Loading...
HomeMy WebLinkAboutPSA between the CMB and Econsult Solutions, Inc. for Economic Development Consulting Services Pursuant to RFQ-2024-005-NDDixvvipEl�oeln,oa,aaa,."p,430"C82.r,p6iAueU, 20 2 4— 3 3 3 0 2 TOlviaci Ni, '_4 0,1YI i PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ECONSULT SOLUTIONS, INC. FOR ECONOMIC DEVELOPMENT CONSULTING SERVICES PURSUANT TO RFq-2024-005-ND 1,p r This Professional Services Agreement ("Agreement") is entered Into this ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA. a municipal corporation organized and existing under the laws of the Stale of Florida, having its principal offices at 1700 Convention Center Drive, Mfami Beach, Florida. 33139 (the 'Gty'), and ECONSULT SOLUTIONS. INC., a Pennsylvania Corporation, whose address is 1435 Walnut Street, 4n Floor Philadelphia, Pennsylvania 19102 ('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 Cl;y 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 Economic Development 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 RFq, No. 2024-005- ND for Economic Development Consulting Services. together with, all amendments thereto, issued by the City in contemplation of this Agreement, the RFO, and the Consultants proposal in response thereto (Proposal'). ali of which are hereby incorporated and made a pan hereof. provided, however, that in the event of an express conflict between the Proposal Ducuments antl this Agreement, the following order of precedent shall prevail this Agreement. the RFO, and the Proposal. Dmusign Envelope ID: Convect No. 24-O05-13 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"). 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 terns 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 prequalifled 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 (Me Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years, 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 Do sign Envelope ID:7DXl&Xl1-A2C]i3a"m2-15CGAfi5FCEF1 Contract No. 24-005- O same is/am 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 Managers 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: Payables(a)mlamlbeachfl Dov 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 Docusign Envelope ID: 7D066061-A C7430D-BCB2-15C6A65FCEF1 Contract No. 24-005-13 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 THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BYGIVING 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 CRY 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 involuntary 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 indemnity, 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 0ocuegn Envelope In 7006 1-A C74W0 K(12-15C6A65FCEF1 Cont=t No. 24-005-13 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 indemnity, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent It %) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence bests, 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 (Erors & 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. Dowsign Envelope 10:7D088081-A2C14300-8CB2-15C8A65FCEF1 Conuxct No. 24-005-13 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach Go EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.7 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:ViI or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 5.8 Verification of Coverege — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH efo EXIGIS Insurance Compliance Services P.O. Box 947 Mumiets, CA 92564 Kindly submilall certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(c.riskworks.com 6.9 Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTIONIVENUEIJURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the Stale 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 weive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. Doonign Envelope ID: 7D08W1-A2C7d MCB2-15C6A65FCEF1 Cons t No. 24-005-13 SECTION 8 LIMITATION OF CITYB 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 Consultants 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 Citys liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF CAREICOMPLIANCE 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 etcwhich are required to be disclosed pursuant to Court Order and/or Florida Public Records Law, All reports, documents, articles, devices, andlor work produced in whole or in part under this Agreement are intended to be the sole and 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. Docmgn Envelope ID: 1D08W1-A2C7-430D-8CB2-15CW5FCEF1 Cor w No. 24-005-13 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. SAM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Consultant shall maintain any and all such records at Its place of business at the address set forth in the "Notices' section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (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. DOCusign Envelope ID: ]0086061-A 7C 30D-9CB2-15C6A65FCEF1 Conant No. 24-005.13 (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 fimes 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: 1. 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 ternination settlement; and il. 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 t>e assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. Do sign Envelope ID: 7D066061-A C7430D4CB2-15C6A65FCEF1 Conrmot No. 24-005-13 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(3xa) 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 Cade, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the perfomranoe 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 meats the definition of "Contractor" as defined in Section 119.0701(1 Ka), 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 Dowsign Envelope I0:7D066061-A2C?4XD-BCB2-15CBA65FCEF1 Contract No. 24-005-I3 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 tern 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 falls to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1)(b) If it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. Docmgn Envelope ID: 1D666061-A C7430D-5m2-15C6 FCEF1 Camo-ecl No. 24-005-13 (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(aMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A 'Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) or the occurrence of event of Force Majeure, (0) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, IN) 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 Docu n Envebpe ID: 7DOa60fi1-A2C7-630D41Ca2-150(1 6 FCEF1 Contract No. 24-005-13 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 terns 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 &VERIFY (A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Tenn. 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 13 Dowslgn Envelope ID:'/D086061-A C1430D-6Cl32-15C6A65FCEF1 Contract No. 24-005-13 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 (BX1) or (BX2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (BX1), 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 TRAFFICIONG 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: ECONSULT SOLUTIONS, INC. Attn: Gina Lavery 1435 Walnut St. 4' Floor Philadelphia, PA 19102 Ph: 215-717-2777 Email: IavervAeconsultsolutions.com TO CITY: Economic Development Department City of Miami Beach Attn: Rickelle Williams, Director 1755 Meridian Avenue, Suite #200 Miami Beach, FL 33139 Ph: 305-673-7572 Email: rickellewilliams(dmiamibeachfl.Dov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 Doc=gn Envelope ID: 7D066061-A 7430D4iCB2-15C6A65FCEF1 Conn t No. 24-005-13 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. i1r IriJ_TIN4Z•T2--hq=F 1e1:. 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. 12A JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 15 o igi,EmaIaFe lO 7DOO I QC)JJC 82-ISC 65FCEF1 lan¢Aci Nn lJ-0Ihlt IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY ATTEST: By: IAN 2 1 ZV!t Rafael E. Granatlo, City Clerk !AN 2 1 'M5 Date'. FOR CONSULTANT: ECONSULT SOLUTIONS, INC. By: Xr�r_-%LG CITY OF MIAMI BEACH, FLORIDA Eric Carpenter, CI Manager APPROVED AS TO ji.y FORM & LANGUAGE ` & FOR EXECUTION'�H'"' 1 I City Attorney Dare `, Ir Gina Lavery Executive Vice President Print Name and Title Date: 12/05/24 Docusgn Envelope ID: 7DDWW-A 7-0 OD41CB2-1506Ae5FCEF1 Convect No. 24-005-13 EXHIBIT A SCOPE OF SERVICES 1. 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 identification 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 prequalffied consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Execution of this Agreement does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered for future work, if and when needed. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 17 Contract Contract a DePI. C SO a — Change Order a Consultant Protect Title: 1. E sumated calendar days to complete the wort: 1. Total amount original CSO 3. Total amount all previous Amendments a. Total amount this Amendment S. Total Amount for Engagement 6. Fee for ancillary items for this Service Order Account Code: of Notes I- I ,,INani«$ Signature Date Fin Cunsullant lNmncl Signature Dale Docusign Envelope 10: 70086061-QC743066CB2-15C6A65FCEF1 Contract No. 24-005-13 EXHIBIT C HOURLY RATES ECONOMIC DEVELOPMENT CONSULTANT SERVICES HOURLY RATES Principal-in-Charge/Economist Senior 2 Senior ProiectManager S 196.1 3 Project Mana r/P nn r/E onomist Junior 195.50 4 Assistant Pr' ct Manager 164.30 Economic Development Analyst 159.00 Senior PosItIMS andir"Anculary Roles Inlcuding but not Limited to: 6 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 Mixed -Use Devempment Market Strategist NTE$159.D0 7 9 10 12 13 14 15 36 17 Ju for An 1 t 1 2 0 8 GISTrhnician 1 132.50 lunlarPosition and/or Ancillary Roles inkudingbut not Bmited to: 9 Urban Designer Marketing/Advertising Specialist Community Outreach Specialist Pubdc Retations/Media Specialist Graphic Designer Website Designer Social Media Specialist Videographer Photographer Video Editor Copywriter Business Analyst Junior FinanciatAnalyst Junior Urban Designer N7E $121.90 20 21 22 23 24 25 6 27 28 29 0 32 19 Docusign Envelope ID: 7DO86061-p C7-4300.8CB2-15CM65FCEF1 Coca= No. 24-005-13 EXHIBIT D APPROVED SUB -CONSULTANTS 1. The Riddle Company: retail attraction, retail market analysis, economic and neighborhood development, business development, business attraction. 2 Equitable Cities Consulting: public policy, economic development, climate justice. (REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK) 20 Docusign Errvebpe ID: 7D086061-A C7330D-BCB2-15C6"5FCEF1 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 undersigned is authorized to execute this affidavit on behalf of Entity ( endor Stgnatu Gina Lavery (Print Name) n/� 7 State of �(// / . County of Phi i lo�, Econsult Solutions. Inc. (Company Name) 1435 Walnut St 411 Fly. Philadelphia PA 19102 (Address) The foregoing instrumentwasacknowledged before meb means ofXphysicalpresence 0, pay of Dc C,JLDay or O online notarization, this /D. by G/ h tt. �-0. U✓ /- V i known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) nn ��cl�en 1/1-1rr✓ (Print Name) , My commission expires: O b 3 b I ComnraAraWlioi p«�"nn.nuH«,ry se,1 ALETNr1t "Johlo CoUry Publla yMMMlPI County My Cp oountub ❑plrn.r 112 lb, 201E Commlulon Number llIy913 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 & YOUNG LLP, AS THE SECOND -RANKED PROPOSER; HUNDEN STRATEGIC PARTNERS, INC., JONES LANG LASALLE AMERICAS, INC., AND PFM GROUP CONSULTING LLC, AS THE TIED THIRD -RANKED PROPOSERS; WILLOAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED PROPOSER; L.M. GENUINE SOLUTIONS LLC, AS THE SEVENTH -RANKED PROPOSER; ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER; GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED PROPOSERS; VISIONFIRST ADVISORS, AS THE ELEVENTH -RANKED PROPOSER; AND CAMBRIDGE ECONOMETRICS INC. AND ECONSULT SOLUTIONS, INC., AS THE TIED TWELFTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS. on May 15, 2024, the Mayorand 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-NO (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 was held on May 30. 