and land listings— updated quarterly SMALL BUSINESS ACHIEVEMENTS -Created a small business development package for start-up enterprises. -Provides one-on-one consulting and coaching to current and Potential small businesses Hosted small business informational sessions includingsocial media marketing, BUSINESholiday marketing, and fraud/safety. •"Eat Local to Win Local" campaigns to support local restaurants during COVID- 19 • Created a COVID-19 Business RecoveryTeam, and development of a marketing plan, the team coordinated and participated in an informational business webinar series, and planned and executed email campaigns, articles for the local newspaper, and press releases. -Coordinated with The Metropolitan District Commission Operations team to host a "Small Business Opportunity" Conference to raise awareness of local and minority contractors REFERENCE CONTACT Jonathan Colman, Director of Land Use & Economic Development Town of Bloomfield, Connecticut 800 Bloomfield Avenue Bloomfield, CT 06002 (860)769-3514 icolmaanJ T�LBloomfieldCT.eov Redevelopment Plan for Silver Lane Revitalization Area and On -Call Economic Development Services East Hartford CT (2019- present) ASSIGNMENT In addition to our On -Call Economic Development Services, Goman+York was tasked with preparing a redevelopment plan for the Silver lane Corridor in East Hartford, Connecticut to enhance the development opportunities and identify tools and strategies to materially improve the conditions in the area. The Town had invested $1.2 million in improvements in the corridor, but realized additional initiatives would be necessary to facilitate significant change and charged Goman+York to pay particular attention to the properties in the area that were deteriorated, deteriorating, substandard, and that could be detrimental to the safety, health, morals, and welfare of the community. SERVICES PROVIDED • Inventory and assessment of existing physical conditions of the market. • Researched and analyzed market conditions. • Conducted community outreach and stakeholder engagement. • Developed strategies for improvement including changes that strategically intervene in the market to reposition the area for investment. • Developed financing solutions • Developed RFP for Silver Lane Plaza redevelopment after the plan was completed. • Goman+York has an On -call ctintractwith the Town to provide a broad spectrum of Economic Development services. NOTABLE ACHIEVEMENTS • Developed an actionable plan that will benefit the community - one that has already been set in motion to redevelop the largest blighted property in the plan area. • As a result of this plan, the Town acquired the blighted Silver Lane Plaza for redevelopment • Town took advantage of available State funding to secure the property which is in the demolition phase and is slated for redevelopment. • Proposed 340 multi -family complex to break ground in FY 2024-2025 on a former theater property in the corridor - Goman+York assisted the Town with the RFP and selection process for developers REFERENCE CONTACT Eileen euckheit, Development Director Town of East Hartford 740 Main Street East Hartford CT 06108 (960)291-7303 ebuckheitiMeasthartfordct.aov Haiti Business Journal -3/18/2024 East Granby Village Center Master Plan Town of East Granby CT (2023) ASSIGNMENT Goman+York was tasked with creating the East Granby Village Center Master Plan, a comprehensive study and analysis of the Village Center through the lens of spatial, social, economic, architectural design, and environmental conditions. The analysis was designed to gain a firm understanding of the many variables and forces that influence the Village Center. SERVICES PROVIDED • Urban Planning: Analyzed the problems solve —Market —grow market demand; Image — guide the creation of an identifiable brand for the Village Center and the town w that would elevate the recognition of that brand; and Physical Condition — improve the quality of product to better enhance the village aesthetic by leveraging new development/building to reinforce the _ agrarian feel of the community. - • To accomplish the objectives of the Village Center Master Plan, a market- and asset - based approach is utilized along with a 9> resiliency and sustainability framework to guide decision -making. The market- and