2024; and WHEREAS, on August 6, 2024, the City received a total of 18 proposals; and WHEREAS, On September 11, 2024. the City Commission adopted Resolution No. 2024- 33225, shorllisting the following firms to be further considered in the RFO evaluation process; Accenture LLP, Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions, Inc., Emst & 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. Vision irst 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 Govemment 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 RFO: and WHEREAS, the Evaluafion 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 Amercas, 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 lied ninth -ranked proposers; VisionFirst Advisors, as the eleventh -ranked proposer; and Cambridge Econometrics Inc. and Econsult Sotubons, Inc., as the tied twelfth -ranked proposers; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to establish a pool of pre -qualified consultants for economic development consultant services; authorize the Administration to enter into negotiations with Daedalus Capital, LLC, as the first -ranked 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, Gorman 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 Administraton to establish a Pool of prequalified consultants for specific tasks relat ng to economic development consultant services; authorize the Administration to enter into negotiations with Daedalus Capital. LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third - ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer; L.M. Genuine Solutions LLC, as the seventh -ranked proposer, Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc., as the tied ninth -ranked proposers; VisionFirst Advisors, as the eleventh -ranked proposer, and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the bed 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�__ 0j 2024. Steven Meiner, Mayor ATTEST Nov 0 5 202, Rafael E. Granado, City Clerk APPROVED AS TO FORM 6 LANGUAGE 6F0 ECUTION Ic,1W) W24- C AttomeS �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 (RFQ) 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 ADMfNISTRATION TO ENTER INTO NEGOTIATIONS WITH DAEDALUS CAPITAL, LLC, AS THE FIRST -RANKED PROPOSER; ERNST & YOUNG LLP. AS THE SECOND -RANKED PROPOSER: HUNDEN STRATEGIC PARTNERS. INC., JONES LANG LASALLE AMERICAS, INC., AND PFM GROUP CONSULTING LLC, AS THE TIED THIRD -RANKED PROPOSERS: WILLDAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED PROPOSER; L.M. GENUINE SOLUTIONS LLC. AS THE SEVENTH -RANKED PROPOSER; ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER; GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED PROPOSERS: 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 solicitation is currently under the cone of silence BACKGROUNDIHISTORY The City is dedicated to fostering a robust economy that stimulates balanced growth by connecting business, community, people, and lobs 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"). The Consultants are wntracted 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-NO for Economic Development Consultant Services. On May 17, 2024. the RFQ was issued jointly by the City of Miami Beach, the Miami Beach Redevelopment Agency (RDA), and the North Beach Community Redevelopment Agency (CRA). A voluntary pre -proposal conference to provide information to proposers submitting a response was held on May 30, 2024. Two (2) addenda were issued. and 89 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on August 6, 2024. The City received a total of eighteen (18) proposals. On September 11. 2024. the City Commission adopted Resolution No. 2024-33225, shortlisting the following firms to be further considered in the RFQ evaluation process: Accenture LLP, Cambridge Econometrics Inc, Daedalus Capital. LLC, Econsult Solutions, Inc., Ernst & Young LLP, Goman York Property Advisers LLC, Hunden Strategic Partners, Inc.. Jones Lang Lasalle Amencas, Inc., L M. Genuine Solutions LLC. National Council for Community Development, Inc., PFM Group Consulting LLC, VisionFirst Advisors, and Wilidan Financial Services, Inc. The Evaluation Committee (the 'Committee'), appointed by the City Manager via Letter to Commission (LTC) # 318-2024, convened on September 26, 2024, to interview the shordisted firms. The Committee was comprised of Justin Kan, Economic Development Manager, Economic Development Department, Rogelio Madan, Development and Resiliency Officer, Planning Department: Colette Satchell, Senior Project Manager, Office of Capital Improvement Projects. and Luis Wong. Administrative Services Manager, Economic Development Department. The Committee was provided an overview of the request for qualifications and information relative to the City's Cone of Silence Ordinance and the Government in the Sunshine Law, general information on the scope of services, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ The evaluation process resulted in the ranking of proposers as indicated in Attachment A. A summary of each top -ranked firm is available upon request. The Administration has considered the qualifications of the top thirteen firms and finds them to be vaned 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 goals, mission, 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 protect. Does this Ordinance require a Business Impact Estimate? fFOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See SHE at: hntis. rrwww.miamlbe4ch0.goytcity-hallicitv-clerklmeetino-notieesf FINANCIAL INFORMATION I011-0531-000312-3&404--134-00-00-00 $100,0001 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 Amens, 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 Gorham 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 Econsua 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 Caywide Is this a "Residents Right to Know" item, Pursuant to City Code Section 2-17? No Is this item related to a G.O. Bond Project? No Was this Acterida Item initially requested by a lobbyist which. as defined in Code Sec 2481 includes a Principal engaged in lobbvmo? No If so, specify the name of lobbytst(s) and pnncipabs) Department Procurement Sponsorial Page 45 of 2497 Co-sponsor(s) Condensed Title Joint, Award RFQ 2024-005-ND. Economic Development Consultant Services. ED/PR Page 46 of 2497 I_ jj CX N O U � Qa O N � � N �v � O U V o o V O 5 s a _o m vu CL c a o 0 0 0 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meritlian Avenue, 3- Floor Miami Beach, Flonda 33139 www.miamibeachflBcvr 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 strikethrough, and additions are underlined). Qt. (In reference to Section 3 — Conflict of Interest, page 7 of bid packet) Considering the size of our firm (over 300,000 global employees), can disclosure of any immediate family member who is also an employee of the City of Miami Beach be limited to those of the personnel identified for this RFQ? At: 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@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ad miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, X�)a Natalia Delgado Procurement Contracting Officer III FaUEST FOR QUALIFICATIONS NO.20'!<-0DSND FOR ECONOMIC DIMLO MENT CONSULTANT SERVICES M I A M I B E A C H PROCURENENT D EN7 1755 Meridian Avenue,nue, 3- 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 D400, 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 omens: Experience and Qualifications of °m ° dde; (Tab 2) 60 Approach and Methodology (Tab 3) 40 TOTALPOINTS for Qualitative Criteria 100 Quantitative Criteria Maxnunn Points Veterans Preference 5 If. 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 1 MOE NOUN NO.1 REQUEST FORQUAdFK ATIONS NO.2a2"056ND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Florida 33139 w .miamibeachg.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�13.7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RF0 submission. Sincerely, Natalia Delgado Procurement Contracting Officer III 1 I ADDENDUM NO. i REQUEST FOR OUAU FICATIONS NO.2er4DOSND FOR ECONOMIC DEVELOMENT CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2024-005-ND Economic Development Consultant Services TABLE OF CONTENTS 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS MMMI BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued jointly by the City of Miami Beach, Florida (the "City"), the Miami Beach Redevelopment Agency (the 'RDA'), and the North Beach Community Redevelopment Agency (the VW), 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 fine or multiple fines with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formerly known as BidSync) (www.oedscooeholdinas.com or www.bidsvnc.00ml for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Bidder who has received this 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, firms 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 fine. Each future project will be awarded by a Consultant Service Order (CSO), including a negotiated scope of services and cost (by deliverable). In selecting the consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Award of this RFQ does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalifed 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, Sub -sections 3 and 6. All proposals will be evaluated in accordance with the criteria found in Section 0400. 3. ANTICIPATED RFO TIMETABLE. The tentative enhedule fnr this cnliritnfinn Ic ne fniinwe- RFQ Issued May 17, 2024 Pre -Proposal Meeting May 30, 2024, at 10:00 am ET Join on your computer or mobile app 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: Procurement Contact Teleohone Email. 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/clarifications will be sent to all prospective Bidders in the forth of an addendum. 5. PRE -PROPOSAL MEETING OR SITE VISIT(S). 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 meetina now Or call in (audio only) +1 786-636-1480 United Stales, Miami Phone Conference ID: 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 site 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 widen addenda will be binding and may supersede terms noted in this solicitation. The addendum will be released through Penscope S2G. Any prospective Bidder who has received this RFQ by any means other than through Periscope S213 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,IAMI BEACH 7. CONE OF SILENCE. This RFQ is subject to, and all Bidders are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2486 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 ralaelaranado(dmiamibeachfi.00v 8. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Bidders (or Bidder team members or sub -consultants) to determine qualifications (including, but not limited to, litigation history, regulatory action, or additional references) and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 9. BIDDER'S RESPONSIBILITY. Before submitting a response, each Bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 10. DETERMINATION OF AWARD. The City Manager/RDA Executive Director/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 Managers recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity, and skill of the Bidder to perform the contract. (2) Whether the Bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Bidden(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 Managers recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Managers recommendation and select another Proposal or Proposals that it deems to be in the best interest of the City, or it may also reject all Proposals. 11. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Bidder. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Bidders that no property, contract, or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to, approved by the City, and executed by the parties. 12. E-VERIFY. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility.' Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to vedfy 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 S2G (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.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications, and submit electronic bids, visit httos://www.miamibeachfi.gov/city-hall/orocuremenUfor-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 su000rt0bidsync.cem 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:l/selfservice.miamibeachfl.ciovtvssNendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, please submit them to vendorsu000rt(a)miamibeachfi.gov. 15. SUPPLIER DIVERSITY. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami - Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami -Dade County, click on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Periscope S2G, Supplier -to -Government). These are two different systems, and it is important that you register for both. Click to see acceptable certification and to register: httos:/Avww.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. Balance of Page Intentionally Left Blank VP ZWI BEACH SECTION 0200 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: httos:llwww miamibeachfl gov/city-hall/procuremendstandard-terms-and-conditionsl Balance of Page Intentionally Leff Blank MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S213 (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 induced 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 S2G (formerly BidSync) by contacting (800) 990-9339 (toll -free) or S2G611periscopeholdings.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 eledronicallvl. 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 information/documentation or any additional information from the Bidder or other source(s), including but not limited to any firth 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 Organizational Chart: An organizational chart depicting the relationship and reporting hierarchy for an urns, 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 firth or for a principal (include the name of the principal). 2.3 Similar Experience of Subconsultant(s)/Sub-contractor(s): Summarize projects in which the sub- consultant(s)/sub-contractors) and/or its principals have provided services similar to those defined herein. For each project, provide the following: project description, agency name, agency contact, contact telephone & email, and 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 subconsultant(s)/sub-contmctor(s) 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 dients, including detailed examples of services provided, which addresses Bidders approach and methodology to the following areas of work, including but not limited to: • General economic development services • Economic development strategic plans • Benchmarking • Competitive assessments • Asset -based economic development • Sustainable development • Costffnancial 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 • Community and stakeholder communications and outreach Balance of Paae Intendonalty Lek 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 contract to one (1) or more firms in accordance with Section 0100, Sub -section 12, or c. The City Manager may Recommend that the City Commission short-list one (1) or more firths 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 firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria Maximum Points Experience and Qualifications of Prime Bidder (Tab 2) 60 and 40 RTMIN,flrz—ffl� 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 Sedan 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Following the results of the evaluation of the qualitative criteria by the Evaluation Committee, the Bidders may receive additional points, which will be added by City staff. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code. 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Qualitative Points e2 74 60 Cpnnsn, w Quen8ta8ve Points 5 5 0 YarnMr 1 Total 87 79 a0 Ronk 1 2 Qualitative Points 62 85 72 Quantitative Points 5 5 9 Mambar2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 commluw Quantitative Points 5 5 0 Member2 Total 95 79 66 Low Aggregate Rank Score 1 3 2 7 9 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 shethe 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 Paige Intentionally Leff Blank APPENDIX A MIAMI BEACH Special Conditions RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFQ shall be for an initial term of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two-year renewal term or two (2) one-year renewal terms at the City Managers 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 Consultant's 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 MIAMI 13EACH 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, 3,d Floor Miami Beach, Florida 33139 Contract 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 Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal omoration 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 D(XXXXXX)OD XXXX7CXXXXXXXI, 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 QM 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 Imo, with XX renewal options, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit LXXX 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 SXXXX)O XX , for a total annual amount not to exceed 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 descdption of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: Pavables(a)miamibeachfi.00v SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY Contract No. XX-XXX-XX THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to Contract No. XX-XXX-XX the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS [NOTE: INSURANCE TYPES AND LIMITS BELOW SHOULD ALWAYS BE SAME AS WHAT WAS SPECIFIED IN BID DOCUMENTS] 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. General Liability, in the amount of $1,000,000 combined single limit, for bodily injury and property damage. The City of Miami Beach must be endorsed as an Additional Insured as their interest may appear. B. Consultant Professional Liability, in the amount of $1,000,000; and C. Workers Compensafion & 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). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. Contract No. XX-XXX-XX CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH 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-miamibeach(o)riskworks.com 6.9 Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 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 State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub -consultants, without the prior written consent of the City Manager. SECTION 10 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 — SPM, 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: 1. 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 FUR 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, inlersexuality, 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, N 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 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) CIVIL ACTION. (1) If a civil action is fled against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1)(b) if 8 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(cbMIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE 11 Contract No. XX-XXX-XX (A) A "Force Majeure" event is an event that (I) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (TT) 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 Teaming 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, (Tv) 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 Majeu a 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 parry's performance under the Agreement for a time period iF Contract No. XX-XXX-XX greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E- Verify system to verify the work authorization status of all newty 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 Tenn. 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 suboonsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. (3) A contract terminated under the foregoing Subsection (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 (8)(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 MISCELLANEOUS PROVISIONS iPAtd:fat: rc --1d: 1.7-16111111 M: 19 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 tens 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. i E'*�1 LL'L 4:La1 is --:7 ZFS1P A pary'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] 15 Contract No. XX-XXX-XX IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: Rafael E. Granado, City Clerk Alina T. Hudak, City Manager Date: FORCONSULTANT: WAI,y':'?., By: Print Name and Title Date: 16 Connect No. XX-XXX-XX EXHIBIT A SCOPE OF SERVICES 17 APPENDIX C MIAMIBEACH Insurance Requirements RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33)39 INSURANCE REQUIREMENTS The vendor shall maintain the below -required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (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 (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured - The City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor, including materials, parts, or equipment fumished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the forth of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach c/o 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 101634668 Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing agent, EXIGIS, at: Certif cater-miamibeachAriskworks.00m 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 spacial 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 Pace Intentionally Left Blank ATTACHMENT SUNBIZ $ PROPOSAL RESPONSE TO RFQ Drvisiory or Coaeonnnorvs I11YL:lUrl of ...... 26 ..ssi" ve uJ(irlW ihur o/f4rrWu wbvrr Laura Dent of Slate I n'rriswn M C paaa= I Search Rewds I ;;O=¢ PE /E N Number I Detail by FEI/EIN Number Foreign Profit Corporation ECONSULT SOLUTIONS, INC. EWag Infomrat'on Document Number F17000003681 FEI/EIN Number 46-1542565 Date Filed 08/15/2017 State PA Status ACTIVE 1435 WALNUT ST, 4TH FLOOR PHILADELPHIA, PA 19102 Malt 1435 WALNUT ST, 4TH FLOOR PHILADELPHIA, PA 19102 Begisterv"gent Name 6 Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name & Address Title President ANGELIDES, PETER 1435 WALNUT ST, 4TH FLOOR PHILADELPHIA, PA 19102 Title SecretaryfTreasurer GABRIELE, WENDY M 1435 WALNUT ST, 4TH FLOOR PHILADELPHIA, PA 19102 Title VP Conner -Ross, Ethan 1435 WALNUT ST, 4TH FLOOR PHILADELPHIA, PA 19102 I-Ti R11:1'TS1:Fi Report Year Filed Date 2022 01/24/2022 2023 01/25/2023 2024 02/16/2024 Doc,niwt lmaega 02/1& 0 4 --ANN UAI R PORT Yew Image In PDF bnnei O MS9023 _AUNUAI RFPoRT Yiew image In PDF bnmM 0V24M022-ANNUA1 REPORT Vlvx inns ein PDF f..t 01/1 3M021 - ANNl REPORT Vlew lmig in PIN final 01/192020-ANNUAL REPORT View impein PDF f..t View ima,e in PDF banal G/1MOIS-MNIJAI REPORT Vlew Image in PDF lwmel 0111 W017 - Fore on Prnfil Y image In PDF bm101 BID SUBMITTAL QUESTIONNAIRE SECTION f - E4lU CERfIFICAfION rURM This document is a REQUIRED FORM that must be submitted fully completed and submitted- sdiOtBaon NO: ee QtBtion rltlB: BID NUMBER PROJECT TITLE BIDDER. NAME: &meun Wu...lnc NO. OF YF RS IN BUSINESS. 11 NO. OF YEMSIN BU81NM LOC/LLLY, O NO. OF EMPLOYEES: 55 OTHER NRMI BIDDER HAS OPEWE O UNDER IN THE I T10 YEARS'. Ne RODER PRIMARY PODRESS IHEADQUPATERSI'. 1,U5 MInaSR AR F W r CITY'. PhnwephM STATE. P 91COOE'. 1.. TELERIONENO: 315A17. TOILFREENO: M M NO.: M BIODERLOCALABDRE$5: 1y V NR$M Rm, CITN PMMMPhb STATE'. INP, L 9PEO.E'. RRB, PRIMARVAL NTREPRE$ENTATNEFORTHISENG EMENT EmmuYSWuMmIne ASBOUNTREPTEIEPHONEN0: 3117174M ABCOUNT REP rou FREE NO.: 21 &71747n ACCOUNT REP EMAIL.IanI w wbalulbne.ewn DERAL.IBEMIEICAT.. bI... 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 pan of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Gina Lavery Gina Lavery SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt I Enter Inifial to Confirm Receipt Enter Inifial to Confirm I ReceiDt GL Addendum 1 Addendum 6 Addendum 11 GL Addendum 2 Addendum 7 Addentlum 12 Addendum 3 1 Addendum 8 1 1 Addendum 13 Addendum 4 1 Addendum 9 1 1 Addendum 14 Addendum 5 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 env of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 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: Montgomery County Planning Contact Individual Name and Title: Benjamin Kraft, Research Planner Address: 2425 Beadle Drive Telephone: 301-495-4536 Contact's Email: benjamin.kraft@montgomeryplanning.org Narrative on Scope of Services Provided, Project Budget, and Project Dates: Budget: 84,200 Project Dates: June 2023-November 2023 Narrative: Maryland -National Capital Park and Planning Commissionh _-s Montgomery County Planning Department (Montgomery Planning) is in the process of creating the Great Seneca Plan: Connecting Life and Science, which is an update to its 2010 Great Seneca Science Corridor Master Plan. Both plans seek to encourage mixed -use, life -sciences - focused development in the Life Science Center (LSC), the section in the Great Seneca Plan area that serves as the county0--s premier cluster of private life science activity. The LSC also includes the Universities at Shady Grove, the Adventist Healthcare Medical Center at Shady Grove, and the National Cancer Institute. The current Great Seneca Plan update seeks to reinforce and catalyze the mixed -use land use and placemaking principles established in the 2010 plan, with an emphasis helping to address the countyfi_ _ s housing crisis and make the LSC more competitive as a hub of economic activity. To inform this plan update as well as the countywide approach to planning for the life science industry more generally, Montgomery Planning engaged ESI to provide its expertise regarding economic development best practices for the life science industry. While the report provides background and best practices related to the life science industry in a broad sense, including topics such as entrepreneurship and workforce development, its main focus is on the real estate needs of the life science industry, how they related to the competitiveness of life science clusters, and the feasibility of co -locating housing on or near sites with existing life sciences or healthcare uses in the LSC and the rest of Montgomery County. ESI conducted economic and real estate analyses to understand the current areafi_ , s competitiveness for attracting new life sciences investment and development and the steps needed to bolster the industry. We conducted stakeholder interviews with leaders in the life sciences space, including developers, economic development professionals, and innovation experts, and provided case studies of other competitive innovation districts to understand organizational structure, funding, and foundational history and their approaches to supporting mixed -use development. Strategic recommendations were developed for Montgomery Planning recognizing that sound land use policy is be pivotal to facilitating the right types of life sciences and complementary real estate development over the next decade, and that there are critical elements of the life sciences ecosystem that will require more strategic and intentional involvement from regional institutions, economic development organizations, and the public and private sectors. Reference No.2 Firm Name: Visit Philly Contact Individual Name and Title: Angela Val, CEO Address: 2005 Market St, #3700 Philadelphia, PA 19103 Telephone: 215-599-0776 Contact's Email: angela@dvisitphilly.