asset -based approach utilizes the Levers of Change (image, market, conditions, connections, and capacity) as the guiding principles to problem -solving and (re)positioning the Village Center's market, image, and physical conditions allowing the Village Center to attract investment. • Analyzed the market and demographics of the community to develop the strategies for improvement that will Ire)position the Village Center to attract Investment, create vibrancy, generate prosperity and the demand required to support existing businesses, and attract new investments (development, redevelopment, and businesses). • Examined the infrastructure needed to support public and private development to support Improvements, vibrancy, and recreation. • Architectural Concept Designs: Highlighting unique concepts utilizing new development that keeps with the existing 'Colonial' and 'Georgian' aesthetic, and redevelopment that utilizes massing and variation in height to reinforce the village aesthetic. • Zoning Modifications: Analyzed and recommended modifications to zoning that would reduce and remove barriers to investment in the Village Center. • Programming: Long-range considerations for the Town Center included a variety of live, work, and play concepts; providing housing concepts including affordable housing options, the impact on school enrollments and future tax revenues. • Marketing and Branding: As identified through the community engagement process, it was determined that the Town and Village Center was suffering from a lack of identity. Recommendations for a plan of action to improve the community image and market the community to a broader population were incorporated Into the plan. NOTABLE ACHIEVEMENTS • Developed a Village Center Master Plan that incorporated robust community engagement in the development of the plan. • Created open dialog and input from the business community. • Created a reality -based, achievable economic development plan for the Village Center. REFERENCE CONTACT Eden Wimpfheimer, First Selectwoman Town of East Granby 9 Center Street East Granby, CT 06026 (860)413-3302 edenwNtectownhall wm Massachusetts Downtown Initiative - Local Rapid Recovery Planning (LRRP) program Massachusetts Department of Housing and Community Development (2021) ASSIGNMENT Providing consulting services to four (4) Massachusetts communities through the Department of Housing and Community Development's (DHCD) Massachusetts Downtown Initiative (MDII Local Rapid Recovery Planning (LRRP) program as a Plan Facilitator, they included Quincy (North Quincy Business District), Malden (Malden Center), Woburn (Woburn Center) and Shrewsbury (Shrewsbury Town Center District), as a Subject Matter Expert (SME) to twenty-six (26) communities, presenter of two (2) program webinars and was chosen to create the Marketing Toolkit - one of ten (10) Community Toolkits developed for the entire state-wide program. The LRRP program worked with 124 communities throughout Massachusetts and was developed as an immediate strategy program to provide technical assistance to key areas identified by the community applicants. The program approach utilized data analysis, a local business survey, community assessments, community meetings, collaboration, and the strength of knowledge from municipal officials, local businesses, the community, and the Planned Facilitators to develop actionable and realistic projects to support communities in the short-term to recover from the COVID-19 pandemic that would ultimately build stronger, more vibrant communities in the long-term. The projects identified focused on the following categories: public realm, private realm, revenue & sales, administrative capacity, tenant mix, and cultural/arts. The primary mission of the MDI is to make downtown revitalization an integral part of community development in cities and towns across the Commonwealth. MDI's guiding principles are that the most effective approach to downtown revitalization is a holistic one; that it addresses economic and community development needs; and that it provides a framework of interrelated activities that promote positive change in a downtown to keep It healthy and prosperous. The LRRP program provided technical assistance by consultant teams with expertise in effective strategies to