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Dates: This client had various projects from 2015 to 2022 Budget: averaged 30,000 per project Econsult Solutions, Inc. (ESI) was retained by Visit Philadelphia to quantify the impact of tourism in the Philadelphia region each year from 2015-2022. To do so, ESI combined numerous industry data sets and modeling techniques to produce reliable and granular estimates of industry performance and impact. ESI also generated reports and summary context that help to provide context for industry performance and communicate its impact to key audiences. ESI employed index modeling techniques to estimate regional visitation trends. This approach used a variety of statistical inputs of industry performance, including hotels, attractions, transportation, and employment to estimate visitation trends by season and segment. Estimates were generated by visitor type (day and overnight), trip purpose (leisure and business) and geographic location (city and suburbs). Visitor spending was estimated as a function of growth in visitation and changing patterns in per capita visitor spending, which are derived through a broad i... IbasketAE]0 of indicators on consumer behavior, industry performance, and economic measures like inflation. Visitor spending was translated into economic impact using industry standard input-output modeling and into tax revenue impacts for state and local government. This economic analysis was enhanced through use of industry data sets such as leisure and hospitality employment, business establishment data in visitor -serving sectors, and municipal tax data to provide additional context on the impact of the tourism industry on the local economy. ESI has used spatial analysis to track the distribution of tourism activity into Philadelphiai_LJs neighborhoods, longitudinal analysis to benchmark PhiladelphiaifL Is tourism growth relative to national and peer trends over time, and other custom analyses that help shed additional light on important trends in the local tourism economy and communicate its importance to policymakers. Reference N0.3 Firm Name: Philadelphia INdustrial Revitalization Corporation (PIDC) Contact Individual Name and Title: Kate McNamara, Executive Vice President, Navy Yard Address: 4747 South Broad Street, Building 101, Suite 120, Philadelphia, PA 19112 Telephone: 215-882.1883 Contact's Email: kmcnamara@pidcphila.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Project Dates: October 2020- November 2023 (multiple projects) Budget: Ranged from 10,000 to 25,000 based on the project The Navy Yard is a successful repositioning story of turning the once bustling Philadelphia Naval Shipyard into a modern, commercial campus. Its legacy as a major economic driver is restored through the proactive interventions by PIDC, and today the Navy Yard is a campus of technological innovation, food production, and fashion, and is one of the region -.s most vibrant employment hubs. During its peak in World War It, the Philadelphia Naval Shipyard employed 40,000 people. After operating for nearly 200 years, the Philadelphia Naval Shipyard officially closed in 1"6. With a large piece of industrial heritage and economic production closed, PIDC, on behalf of the City of Philadelphia, acquired the former naval shipyard and commenced the effort of transitioning the site to new uses. PIDC invested significantly in infrastructure at the Navy Yard, and in 2004 commissioned the first Master Plan for the Navy Yard. In 2020, ESI was hired by PIDC to evaluate the economic impacts of the redevelopment of the Navy Yard. ESI has additionally supported PIDC in 2022 and 2023 with revised analyses of the Master Plan of the campus. Since 2002, PID000s strategic business attraction effort has led to $1.7 bBlion in construction at the Navy Yard, with more to come with the potential redevelopment of the Mustin and Historic Districts. In total, the redevelopment has resulted to the return of significant employment to the Navy Yard, with 15,000+ employees now working in a diversity of jobs, including office including in the life sciences and biotechnologyfi-"sectors strategically important for the Philadelphia economy. 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? 0 YES 0 NO If answer to above is "YES; bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County that have been certified as Small or Disadvantaged Business by Miami -Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County? 0 YES F-12--] NO SECTION 8 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Ente rise Certification by 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, Ivan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying; in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 of 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: Gina Lavery Gina Lavery SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of 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. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Tille of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Gina Lavery Gina Lavery 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 https://Iibrarymunicodeggmifl/miami beach/codes/oode of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR 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 rafaelgraDjd-Q@xa amibeachfl gpy . 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. FCTION 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 http'//www miamibeachfl.gov/city= b&procuremenUprocurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? YES p� NO Bidder adopts the City of Miami Beach Code of Business Ethics? 0 YES 0 NO SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN CONTh18UTION REQUIRE ,'LNTS 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 (bUp&1/kmrymunicode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO ID V3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (b.Upaj&brerv.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 — NON-DISCRIMINATION The Non -Discrimination ordinance is available at: bgps://Iibrary.municode.com/fl/miamq beach/oodes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR $2-375NSCCOREWA 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. - FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: hitps://Iibrary.municode comlfllmiami beach/codes/code of ordinances? nodeld=SPAGEOR CH62HUREARTVFACHOR 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: tlttps://www.flsenate.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, j)!(bs://Iibrarv.municode comM/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 Flodda? = YES p� NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Govemment? 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 States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? p� YES = NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? p� YES = 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 x x Sick Leave x x Family Medical Leave x x Bereavement Leave x x 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 ES'ECONSULT SOLUTIONS INC. economics I strategy I insight Economic Development Consultant Services Proposal for the City of Miami Beach Date: July 1, 2024 Bid 2024-005-NO Submitted to City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Submitted by Econsult Solutions, Inc. 1435 Walnut Street, 4th Floor Philadelphia, PA 19102 In partnership with: The Riddle Company and Equitable Cities Consulting 1435 WAL%UT STaFFT, 4-' FLOON, CHILADFL9HIA, PA 19102 1 21, 717-277 1 EC ON$UL71OL690NS. CO EIe,ECONSULT �7 SOLUTIONS INC. economics I strategy I Insight Solutions for ECONOMIC DEVELOPMENT I EQUITY AND INCLUSION GOVERNMENT AND PUBLIC POLICY I LITIGATION SUPPORT REAL ESTATE I TRANSPORTATION AND INFRASTRUCTURE UNIVERSITIES AND HOSPITALS Thought Leadership ESI Center for the Future of Cities Analytics and Methodologies I BENEFIT -COST ANALYSIS FINANCIAL MODELING AND MARKET ANALYSIS GEOSPATIAL ANALYSIS IMPACTANALYSIS PERFORMANCE BENCHMARKING I PREDICTIVE AND SCENARIO ANALYSIS I STATISTICAL AND BIG DATA ANALYSIS I STRATEGIC PLANNING AND FACILITATION I SURVEYS AND PRIMARY RESEARCH ECONSULT E 'SOLUTIONS INC. economics l strategy l insight July 1, 2024 Natalia Delgado City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Via email: NataliaDeleadogDmiamibeachfl.aov Dear Ms. Delgado, On behalf of Econsult Solutions, Inc. (ESI(, The Riddle Company, and Equitable Cities Consulting, collectively referred to as the ESI team, I am pleased to submit this proposal in response to the Request for Qualifications issued by the City of Miami Beach, the Miami Beach Redevelopment Agency, and the North Beach Community Redevelopment Agency (the "City") to provide on -call economic development consulting services on an "as needed" basis. ESI will serve as the prime contractor for this engagement with The Riddle Company and Equitable Cities Consulting serving as subconsultants. The ESI team offers a diverse set of backgrounds and capabilities, making us the ideal candidate to support the economic development work of the City in the following areas as identified in the RFQ: • General economic development services, strategic planning, and incentive plan development • Market studies, including benchmarking, competitive assessments, as well as all required data collection and management • Cost/financial modeling and real estate fiscal analysis • Cost -benefit analysis • Workforce trend analyses and industry assessments • Economic forecasting and economic impact analysis • Business development strategies • Workforce/affordable housing The ESI team is pleased to present a team of economists and planners with who on advise the City on a wide variety of economic development tasks. Our project staff represents a "best in class" team, offering an excellent track record in local and national real estate analysis, economic and fiscal assessment, and urban public policy expertise. Our team's advantages include: A strong understanding of the issues impacting small and medium-sized communities located in economically diverse and highly competitive regions. Experience working in and around the City of Miami Beach. A strong background in econometric modeling, real estate market analyses, return on investment studies and other quantitative skills. 1435 WALNUT STREET, 4'" FLOOR, PHILADELPHIA, PA 19102 1 215-717-2777 1 ECONSULTSOLUTIONS.COM Economic Development Consultant Services: Proposal for the Cky of Miami Beach July 1, 2024 Significant experience examining economic and demographic conditions, real estate market trends, and factors affected affordability. Extensive experience in the local and regional market for both the public and private sectors on real estate, transportation, and economic development projects. National expertise on topics affecting urban communities, including economic recovery strategy and evaluating opportunities to develop equitable growth strategies and incentives. Should you have any questions regarding our capabilities or wish to discuss any aspect of the contract in further detail, please do not hesitate to contact us. We look forward to hearing from you. Sincerely, Gina Lavery, Executive Vice President & Principal Lavervfaeconsultsolutions.com ESI Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Table of Contents Tab 2: Experience and OrganizationalChan ..... ................................. _ ............................................................................................... 1 2.1. Qualifications of Bidder ................................... .................................................................................... 9 2.2. Similar Experience of Sub -consultants ............................................................................................... 15 2.3. Evidence of Prior Working Experience ............................................................................................... 17 Tab 3: Approach and Methodology Approach to Project Management ................................................................................................................. 19 General and Asset -Based Economic Development and Strategic Plans ......................................................... 20 Economic Development Incentive Plans ........................................................................................................ 21 Benchmarking and Competitive Assessments ................................................................................................ 22 Cost/Financial Modeling and Real Estate Development Fiscal Analysis .........................................................22 Cost -Benefit Analysis ...................................................................................................................................... 23 Workforce Trends and Target Indus" Analysis ......................... ...................................... ................... ....... 24 EconomicForecasting ................................................................ ................................................................ _.24 EconomicImpact Analysis .............................................................................................................................. 25 Business Development Strategies .................................................................................................................. 26 Workforce/Affordable Housing ...................................................................................................................... 26 ES' Table of Contents I Page I Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 This page is intentionally left blank. E5' Page ii 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. Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Tab 2: Experience and Qualifications Organizational Chart For each task order, ESI will assemble a team matching our expertise and relevant capabilities to the requirements of the outlined assignment. Based on the needs of the City, we will call on our team of subconsultants and network senior advisors for task orders based on their knowledge and expertise. Support staff from each organization will perform a range of project functions under the direction of one or more senior and technical staff. These functions include basic research, design services, and administrative support. The use of support staff for appropriate functions will help to limit project costs while maintaining the quality of all materials. In the lead role, ES] will take full responsibility and provide management oversight throughout the duration of each task to ensure satisfactory completion. The organization chart below shows how our team will divide tasks and responsibilities. PMp1*ln- clp M sonM AdWsor I sub- L_-__________ ahCar cano-xw sudrsper w swBsparAsrt Econsult Solutions Partnering Firm ES1Tab 2: Experience and Qualifications I Page 1 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1. 2024 Gina Lavery, M.C.P. Executive Vice President & Principal I Principal -in -Charge ES,ECONSULT SOLUTIONS WC. Areas of Expertise Economic Development Transportation Planning Real Estate Public Policy Spatial Analysis Data Visualization Education V C'P., University of Pennsylvania, 2016 B.A., Political Science & European History University of Pennsylvania 2009 Gina Lavery is an executive vice president and principal of ESI. At ESI, Gina leads projects in the areas of economic development, real estate, and transportation. She has completed numerous economic, fiscal, and social impact studies for economic development initiatives, master plans, and policy decisions for private and public sector clients. With previous experience in public policy and advocacy, she understands the importance of communicating complex economic dynamics for broad audiences. Current Positions Executive Vice President & Principal, Econsult Solutions 2024-Present Philadelphia, PA Lecturer, Weitzman School of Design, University of 2020-Present Pennsylvania Past Positions Senior Vice President & Principal, Econsult Solutions 2020-2024 Philadelphia, PA Director, Econsult Solutions 2018-2020 Philadelphia, PA Associate Director, Econsult Solutions 2017-2018 Philadelphia, PA Research Analyst, Jones Lang LaSalle 2016-2017 Philadelphia, PA Associate Director, Government Affairs, University of 2012-2016 Pennsylvania Philadelphia, PA Coordinator for Federal Affairs, University of Pennsylvania 2009-2012 Philadelphia, PA Select Project Experience New York City's Nightlife Economy: Performed a study to estimate the direct, indirect, and induced economic impact of nightlife attivity in New York City. Analysis assessed current and historical trends within each borough. Impact of Commercial As -of -Right Incentives in New York: Assessed New York Cites commercial as -of -right incentive programs to assess their effectiveness and to identify potential reforms to increase program efficiency and support equitable development throughout the city. Economic and Workforce Impact Analyses of the Philadelphia Navy Yard: Evaluation of the economic and social impacts of the existing Navy Yard campus and 20-year Master Plan. ar St Tab 2: Experience and Qualifications I Page 2 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Peter A. Angelides, Ph.D., AICP President & Principal E$'ECONSULT WLUTKNNS INC. Areas of Expertise Real Estate Transportation Economic Development Tax Policy Gaming Litigation Education Ph.D,, Economics, University of Minnesota 1998 M.S., Economics, University of Minnesota 1996 M.C.P., University of Pennsylvania 1988 B.A., Urban Studies, University of Pennsylvania 1987 Dr. Peter Angelides is president and principal of ESI and a member of the teaching faculty at the University of Pennsylvania. Dr. Angelides has high- level expertise in both economics and city planning, applying critical economic thinking to projects in real estate, economic development, transportation, tax policy, valuation and litigation. He assists clients in many industries, including real estate development, transportation, local and regional government, affordable housing, gaming, utilities, and insurance. Current Position President & Principal, Econsult Solutions 2020-Present Philadelphia, PA Past Positions Lecturer, Jefferson University 2021 Philadelphia, PA Lecturer, University of Pennsylvania 20D4-2020 Philadelphia, PA Senior Vice President & Principal, Econsult Solutions 2013-2020 Philadelphia, PA Vice President, Econsult Corporation 2008-2013 Philadelphia, PA Director, PricewaterhouseCoopers 2001-2D08 Philadelphia, PA Senior Associate, Charles River Associates 1999-2001 Washington, DC Consultant, Putnam, Hayes & Bartlett 1997-1999 Washington, DC Urban and Environmental Planner, Wallace Roberts & Todd 1990-1992 Philadelphia, PA Select Project Experience USDOT RAISE Grants (formerly BUILD and TIGER grant applications): Dr. Angelides has provided benefit -cost analyses for several applications over the years under the RAISE, BUILD, and TIGER grant programs. Economic Development and Retail Plans: Specific locations include Williamsburg, VA; Media PA; Ohio City, OH; Coatesville, PA; and Reading Terminal Market. ES1Tab 2: Experience and Qualifications I Page 3 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 David Stanek Ph.D. Vice President ( Project Director ES'ECONSULT $OLUTION$ INC. Areas of Expertise Transportation Land Use and Zoning Research Methods Local Public Finance GIS Property Value Impacts Education Ph.D., City and Regional Planning, University of Pennsylvania 2020 David Stanek, Ph.D., is a vice president at ESI and an urban planner who specializes in combining data science techniques, geographic information systems, and qualitative research methods to evaluate the role and influence of economic development and land use interventions on residents, places, and municipal budgets. Prior to joining ESI, he was a land use and zoning researcher at the Penn Institute for Urban Research. He has taught land use, urban policy, and public finance at Rutgers University and Hunter College and has consulted on projects for a variety of clients including the World Monuments Fund, Arup, the William Penn Foundation, Ford Foundation, USAID, the Urban Institute, and WSP as well as several municipal governments. Current Position Vice President, Econsult Solutions 2023-Present Philadelphia, PA Director, Econsult Solutions 2022-2023 Philadelphia, PA Land Use Zoning Researcher, University of Pennsylvania 2021-Present Philadelphia, PA Past Positions Adjunct Professor, Hunter College 2019-2021 New York, NY Lecturer, Rutgers Business School 2013-2021 M.A., City and Regional New Brunswick Planning, Rutgers University Select Project Experience 2011 GAIT Business Case Development for New Jersey Transit: Ongoing work with B.A., International Relations the Center for Advanced Infrastructure and Transportation (GAIT) at Rutgers and Music Composition, Lehigh University University to develop astandardized framework for evaluating the relative 2005 merits of NJ TRANSIT'S capital projects New York Metropolitan Transportation Council Regional Waste Movement Study: Eighteen -month research study to evaluate present and current movement of waste throughout the New York metropolitan region. Freddie Mac Land Use Index: Ongoing project to construct a nationwide dataset of land use regulations in partnership with the Penn Institute for Urban Research at the University of Pennsylvania as part of a three-year project sponsored by Freddie Mac. Using a combination of brute force data collection and machine learning methods, this National Land Use Restrictive Index shows the maximum number of housing units that can be built under existing zoning regulations. ESITab 2: Experience and Qualifications I Page 4 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Brian Licari Vice President Areas of Expertise Project Management Data Analysis Economic Development Urban Planning Impact Analysis Education Certificate in Commercial Neal Brian Licari is a vice president at ESI. His Career background and interests are in analyzing, developing, and implementing economic development and community revitalization strategies ranging in scale from the grassroots neighborhood level to regional business development efforts. With direct work experience in the public, private, nonprofit, and academic sectors, he has a deep understanding of the needs and motivations of stakeholders at different levels of local, regional, state, and national involvement. Mr. Licari has extensive experience working with multidisciplinary project teams and distilling and communicating complex information to support policy and decision making. He thrives at all levels of communication, including community and stakeholder engagement, client management, training facilitation, staff mentoring, presentation material development, public speaking, and technical writing. Current Position Vice President, Econsult Solutions 2023-Present Philadelphia, PA Past Positions Senior Associate, Development Strategies, Inc. 2011-2023 Philadelphia. PA/ St. Louis. MO Estate, Cornell University Government Services Consultant, Bronner Group ULC, 20081 2021 Chicago, It Certificate in Geos phial Implementation Specialist, Operations Redesign, New York 2005-2008 Analysis a visualization, City Department of Buildings, New York, NY University of Illinois at Chicago Select Project Experience zolo Montgomery County (MD) Life Sciences Real Estate and Land Use M.A., Urban Planning, Robert E. Wagner school of Public Compatibility Study: Analyzed economic and real estate data related to life service, New York University sciences development trends in the county, conducted best practices 2005 research on innovation districts, and devised strategies for bolstering the B.A., Psychology, University of county's innovation ecosystem. North Carolina at Chapel Hill Philadelphia City Planning Commission (PCPC) Best Practices In 000 Comprehensive Planning: Worked closely with PCPC to develop summaries of leading practices in comprehensive planning across a series of topics framed within the lens of equity, including, but not limited to housing, education, public realm, neighborhoods, and zoning. This included identifying key aspects with the Comprehensive plans of peer cities and documenting national research on each area. Real Estate Development Market Studies: Conducted market studies for wide range of real estate projects, including proposed mixed -use development for Low -Income Housing Tax Credit (LIHTC) applications and evaluating the feasibility of Transit Oriented Development (TOD). Es 51 Tab 2: Experience and Qualifications I Page 5 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1. 