stabilize business districts. Applicants were matched with consultant team(s). There was a total of $9.5 million in technical assistance available, whether from a small-town center or a group of business districts within a large city, interested applicants were encouraged to apply. Streetsense assisted DHCD in administering the overall program. huts:1/www.mass.Rov/info­ demils/rapid-recmeN-plan-rrp-nrogram SERVICES PROVIDED • Performed a business survey —total business closures, vacant storefronts, and business owner needs. • Evaluated regulatory, zoning, and permitting processes as a potential impediment to business activity. • Conducted business/community outreach sessions and visitations • Identified, diagnosed, and delivered processes for 10-17 actionable projects for each community which included potential funding sources. • Drafted and delivered a comprehensive plan and report according to an established template. • Drafted and delivered a Marketing Toolkit for the 124 Commonwealth communities to aid in their recovery programming • Developed and moderated two (2) LRRP programmatic webinars on Connecting with Customers — Using Storefronts, Display Windows, and Signs to Connect with Customers and Post Covid-19 Restaurant Survival: Key Technologies, Strategies, and Best Practices REFERENCE CONTACT Elizabeth (Emmy) Hahn Program Coordinator, Massachusetts Downtown Initiative 100 Cambridge Street, Suite 300 Boston, MA 02114 (617)573-1364 Elizabeth Hahndamass.eov STV Inc. / CT DOT Rail - Property Management Unit Review New Haven, Connecticut (2018-present) ASSIGNMENT Goman+York was engaged to identify strengths and weaknesses �, CT rail within the Connecticut Department of Transportation's Rail Property Management & Utilities Unit (PMUU). Existing functions and processes were examined to recommend best practices to increase efficiency within the unit. Goman+York was further tasked with identifying sources to monetize the rail line and station assets through ancillary income and revenue generation strategies. SERVICES PROVIDED Goman+York examined workflow processes and technology systems utilized bythe PMUU to determine how current systems are used and to identify improvements that can be instituted. Short-term and long-term alternatives were developed to streamline, organize, update, and track the current license agreements and rights of entry contracts. The current Crmll system along with other regional and national rail systems was analyzed to develop a strategy to regulate and increase current revenue streams and to identify missed and potential income generation opportunities. Representatives from GOMAN+PORK attended the International Council of Shopping Center's (ICSC) 2019 RECON conference in Las Vegas presenting Crmil to market advertising and specialty leasing opportunities. This provided exposure to over 40,000 conference attendees and led to partnership opportunities for retail vendors and software service providers to contract with the Cr DOT- Rail division. Additionally, Goman+York has been selected to be part of the multi - firm team, led by STV, which was recently awarded a 5-year contract with the CTDOT to offer our team's property management and development expertise to CrDOT's Rail, Bus, and Paratransit systems throughout the State. REFERENCE CONTACT Kristen Ashby, PMP—Senior Associate/Planning Manager STY Inc. (203)383-5149 Kristen.Ashbv#Dstvinc.com Market Study of Multifamily Rental Conditions in Downtown Hartford Hartford, Cr (2019) ASSIGNMENT Goman+York's first task was to review current and proposed competitive multifamily residential rental developments to establish current market pricing, trends, and amenities; absorption rates; anticipated return on investment (ROII; and operating costs. Secondly, the team was tasked with providing a forecast and analysis of market demand and conditions for multifamily residential rental development in the Hartford region in the coming years. SERVICES PROVIDED • Market Analysis to Examine the Capacity and Rental Parameters for the Hartford Multifamily Residential Rental Market • Review of market studies and appraisal reports prepared for multifamily projects in which CRDA provided financing. • Interviews with developers and an overview of three (3) proposed Hartford developments. • Review and summarize two (2) studies prepared for the City of Hartford. • Presentation of findings to the CRDA Board of Directors REFERENCE CONTACT Mike Freimuth Executive Director Capital Region Development Authority 100 Columbus Boulevard, Suite 500 Hartford, Cr 06103-2819 (860)493.2903 mf reimuth0crdact.net Building Parmils (2. unas) Public Engagement and Digital Outreach Towns of Bloomfield and Enfield, Connecticut (2020-2022) Enfield Plan of Conservation and Development 2031 • public survey (CA code enabled/bilingual), • natural resource mapping, • plan drafting. Economic Development, Marketing, Business Attraction, and Retention — Town of Bloomfield, Connecticut (2019-present) • Bloomfield business survey Covidl9 recovery needs • Bloomfield restaurant Covid19 reopening status & webinars • Black Business Alliance Small Business Financial Seminar Series Enfield word cloud response to survey questions: incentives small business tax Weidww•wk w• m;.. vmaa� tOw0 business mall - ,nave Weld , •.� REFERENCE CONTACT Lauren Whitten, CZEO, AICP Director of Development Town of Enfield, CT Bloomfield Businesses Survey- COVID-19 preparedness and needs assessment 2.3 Similar Experience of Sub -consultants or Sub -contractors Not applicable. The firm does not anticipate utilizing any sub -consultants or sub -contractors. 2.4 Evidence of Prior Working Experience The fcto that is the Gelistofadditional Public Projects that the Goman+York Team has worked on in recent years: • Town of Plymouth, Cr — Community Investment Transformational Master Plan — CIF funded (2023-2024) • Town of East Granby, Cr — Village Center Master Plan (2023) • Town of Bloomfield, Cr — Town Center Master Plan — CIF Grant funded (2024- 2025), Affordable Housing Plan (2023), Small Business Development and Covid Recovery (2019-present), OF Grant Program Development & Assistance (2022-present), On -call Economic Development Services (2014 - present), TIF Plan (2018-2021), Development Agencyformation (2022-2023) • Town of Middlefield, CT —On-call Economic Development Services (2023) • Town of East Hartford, CT - On -call Economic Development Services (2020-present), Silver Lane Redevelopment Plan (2022), Church Corners Inn— Financial Analysis (20221, Developers RFP (2023) • Town of Windsor Locks— Downtown Market Feasibility Study (2023) • Town of Manchester, CT — Library Economic Impact Study (2022), On -call Economic Development Services (2021-present), 942 Main Conceptual Design and Analysis (2022) • Town of Enfield, Cr—Comprehensive Zoning Regulation Rewrite and POCD (2020-2023) • City of Milford, CT — Commercial Property Inventory (2022) Community Economic Recovery Strategy (2023) • Capital Region Council of Governments (CRCOG) — Disaster Recovery Support Services (2022-2023) Western Cr Council of Governments (WestCOG) — Affordable Housing Finance Study (2023), Regional Value Capture Feasibility Study (2023-2024) Capital Region Development Authority (CDRA) — Regional Food Distribution Market - Tenant & Site Analysis, Review and Recommendations, Signage/Wayfinding Conceptual Design (2020), Hartford Multifamily Market Study(2020) City of Hartford, CT —Office Conversion Study (2023-2024) • State of Cr—CTDOT rail subcontractor- Property Management and Utilities Unit(2018-present), Eastern CT Rail Study (2022-2023), Public Transportation Support Services (2023-2027) • Commonwealth of Massachusetts — DHCD — Local Rapid Recovery Program (2021) — Quincy, Malden, Woburn, Shrewsbury Plan Facilitators, 25+towns Subject Matter Experts, Statewide - RecoveryWebinars and Downtown Marketing Manual • State of Vermont Two Rivers-Ottauquechee Regional Commission (TRORC) — Marketing Toolkits for the Creative Economy (2022) • Town of Tolland, CT — Commercial Zoning District Updates (2020-21), Plan of Conservation & Development (2019) • Town of Ellington, CT— Plan of Conservation & Development (2019) • Town of Trumbull, CT — Comprehensive Zoning Regulation Rewrite (2018-21) • Village of Perry, NY — Comprehensive Zoning Regulation Re -Write (2016) • Town of Stafford, CT —Creation of a Village District Zone and Sign Regulations Update (2016) • City of Canton, OH —Comprehensive Zoning Regulation Re -Write (2016) • Town of Stafford, Cr— Creation of a Commercial Industrial Zone (2015) • Town of Stafford, CT —Comprehensive