2024 Anne Bovaird Nevins ESI Senior Advisor EQ,ECONSULT ��llll SOLUTIONS INC. Areas of Expertise Economic Development Community Development Small Business Finance Business Attraction and Retention Inclusive Growth Strategies Anne Bovaird Nevins is a senior economic and community development executive with nearly two decades of experience in the field. Anne currently serves as Director of Economic Development with Accelerator for America (AFA), a national nonprofit organization that finds and develops solutions to drive equitable economic and community development and shares them with cities to create national change from the ground up. Accelerator for America is led by an Advisory Council comprising mayors, corporate and non-profit executives, and labor leaders from across the U.S. Mayor lane Castor of the City of Tampa is an active member of AFA's Advisory Council. In her current role, Anne leads AFA's technical assistance and capacity - building work related to economic and community development, including supporting 14 communities across the country through the U.S. Department of Transportation's Thriving Communities program. Through this program, Anne is supporting the Broward Metropolitan Planning Organization and its community partners to develop a toolkit that will advance transit -oriented development along key corridors. Additionally, Anne leads AFA's Data for Housing Solutions initiative to replicate and scale more data -informed solutions to affordable housing needs across 17 cities, including Tampa. Prior to joining AFA, Anne served as President of PIDC, Philadelphia's official Real estate economic development corporation, with the mission to spur investment, Education support business growth, and foster developments that create jobs, revitalize MBA, The Wharton School neighborhoods, and drive inclusive growth to every corner of Philadelphia. University of Pennsylvania Anne held a variety of leadership roles over 16 years with the organization, 2007 including leading PIDC throughout the COVID-19 pandemic. B.A., Political Science Anne's leadership was integral to Philadelphia's efforts to respond to the University of Pennsylvania 1999 pandemic, restart the economic momentum of the city, and position Philadelphia to recharge and reimagine the cites economic future. Under her leadership, PIDC deployed over $71 million in COVID-19 relief to more than 5,200 small businesses. Over 65%of the COVID-19 small business relief dollars through PIDC were delivered to minority -owned enterprises. Anne also ensured that PIDC advanced critical, long-term priorities to drive equitable and inclusive economic growth in Philadelphia. During her tenure, PIDC invested more than $32 million in 16 commercial and mixed -use projects led by developers of color throughout Philadelphia. Anne also oversaw the selection of Ensemble/Mosaic as the new development partner for 109 acres at the Navy yard, which will deliver $2.5 billion of investment, more than 4.5 million square feet of commercial and retail development, more than 4,000 units of residential development, and represents an unprecedented commitment to diversity, equity, and inclusion. Under Anne's leadership, PIDC recently announced the search for a new development partner for the Lower Schuylkill Biotech Campus to develop 40 riverfront acres in Southwest Philadelphia that will catalyze inclusive economic growth. EstTab 2: Experience and Qualificadons I Page 6 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Catherine Timko President, The Riddle Company Catherine Timko is the founder of The Riddle Company, an economic and real estate development marketing firm and a Senior Advisor at ESI. Catherine is a nationally recognized expert on downtown and neighborhood retail development and attraction. She has advised communities and investors on the use of economic development programs and financing and has been instrumental in the development of tools to advance retail attraction and investment. The retail plan created for Center City Philadelphia and the retail investment campaign, THE "Be In On It", achieved national recognition and resulted in significant new RIDDLE COMPANY retail investment. Stdo" 1 ImplemmNdnn I in", Ms. Timko is a city planner who, earlier 1n her career, worked for the City of Areas of Expertise Miami Beach as the project manager for South Pointe (Soli District) and Wallace, Roberts and Todd (Miami Office) focusing on downtown planning Retail Attraction and economic and commercial revitalization. She has been involved in more Retail Market Analysis than 100 downtown and economic development planning and marketing Economic and Neighborhood projects nationwide including in South Florida. She has been instrumental in Development the development of critical financing and marketing tools while working in Business Development local government and as a consultant to public and private investors. Business Attraction Catherine has a strong understanding of the regional economic Education competitiveness and market dynamics having completed projects for communities and clients in Georgia and Florida. B.S., Urban Studies university of Delaware In the past 30 years, she has consulted with communities, economic development organizations, and BIDS of all sizes in Pennsylvania, Maryland, New Jersey, Virginia, Georgia, and Washington, D.C., advising them on retail and business attraction programs and business development initiatives with measurable success. Public experience includes projects for the City of North Miami Beach, West Palm Beach C DA, Downtown DC BID, Invest Atlanta, Washington DC Economic Partnership. Catherine is an active member of APA, PADA, IEDC, ULI, and ICSC, and is the former Dean for Economic Development for ICSC University of Shopping Centers. Select Project Experience Downtown Retail Strategy, Center City District PHI.: Completed in 20D9; Implementation through 2020 Employment Strategy —DowntownDC BID: Completed 2023 Business Attraction/Branding Strategy — North Miami Beach ESITab 2: Experience and Qualifications I Page Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Sylvie Gallier Howard Founder and CEO, Equitable Cities Consulting Sylvie Gallier Howard is a Senior Advisor at ESI and Founder & CEO of Equitable Cities Consulting, a practice focused on expanding the field and impact of inclusive, equitable economic development. Sylvie Gallier Howard has extensive experience leading organizations and diverse teams in the non- profit, private and public sectors. In her most recent tenure as Acting Commerce Director and as a cabinet member of Philadelphia's City government, she spearheaded economic development planning and implementation processes for the City in areas of inclusive growth, workforce development, equitable entrepreneurship and recovery. Just weeks after the equitable COVID-19 shut -downs and the successive civil unrest, she oversaw the creation of two distinct emergency grant programs to support small, Black Clues and brown businesses. Other notable accomplishments include serving as co - lead for the city s bid for Amazon's HQ2, spearheading the development of a public -private partnership to develop the region's global identity and Areas of Expertise overseeing the City's first comprehensive incentive analysis. She also initiated Public Policy the launch of Kiva City Philadelphia, a zero -interest micro -business loan Economic Development program, and was part of a small team that led the Cites successful effort to become the first World Heritage City in the U.S. Climate Justice Education Prior to joining government, Sylvie spent her career in the non-profit sector and running her own small business. For six years, Sylvie was the Principal and M.S., Sociology —Gender Founder of Clementine Consulting, providing guidance to non -profits and Studies, Facultad Latinaamericana de Ciencias social enterprises working in areas such as education, social justice, economic Sociales development and immigration. Sylvie has also served as the Executive Director of two community -based non -profits in Philadelphia: The Northwest Fund and The Empowerment Group. At the Empowerment Group, B.A., international Relations, Sylvie started Philadelphia's first bilingual Spanish -English entrepreneurship Barnard College training program. Sylvie serves on the board of directors of the Fund for the School District of Philadelphia and Independence Charter School. She is fluent in Spanish and French. Since starting Equitable Cities Consulting in January 2021, Sylvie has worked on projects related to digital equity and tech workforce development, global best practices for embedding workforce development into innovation districts in New South Wales, building workforce development pipelines between schools and employers for the US Navy supply chain, and building a course for the Federal Reserve Bank targeting small cities cohorts to develop equitable small business recovery strategies embedded in racial equity. Sylvie is currently supporting the equitable economic development of focused urban revitalization projects in Trenton and Baltimore and is co-authoring a global toolkit for Mayors to achieve a just and equitable transition as they enact climate change actions. ESITab 2: Experience and Qualifications I Page 8 Economic Development Consultant Services: Proposal for the City of Muni Beach July 1. 2024 2.1. Qualifications of Bidder Firm Overview Econsult Solutions, Inc. (ESI) is a boutique consultancy providing analysis and insights at the intersection of economics, planning, and public policy. We leverage the skills and experience of our team to help our clients find practical solutions to their complex challenges. ESI provides non-profit organizations, businesses and public policy makers with economic consulting services and advisory services in the following practice areas: • Economic Development • Real Estate • Equity & Inclusion • Thought Leadership • Government & Public Policy • Transportation & Infrastructure • Litigation Support • Universities & Hospitals ESI has deep expertise in urban economics and the interrelated issues of equitable economic development, human capital, infrastructure, and land use in cities and metropolitan regions. Our interdisciplinary team of economists, planners, and policy experts bring a unique combination of quantitative skills and expertise to deliver rigorous analysis and solutions. Our clients include government and quasi -government organizations, private sector businesses, economic development agencies, and research organizations, with much of our work occurring at the intersection of the public and private sector. Staff members have outstanding credentials, including active positions at the university level, hands on experience within the public policy process, and extensive consulting experience. The diverse skills sets of our staff and advisory board enable us to leverage appropriate subject matter expertise, technical skills and experience for each engagement. ESI applies our expertise and interdisciplinary approach to help improve the '✓• environments in which we work and live. Based in Philadelphia, ESI supports clients nationwide. The firm has been recognized as one of the fifty most community -minded --' companies in Pennsylvania, New Jersey, and Delaware in 2021, 2022, and 2023 by the Civic 50 of Greater Philadelphia. ESI is a certified small business and S-Corporation organized under the laws of the Commonwealth of Pennsylvania that works nationally and internationally to offer a one -of -a -kind blend of cross -discipline experience and strategy. The 'Econsult' business has been in continuous operation since 1979 with the founding of Econsult Corporation. Our work reflects our commitment to driving positive, lasting economic change, and building stronger communities in measurable ways. The firm also boasts a racially and ethnically diverse staff and has a long history of participating in and leading teams that are racially and ethnically diverse. Social responsibility is an integral part of our philosophy. Members of our team sit on the boards of and volunteer for community -based organizations. E$' Tab 2: Experience and Qualifications I Page 9 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 The Great Senaca Plan: Connecting Life and Science Maryland -National Capital Park and Planning Commission, Montgomery County, MD 12023 Maryland -National Capital Park and Planning Commission's Montgomery County Planning Department (Montgomery Planning) is in the process of creating the Great Seneca Plan: Connecting Life and Science, which is an update to its 2010 Great Seneca Science Corridor Master Plan. Both plans seek to encourage mixed -use, life -sciences -focused development in the Life Science Center (LSC), the section in the Great Seneca Plan area that serves as the county's premier cluster of private life science activity. The LSC also includes the Universities at Shady Grove, the Adventist Healthcare Medical Center at Shady Grove, and the National Cancer Institute. Client Contact The current Great Seneca Plan update seeks to reinforce and catalyze the mixed -use land use and placemaking principles established in the 2010 plan, Benjamin Kraft with an emphasis helping to address the county's housing crisis and make Research Planner Montgomery County Planning the LSC more competitive as a hub of economic activity. 