Review and Update to Uses (2014) • Town of North Stonington, CT —Comprehensive Zoning Regulation Re -Write (2014) CONNECTICUT RF�inrve) �r TAB 3 - APPROACH AND METHODOLOGY Our Approach Creating Reality -based Solutions as a Framework for Success Drawing on decades of experience our primary mission is to deyelop realistic and actionable strategies that revitalize towns cities and neighborhoods at the intersection of planning economic development, and real estate development. We help you create conditions for success Insutul. rust. <indnr w,assas and,mpraements Establish a bu mess-f.,endty regulatory em,ronment Entourage ant support adaprna reuse of AN proyerbes Markel local assets effwtiwaly to atta t and retain busm ants ant ptd Achiaae flnaro,al a it community bkstyle goah laovoon cornm.mty to compete M +eal h aid mwestmeot We support your critical town functions cond.ct ranm.nityv,sionmg sesames Formulate cmrtept plans for targeted properties Idemay soo.orm nK and ds mograpinc data and trends omicron SWOT amN., Design and e.ecule marketing programs and malerwls Pm.ide cmmact staftm, of acommc development positions upant. your comm.mtvs eo nwhi n om, plan We help craft public processes that are swift, certain, and simple Analyze goals, .wont.:, tasks and ,mpla nenfation efforts Dwelop ant m*ament creative. eaast n, programs Lam and advise town staff. hoard a commissen members Develop stralgh"m-and. Iranspa.em RFP/RFQpraesys StMamb.4Ism, regulabMs ant processes Des" aaechve ta. abatement programs and analyze applcauons Goman+York utilizes our advisory team approach to strengthen your community - with this approach, Miami Beach gets the depth and breadth of our knowledge and expertise without hiring multiple companies or consultants enabling our team the ability to augment your team's first-hand knowledge of the community. With our experience, we can pivot when an immediate response is needed while simultaneously continuing to support strategic elements needed on short- and long-term planned initiatives. We typically engage our 5-step planning process, detailed below, to ensure that we meet our client's needs. 1. Where Are We Today? (Market Research & Existing Conditions Assessment) The assessment of existing conditions (history, socioeconomics, demographics, market analysis, land use analysis, infrastructure, etc.), including the inventory of economic, cultural, and conservation assets. We use our expertise and understanding of the site(s), situation, and market to help you better understand your community. We seek to understand what is working, what is not working, and what potentials can be exploited. 2. Where Do We Want to Be in the Future? (Outreach, Visioning, & Outcome Definition) This is the visioning, goals, and outcome portion of the planning process. In this step, we utilize public outreach programs of community meetings, focus groups, interviews, and surveys to engage the community in discussion, understanding, visioning, and strategy development. The aim is to build consensus around a vision for the future and how the community defines future success —the desired outcomes. 3. How Will We Get There? (Strategies & Actions for Improvement) This is the strategy portion of the planning process where we take what was learned from steps one and two and work with the community to develop specific strategies and interventions aimed at moving the community toward the vision and achieving the desired outcomes —what your community will be in the future when it achieves the outcomes of the Plan. 4. How Will We Know We Are on the Right Course? (Measuring for Improvement) This is the measurement portion of the process wherein we assist the community in determining appropriate and meaningful methods for measuring improvement - a means of tracking and measuring the effectiveness (and success) of the strategies adopted during implementation. We believe this is a critical step in ensuring the successful implementation of the plan, yet this step is most often not even considered, let alone provided by other consulting firms. 