242S Reedie or Silver Santis MD, 20902 To inform this plan update as well as the countywide approach to planning benamn1c aft@momnomervolan for the life science industry more generally, Montgomery Planning engaged 30149mi ESI to provide its expertise regarding economic development best practices 5 i536 301-495 for the life science industry. While the report provides background and best practices related to the life science industry in a broad sense, including Star[ Date: June 2023 topics such as entrepreneurship and workforce development, its main focus End Date: November 2023 is on the real estate needs of the life science industry, how they related to the competitiveness of life science clusters, and the feasibility of co -locating Project Partners: housing on or near sites with existing life sciences or healthcare uses in the Comer: International LSC and the rest of Montgomery County. ES] conducted economic and real estate analyses to understand the current Analytical Capabilities area's competitiveness for attracting new life sciences investment and Real Estate saartat Anahsis development and the steps needed to bolster the industry. We conducted land use and Site Selection stakeholder interviews with leaders in the life sciences space, including Analysis Best P.actices Research and developers, economic development professionals, and innovation experts, Analysis and provided case studies of other competitive innovation districts to Strategic Recommendations understand organizational structure,funding, and foundational history and their approaches to supporting mixed -use development. Strategic recommendations were developed for Montgomery Planning recognizing that sound land use policy is be pivotal to facilitating the right types of life sciences and complementary real estate development over the next decade, and that there are critical elements of the life sciences ecosystem that will require more strategic and intentional involvement from regional institutions, economic development organizations, and the public and private sectors. Read the study here: https://montgomeNplanning.org/wp- content/uploads/2024/01/Monteomew-County-Life-Sciences-Real-Estate- and-Land-Use-Comoatibilitv-Studv January-2024.odf Es' Tab 2: Experience and Qualifications I Page 10 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Tourism as an Economic Engine for Greater Philadelphia Visit Philadelphia, Philadelphia, PA 1 2015-2022 ESI was retained by Visit Philadelphia to quantify the impact of tourism in the Philadelphia region each year from 2015-2022. Client Contact Angela Val CEO Visit Philly Was Market Street 113900 Phi ideipnia, PA 19103 neelal®visitnhiliv.cam 215-599-0716 To do so, ESI combined numerous industry data sets and modeling techniques to produce reliable and granular estimates of industry performance and impact. ESI also generated reports and summary context that help to provide context for industry performance and communicate its impact to key audiences. ESI employed index modeling techniques to estimate regional visitation trends. This approach used a variety of statistical inputs of industry performance, including hotels, attractions, transportation, and employment to estimate visitation trends by season and segment. Estimates were generated by visitor type (day and overnight), trip purpose (leisure and business) and geographic location (city and suburbs). Visitor spending was estimated as a function of growth in visitation and changing patterns in per capita visitor spending, which are derived through a broad "basket" of indicators on consumer behavior, industry performance, and economic measures like inflation. Visitor spending was translated into economic impact using industry standard input-output modeling and into tax revenue impacts for state and local government. Star[ Date 2015 This economic analysis was enhanced through use of industry data sets End Date 2022 such as leisure and hospitality employment, business establishment data in Analytical Capabilities visitor -serving sectors, and municipal tax data to provide additional context Economic Impact Analysis on the impact of the tourism industry on the local economy. ESI has used Fiscal impact Analysis spatial analysis to track the distribution of tourism activity into Philadelphia's neighborhoods, longitudinal analysis to benchmark Philadelphia's tourism growth relative to national and peer trends over time, and other custom analyses that help shed additional light on important trends in the local tourism economy and communicate its importance to pol icyma kers. Es' Tab 2: Experience and Qualifications I Page 11 Economic Development Consultant Services: proposal for the City of Miami Beach July 1, 2024 Philadelphia Navy Yard Economic and Fiscal Impact Philadelphia Industrial Revitalization Corporation (PIDC), Philadelphia, PA 12020-2023 The Navy Yard is a successful repositioning story of turning the once bustling Philadelphia Naval Shipyard into a modern, commercial campus. Its legacy as a major economic driver is restored through the proactive interventions by PIDC, and today the Navy Yard Is a campus of technological innovation, food production, and fashion, and is one of the region's most vibrant employment hubs. During its peak in World War II, the Philadelphia Naval Shipyard employed 40,000 people. After operating for nearly 200 years, the Philadelphia Naval Shipyard officially closed in 1996. With a large piece of industrial heritage and economic production closed, PIDC, on behalf of the City of Philadelphia, acquired the former naval shipyard and commenced the effort of Client Contact transitioning the site to new uses. PIDC invested significantly in Kate McNamara infrastructure at the Navy Yard, and in 2004 commissioned the first Master Executive Vice President, Navy Plan for the Navy Yard. Yard PIDC In 2020, ESI was hired by PIDC to evaluate the economic impacts of the 4747 scum Broad street redevelopment of the N avy Yard. ESI has additiona lly su pported P l DC in Building 101, Suite 120 Philadelphia, PA 19112 2022 and 2023 with revised analyses of the Master Plan of the campus. kmcnamarad)PIKohila.com Since 2002, PIDC's strategic business attraction effort has led to $1.7 billion 2154882-1883 in construction at the Navy Yard, with more to come with the potential Start Date: October 2020 redevelopment of the Muslin and Historic Districts. In total, the End Date: November 2023 redevelopment has resulted in the return of significant employment to the Navy Yard, with 15,DD0t employees now working in a diversity of jobs, Analytical Capabilities including offices in the life sciences and biotechnology —sectors Impact Analysis strategically important for the Philadelphia economy. ESITab 2: Experience and Qualifications I Page 12 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, Z024 Office Adaptive Reuse Taskforce New York City Economic Development Corporation (NYCEDC) , New York, NY 12022 In 2022, ESI and Packard Beasley Consulting were engaged by the New York City Economic Development Corporation (NYCEDC) to provide management and technical support to a city -council mandated task force study that provided strategic recommendations to encourage the conversion of vacant or commercially unviable office space to other uses, with an emphasis on housing. Throughout the project, the ESI team worked closely with the New York City Department of City Planning, who managed the task force. Client Contact Man rim Vice President NYCEDC One Liberty Plaza, 165 Broadway New York, NY 10006 artiness., 212-3124239 Analytical Capabilities Research Evaluaaon Financial Feasibllxy Analysis Qualitative Research Scenario Development Commercial Real Estate Analysis The Office Adaptive Reuse Task Force was convened following declines in office utilization in New York City as a result of the COVID-19 pandemic and ongoing work -from -home policies. Historically high vacancy rates, paired with strong demand for housing in high -density commercial districts, suggested an opportunity to examine regulations governing conversions and evaluate the potential of financial incentives to encourage the production of affordable housing. ESI completed four components: Evaluated an analysis of the commercial and residential markets in New York City completed by the New York City Economic Development Corporation and suggested research methods to Carry out the remainder of the work. Conducted 26 interviews with nearly 40 industry experts, including brokers, property owners, engineers, architects, developers, and bankers. Created a series of future scenarios to benchmark the range of possibilities for the office market based on projected supply and demand for office space. Built a model to assess the financial feasibility of converting specific office buildings to residential uses. These efforts informed the task force on making recommendations to the City and State of New York on regulatory and zoning changes as well as financial incentives to secure the future of the New York City office and residential markets. Read the study here: httos,//econ5ultsolutions.com/nvicedc-office-adaptive- reuse-task-force/ ESITab 2: Experience and Qualifications I Page 13 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 STATEMENT OF EXPERIENCE Economic Development Master Plan for Delaware's Three Rivers Area Riverfront Development Corporation, Delaware 2nd Senatorial District 12023 Megan MCGlinc ey Executive Director Riwdront Development Corporation of Delaware 815 Nstoon street Wilmington, DE 19801 Stan Date: July 2022 End Date:lan 2023 Opportunity Lives Here: An Economic Development Master Plan for Delaware's Three Rivers Area is a comprehensive strategy to build the local economy of a distressed area that has key assets for inclusive growth. ESI led a team of land use planners and community outreach strategists in developing a master plan that is informed by implementable examples and presents real opportunities for equitable economic development. ESI's approach to developing the master plan for economic development for the Three Rivers Area is built on the themes of resilience, opportunity, and wellness. The area, which spans three jurisdictions in northeast Delaware, has a history of industrial and commercial development centered on transportation assets. Having long been stressed by disinvestment, properties in need of redevelopment are presented as key opportunities for adaptive reuse for high -growth business sectors and with an aim to meet the needs of residents. The area's ready workforce coupled with workforce development opportunities, as well as a desirable quality of life and commerce -supporting transportation assets are highlighted as benefits for business and resident attraction. Analytical Capabilities The ESI team developed a series of actionable recommendations that are Strategic Planning and Facilitation informed by the stakeholder engagement process, and case studies drawn Survevand Piano, R... P:h from peer regions. Assessments of available land include summaries of land Geoxpatiai Analysis and Data vbual cal development regulations. Read the study here: httos://econsultsolutions.com/case studies/opportunity-lives-here- economic-development-master-plan-for-delawares-three-rivers-area/ ES' Tab 2. Experience and Qualifications I Page 14 Economic Development Consultant SerAces: Proposal for the City of Miami Beach July 1, 2024 2.2. Similar Experience of Sub -consultants Equitable Cities Consulting Stakeholder Engagement for Strategic Reorganization of Delaware County Commerce Center A 2019 economic development strategic plan and analysis led by Econsult Solutions recommended that the Delaware County Commerce Center and its affiliates explore a reorganization, rebranding and enhancement of its existing programs and services. Based on this recommendation, the Delaware County Commerce Center hired