5. Implementation. (Road Map & Action Agenda) In this step, we create a specific, actionable agenda that includes listing priorities, identifying needed resources and their sources, and establishing responsibilities and a system of follow-up. This provides a clear roadmap to the future for the community to follow, ensuring the plan is implemented. Most importantly, the implementation portion of the plan includes capacity -building strategies and techniques aimed at the specific needs of the community. By utilizing the Goman+York advisory team approach, you will have the depth and breadth of our knowledge base to combine with and augment your team. With our depth of experience, we can pivot when an immediate response is needed while simultaneously continuing to support strategic elements needed on short- and long- term planned initiatives. Who We Art We're Here When You Need Us! On -Call Contract Provides On -Demand Access WM '*YORK understands government. business and development cultures and can serve as an advisor to achieve your community's Economic Development objectives Our goal is to facilitate development that will strengthen — and make the greatest impact — in your community. ON -CALL ECONOMIC DEVELOPMENT Goman+York's team is here to augment and strengthen your team when your community needs additional staff. As Trained Dealmakers and Facilitators, we are natural business communicators — we understand business culture and regulatory structure. ECONOMIC DEVELOPMENT SERVICES INCLUDE BUT NOT LIMITED TO: • Economic Development Services - On -Call & Project Specific • Economic Development Strategic & Master Planning • Community and Commercial Market Assessments and Analysis • Asset -based Economic Development— investment and disposition • Sustainable Development Plans • Economic Forecast Analysis • Economic Development Incentive Plans • Real Estate Development — cost -benefit, financial modeling, and fiscal analysis • Public -Private Partnership facilitation • Business development strategies • Target industry analysis and prospect identification • Workforce trend analysis • Housing/Affordable Housing Strategic Planning • Zoning Ordinance Review and Updates • Data Collection, Analysis and Assessment • Contract/leasing negotiations • Community and Public Engagement City Support The support we require from the City will include providing access to City records (i.e., assessment data, studies, reports, plans, and regulations), and providing their unique and intimate knowledge and understanding of the Miami Beach community. All of this access and interaction on multiple levels is critical to supporting the initiatives of the community. We will engagethe Miami Beach Redevelopment Agency, the North Beach Community Redevelopment Agency, and other City officials to guide and assist your team as we support your community's economic development — analyzing and developing the methodology; identifying and evaluating strategic initiatives and priorities; and developing recommended strategies that have measurable goals and outcomes. Conditions Goman York Property Advisers LLC agrees to adhere to the terms and conditions as stated in the Request for Qualifications. Additional Information A) Goman York Property Advisers LLC meets and exceeds most required insurance limits. Therefore, we would seek to discuss and provide the necessary insurance requirements with the City upon award of an RFP. Goman York Property Advisers LLC will need and require a fee payment schedule that does not withhold the total payment until the end of the assignment. Monthly payments are how we typically structure payments for this kind of assignment with the first payment invoiced at the beginning of the second month and the last payment invoiced upon completion. B) Additional work None proposed. Negotiable as requested by the Town. C) Lawsuits filed, judgments entered, or claims made against the consultant Nonapplicable—no such claims or occurrences involving the firm. Neither Goman York Property Advisers LLC nor any of its employees or officers has been named as a defendant in any litigation brought because of any contract operations for operations and maintenance. Goman York Property Advisers LLC has never been terminated, fired, or replaced on a project other than those contracts that have been terminated due to completion. D) Confidentiality policy Any Goman+York employee or person working on behalf of Goman York Property Advisers LLC with access to personal and confidential records or documents must sign a statement of confidentiality that requires them not to disclose any sensitive Information. E) Affirmative Action Policy Statement Goman York Property Advisers LLC firmly believes that doing the right thing forthe community, the environment, and our employees and subcontractors is the right thing for our business. One such commitment is to affirmative action. While we are a small firm, the company does not discriminate in the selection of vendors, subcontractors, clients, or employees on the basis of any discriminatory practice. By way of example, company policy prohibits the consideration of race, religion, physical capabilities, sexual orientation, national origin, or any other characteristics in any decision taken by the company. Goman+York is a Connecticut -certified small business enterprise (SBE). F) Conflict of Interest No officer, employee, or person who is payable in whole or in part from the City or its affiliate agencies currently has any direct or indirect personal interest in Goman York Property Advisers LLC. Proudly affiliated with the following organizations Aj METRO*HARTFORD __ ALLIANCE (!6MAR!) MAIN STREET Cc » P. CORENET cHFMDER G L O B A L �-� COSiar" rMT MLS, OCERTIFIED VSIOR cbia Cont Landmarks cc, c S c INNOVATING COMMERCE SERVING COMMUNITIES THANK YOU FOR YOUR CONSIDERATION OF OUR RESPONSE GOMAN +YORK 0 www.gomanyork.com Mike Goman ® mgoman@gomanyork.com Pdncivol 1^ 860.841.3271 State of for a Department of State 1 certify the attached is a true and correct copy of the Articles of Organization of GOMAN YORK PROPERTY ADVISERS LLC, a limited liability company organized under the laws of the state of Florida, filed electronically on November 19, 2024 effective January 01, 2025, as shown by the records of this office. 1 further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by the code noted below. The document number of this limited liability company is L24000488327. Authentication Code: 241121 I33640-700439860857#I Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty First day of November, 2024 ('ord:Ayrd / �,Nfi .Secretary o(.State NVINOO IN DUE[01I :amlua!S jw9V p=js!8ag 'jua8a paaels!Sai sa uoglsod Xw jo suoqu8ggo oql ldoom puu q1N+ iuglwuj wu I pus `sa!lnp ,iw jo aousuuoj�ad olalduwo pua � doid aip of 5u.gvgw sal`quls IIu jo suoisiniW aq1 ip!^+,i!duj6o of "r joEp j I ,C1iou so sap w in of = s pw 1ua u paials!8ai sa juauqu!odda aql ld000u Agomq I `alaaggmo s!ql u! palau$!sap aoa�d ayl le ,iuedwoo ,q!I!ge!! Pal!w!I P0114s anoga aq1 ioj smoid jo aowas ld000s of puu jua8s paials! of se powuu uaaq 9*iI4 9zLzf " Id `SLLSCI3 3AINQ 3HOHSa'XV'I 6081 NVWOD NI INHH01I :S! luaft poials!83i aql jo ssaappa hails upuo[d puu aunru aqy III NNW 9ZLZ£ Sn "IH `SLLSf13 3AIN0 31IOHSaWl 6081 :si Au¢dwo0 Aj!pq¢!-I pal!un-I alll jo ssaappe 8u!llew aU 80190 Sf1 U3 `0'dOzU IVH 1SVH OOb HSIf1S 19311IS QNVUaVH SS :s! Xuadwo0 A4jpquq polnu!Z aql jo aoRjo lud!ouud aql jo sswppu laaals aq,L II ala!)JV OTI SIIHSIAQV AIHHdO1Id XHOA NVPI00 :si ,SuWuio0 ,Cjq qa!,j pallw! I aql jo oumu oqL I alaiP V olelS IOeI0aS CuudWO fjI [ uI aj[wl B po 17ZOZ `6l lagwanON L9 �.10 Z P. 1� wv 00:8 GAIIJ uoljeziuug.[p;o sal�Iy[d aluo.[jaala LZ£88b000bZI snipzs „3A4M,, melmpw of aagmayl leaf ,iaana pup JTI ag13o uollutmj 8u�mollo; nox aepuap:o aql m is[ ,Selnl pup is I ,Caenue f uaaialaq lwI 1pnuue ua alg of ivawannbaa oql pueisaapun I 'S'd `55I'LI8's w ao3 paplAoad se ,Cilola} op pngl a salwisuoo oleiS 3o luaugaedoo aqi of luawnoopp e m poumgns uogeuugpn osle3 imp aapme we I 'anii on ul. aq poieis siae; aqi lacy wq}Ip pup uogeznieBaO jo salogaV asagl Supucgns angeivasaadaa pazuoglnp ao aagwaw aql = I NVNIOiJ'A.LHNVf :amlpug!s omwioala aAileluosaidai pazuoglne uu io Sagivani3o aimmiScS SZOZ/10110 of llegs Xuedwoo fl!liggi'l pal!un7 sup ao3 olep mp3aga OU A 41301V 10090 'd.O `NOAV QV02I SWdVd HIZION 65 XHOA Q SVFgOHI 2IONI :agiy Nfl 9ZLZ£ " IH `SlISM HAfHG HHOHSaXV'I 6081 NV WOO K ,LHNVf Iry :01TU Nfl 9ZLZE " H `SIJSfIH HAINO HiIOHSH}IV'I 6081 euelinsp NVNIOO W I'dHH02I a3p3S1O'OaS NOW :apU hZOZ `6 L aagwanON J'I'I a2muui of paziioglnu (s)umad;o ssaippe pug awgU atu AV 00:8 0311J LZS88b0004Z1 Al alayaV State of FCorida Department of State I certify from the records of this office that GOMAN YORK PROPERTY ADVISERS LLC, is a limited liability company organized under the laws of the State of Florida, filed electronically on November 19, 2024, effective January 01, 2025. The document number of this company is L24000488327. I further certify that said company has paid all fees due this office through December 31, 2024, and its status is active. I further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by the code noted below. Authentication Code: 241121133640-700439860857#1 Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty First day of November, 2024 I o ✓age '� "12,1 WIV2011 0:37.33 PM PST 1323WD2019 From: Vella Aiam, FILING #0004332777 PG 01 OF 03 VOL B-01498 FILED 03/09/2011 09,15 AM PAGE 03633 SDCRETAR•i OF THE STATE CONNECTICUT SECRETARY OF THE STATE SECRETARY OF THE STATE OF CONNECTICUT oNRwna9aaa44. PYac9c W pfGpp m+aGa Wr+�orwlAiunNvvneaatsauwe.nr�.wlanolnmrw ARTICLES OF ORGANIZATION �m_ 103 n 86 5 LIMITED LIABILITY COMPANY - DOMESTIC �� SJ— c as. ISM 120, ar-121 uaA,wK row.IcreAu secnoMs. m4Nr019T1rc An.cAel2x I r sNxrrs.pA¢eEsa.Nev. wuxGpARTV/eoMweaanoNlntaaaerrronaaADG+esai: FILI GME:S12O wARe GN Xiro •secRerARv NAME: EYeen Gallo, AsalaLM 6ecnt.y. LeoMmwm.com. Ino. oAnrEarArE• ADDRESS: too W. BwedwaY. Suke t00 'fry: Glandele STATE CA ZIP 91210 T. NAME OP LIMRID LIABILITY COMRARY-RFQIIrYFO• F,1UaT INRVDIaeelMEa6 DEBIGNATCM LE LIL, L LC., ETC � Boman YM PTOP" AdANN LLC 1 OESCRIP110N OF pU6R/!SS TO BE TRANSACTED OR PURPOSlTo Be PROMOTED. BB4YIBEP. Real EMMa - COnyyll'DII, adviEary a bai S. Li PRINCIPAL OFFM:E ADDRESS-RRQUIRIE ,F/D Ra eo10 ADDRESS: 45 Old Slone ClosamS CITY: Wail Sknsi STATE. ConnDOcul ZIP: Dow 4. MAILWD ADDRESS, IF DIFFERENT THAN W; ADORES& CITY: eTA1E: lip I. APPOINTMENT OF STATUTORY AGENT FOR SERVICE OF PROCESS -RE2UIPEn;(CowR ,, 4 owa No+sor, 17 A. IF AGENT 15 AN INDIVIDUAL: PRINT OR TYPE FULL LEGAL NAME: Robart M. Goman BUSINESS ADDRESS Aa iuwCCEruuq ODNNECTCUT RESIDENCE A ES9 rt AonE. WSTSun weir I.o ii"i," PURtD ADDRESS. 45 Old Stone Cmaaing ADDRESS 45 Old Stone Cronalno CITY: Waal Slmebury CITY. West Suni STATE: Cannata" Zip: G5062 STATE'. Connecticut Lip: 06092 PAGE 1 OF 3 FORM LD-1.t.D R... 7=10 D,T/Da( nll Tlm 914" ITTZVY NA 79NR1 Q.14 __. Ta: Papa 15 a24 3 011637:33 PM PST 13233e92e19 Frain VanlaA cla FILING 40004332177 PG 02 OF 03 VOL B-01498 FILED 03/09/2011 0905 AN PACE 03634 SECRETARY OF THE STATE CONNECTICUT SECRETARY OF THE STATE SIGNATURE ACCEPTING APPOINTMENT: Robert M. Gomm L/ f- B. IF AGENT BUSINESS: PRINT OR TYPE NAME OF BUSINESS AS R APPEARS ON OUR RECORDS: CTBUSMSS ADORERS IPGSO,YUNAccCTASW ADDRESS. CITI STATE zip SIGNATURE ACCEPTING APPOW TMENT ON BEHALF OF AGENT: PRINT NAME 8 TITLE: e. YANAOBR OR MEMBERI MA -RE :IMwTudTATIlMtoM£MAnA4EAORMeMBCIe OF'M[ua NAME TITLE BVBWESSADLREBS (No. PA ROT) RESIDENCE AO ODREbe•. NM9M,AM/fiT4TATl TAaV!• (No P. ( York Properly AOyhore LLC Member 4 A1Gm0 Dr.,Sknebury; OT 4.Akima Or,, Simebuly, 06070 CT 06070 ICREI LLC Member 45 Old Slone Cr099IrQ, Weal 46 Old Stale. OnIoaft, Sknebury, Connecticut D60B2 Wed SrmbUy, COrrntlkut O8OS2 PAGE 2 OF 3 FORM LFI.1.0 R.. 7=10 - -- - ---- -MS 08L8811-TOE-21r87 ITb/RE NO 73981 -a OI5 To: Pago la 0124 31 11 617 33 PM PST 13233992519 From: Vanla Ak<a FILING 90004332777 PG 03 OF 03 VOL B-01498 FIT 03709,2011 09115 AN PAGE 03635 SECRETARY OF THE STATE CONNECTICUT SECRETARY OF THE STATE T. NANAOEMENT -PUKE A:CNECX NEXT TO THE FOLILOWINO STATEMENT ONLY IF IT APPLIES r MANAGEMENT OF THE UMITEO LIABILITY COMPANY SMALL BE VESTED IN A MANAGER OR MANAGERS R EXECUTI Wt yFL�sr'FpApALTrptlwL,r-OTwreIrGVO DATED THIS 219 DAYCF Fawywy .2011 NAME'OF'CRGANU:ER iprkmyml SIGNATURE Edam Gallo, ASFIttaN Sa Imry, LaOalzocm.0oln. Inc. ANANMIrLL.RVORTLML4EEWE Y YINTNEMYIryPRBMYMQYIM 1NAT 1NttNllrvwAS FORMtpFFOISTERFD ANO CANIF YA9L V I41p gVtN1F0 NNX•.mnrbd-eIXe 0(,�X CO AIGT YOWL TAXAOWEOR ORTNE FANPAYFRSERNCEL TERAT THFCEPARTMfNIOFRFVSNIIE 3[RNCp]A4 TO ANY POIERIYL TAX UA/LLIIY RFLJTINO TO YOURaU�Ea, INCLVCIML OVGtl10N5 NWTTNPOULWE66 ENTITY TAY TAXP~WE CECENTER'(Mp)]LFpy]pR (tl%191-]➢!1 OR GO TO y] L(fIOV/N6 PAGE 3 OF 3 FORM L614:0 R .7M010 I7IHIF Nn }ARAL-QINM — STATE OF CONNECT1CVf OFFICE OF THE SECRETARY OF THEgfgTE}� I herecortifis a coPY of record Offino t In this rue In Testimony wi:.:.c;, I h- hereunto set my bend, and affixed ffico Seal cf .id State, at HaMond, this u ' r ' A.D. w._.�._6 CRETAR1f OFTHE STATE cos