Equitable Cities Consulting to assist with facilitation of discussions among its key stakeholders to explore the possibilities related to a new organizational model and identity. Equitable Cities Consulting served a trusted partner to the Delaware County Commerce Center by engaging approximately fifty relevant stakeholders in focus groups and interviews to inform the future structure of Delaware County's economic development service delivery model. Reference Information: Laura Goodrich Cairns, Delaware County Commerce Center Director Delaware County Commerce Center 100 W. Sixth Street Media, PA 19063 lecairnsfddelcooa.org 610-566-2225 Building Talent Pipelines For The U.S. Navy's Maritime Supply Chain For The U.S. Navy Equitable Cities Consulting is representing Rhoads Industries, a major employer in the U.S. Navy supply chain, as part of the U.S. Navy's Philadelphia Workforce Pipeline Program, an initiative focused on building an ongoing pipeline of workers from Career and Technical Education (CTE) high schools, community colleges, and vocational schools in the region to support the talent needs of the U.S. Navy's supply chain of companies. The focus of Equitable Cities Consulting's work has been to build stronger rapport between employers and training providers that educate under -served communities, to foster increased economic opportunity. Reference Information: Joseph Welsh, Government Affairs Rhoads Industries, Inc. 1900 Kitty Hawk Avenue Philadelphia, PA 19112 iwelsh@rhoadsinacom 215-910-2058 ES1Tab 2: Experience and Qualifications I Page 15 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Just Transition and Equitable Development in Climate Action For C40 Equitable Cities Consulting has worked with C40 on three projects related to Just Transition: 1.) ECC recently developed a Global Tool kit for Mayors on the topic of lust Transition; 2.) C40 commissioned several papers to explore the topic in the U.S., Europe and South Africa. Equitable Cities Consulting authored the U.S. Paper: 3.) ECC recently completed research on how cities can better engage union labor in climate change. Reference Information: Jazmin Burgess Director, Inclusive Climate Action C40 (London office) ibureessOc40.ore The Riddle Company TRC has been marketing the disposition of real estate at Fort Monmouth, a nearly 1,200-acre former military site in NJ since 2017. Our work includes development of an industry oriented marketing strategy targeted to discreet audiences (investors, developers, site selectors, retail anchors, technology users and production/maker space), an interactive roadshow, industry oriented PR and social media. All marketing is wrapped around the brand, "Discover, Innovate and Transform". The marketing tool box we created includes industry centric data sets including a commuter shed for talent and business attraction, a series of aerials and maps to illustrate progress and industry clusters, investor presentations, site tours, and traditional and social PR and media. This work is augmented with targeted outreach and industry presentations to raise the profile of the Fort among priority audiences. We created a contact tracking system to monitor outreach and results and developed metrics to benchmark progress and content. Our data driven approach resulted in capturing interest of potential tenants including maker spaces, entertainment uses including Netflix, tech accelerators/incubators, residential developers (Somerset, Lennar), retail and food related uses including breweries, a ghost kitchen and wedding venue. Netflix purchased the last parcel (289 acres) for a new 20 studio campus for filming and gaming. Reference Information: Sarah Giberson, Director of Marketing & Real Estate Development Fort Monmouth Economic Revitalization Authority sgiberson@finera.com 732-232-3699 2017 to current (ongoing ten-year contract) ES' Tab 2: Experience and Qualifications I Page 16 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 2.3. Evidence of Prior Working Experience ESI has prior experience collaborating with both the Riddle Company and Equitable Cities Consulting. The founders of both firms also serve on the ESI Senior Advisory Board. The Riddle Company is a frequent collaborator on retail and market studies. Equitable Cities Consulting has worked with ESI on a variety of projects involving economic development. Philadelphia Economic Development Ecosystem Analysis and Integrated lobs & Economic Development Roadmap Steering Committee Equitable Cities Consulting was contracted by the William Penn Foundation to carry out an analysis of Philadelphia and Camden's economic development ecosystem, through a combination of desk research and interviews. As a next phase, The Pew Charitable Trusts hired Equitable Cities Consulting - in partnership with Rvesta Consulting and Econsult Solutions - to assist a newly formed Steering Committee in selecting key priorities the greatest potential for long-term, collective action and building an inclusive and resilient future for our city, ultimately increasing the number of quality jobs in Philadelphia. Reference Information: Elinor Haider Director, Philadelphia Research and Policy Initiative The Pew Charitable Trusts ehaider(aloewtrusts.ore Retail Marketing & Attraction for Invest Atlanta The Riddle Company and ESI completed a market analysis for four submarkets in Atlanta for Invest Atlanta in 2014 and updated the data and research annually through 2017 and implementation through 2023. We defined discreet trade areas for several emerging submarkets in the city including the Old Fourth Ward, Downtown, the Cascades, and the Westside. TRC supported IA for 8 years on retail and business attraction including for future planned communities along the Beltline and at Fort McPherson. Data sets and metrics have been updated annually to reflect investment and market nuances. Our undertakings have: ESITab 2: Experience and Qualifications I Page 17 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 • Demonstrated market potential for retail sectors and mixed -use development. • Attracted several grocers to the market - Sprouts, Aid!, Lidl, Whole Foods and Earthfare. • Validated the market to national investors. • Resulted in over 100 new investor and retail relationships on behalf of Atlanta, including at Fort McPherson and along the Beltline Reference Information: Dr. Eloisa Klementich, CEcD President & CEO Invest Atlanta eklementich O i nvestatl anta.com (404) 880-4100 Contract Term: Initial work 2014-16; Ongoing implementation 2017 — 2023 (interrupted during Covid from 2021-2022) Demographic, Market & Psychographic Study, BWI International Airport, Baltimore, MD The Riddle Company and ESI have undertaken several studies for BWI since 2019. We completed an in- depth demographic and psychographic analysis for the airport and have provided ongoing updates. We evaluated critical market and economic data for thirteen submarkets that comprise the primary customer base and a custom "trade area", and passenger data to support a 20-year RFP for retail development and concession management, the largest airport contract ever to be undertaken in a US airport. Our research focused on traditional market and demographic data, including trends and patterns that exist within & across the geographies. We also evaluated pre and post-covid data around employment, consumer spending, product sales and preferences and commuter behavior. We completed an analysis of shifts and patterns for select retail sectors including general retail goods, food, travel and transit. We benchmarked the location using a comparative analysis of sales performance and services against 3 competitive markets and national industry averages. We identified best practices, programs and performance and prioritized these based on the findings revealed in the analysis. This information has been documented and presented in a report as well as a series of presentations for the client and their partners. Our recommendations take into account shifts that emerged during the pandemic, post pandemic and continue in the near term. Reference Information: Morris Williams, Director Commercial Development, BWI International Airport Mwil liams8tal bwiairoort.com cell: 443-882-1663 ES1Tab 2: Expenence and Qualifications I Page 18 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Tab 3: Approach and Methodology The following highlights the ESI team's overarching approach and methodology to key areas requested in the RFQ. Approach to Project Management ESI's project management process includes four major phases: 1. Project Initiation Project Kickoff We will work with the City of Miami Beach to establish goals and timelines, define success criteria, approach, and initial assumptions. We will also establish a communications plan to ensure both formal and informal methods of contact are established to ensure assignments are completed on time and to the City's satisfaction. 2. Project Planning Project Scope Management We will collaborate with the City to validate the scope, define all project activities, develop a project schedule, confirm budget, and determine all items needed for execution of a successful project. During this stage we will proactively identify potential obstacles or risks to mitigate delays or cost overruns. 3. Project Execution Quality Assurance We are highly aware of the need for quality, which permeates all the work we do. Our focus on quality means that we prepare analyses so that they are transparent and easy to follow, and therefore easy to check. For high stakes calculations, we will often reproduce an analysis independently and compare the two to ensure accuracy. Project Monitoring Once a project is executed, we will work to perform said tasks and monitor progress towards goals by tracking project schedules, task and performance of all staff and subcontractors. We can adjust or change approaches as needed in the event of unplanned circumstances. 4. Project Closure We will review final deliverables with the City and ensure all metrics are met and to client satisfaction. ESITab 3: Approach and Methodology I Page 19 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 General and Asset -Based Economic Development and Strategic Plans The ESI team can provide an assessment of current Relevant Experience: organizational capabilities and the Competitive Connected Newark Smart City Strategy environment. We will also provide a frank assessment of The strategic plan for Newares Connected City Future the organization's abilities to achieve stated objectives, pnnrinzes opporcumtms as wen as higMighn ben and how the organization must change to best achieve its practices and defines implementation dead to help objectives. Externally, in-depth assessments of the Newark realhe its full technological potential. ESl ompiled information and than undertook a SWOT organization's services and those of its competition are analyels and a review ofCOwO responses undernken crucial.Finally, given organizational capabilities and by the airy. Those then informed a four -pan plan for competitive realities, the ESI team will help to re-evaluate action. objectives and adjust if they prove infeasible. In a public aid, here for the Full report. sector context, understanding the practices and regulations of other urban areas is crucial to understanding competitive dynamics. When assessing markets and financial feasibility, ESI begins with a detailed understanding of local demographics, economic activity, and competition, and their implication for the proposed investment. Current data are readily available from a variety of reliable sources, but current conditions alone are insufficient for market and feasibility analyses. Credible projections of demographic and economic factors for relevant market areas over the near and long term provide a window into future potential returns and help in identifying potential impact scenarios that must be considered for any investment. The following outlines examples of what we include a background assessment of a given project: Analysis Description Demographic Analysis Provides an overview of local and regional demographic trends that will give a synopsis for economic activities. Information will include, but not be limited to, population, age distribution, household characteristics, and selected COVID trends. Local Policy and Incentive Review of existing local policies, processes, and regulation, as Analysis well as special initiatives for economic growth which will give insight to the policy assets, as well as explore potential considerations that may enhance the economic development efforts of Bismarck. Infrastructure Analysis Evaluate the existing and planned infrastructure, current land use policies, and local land and buildings availability/inventory to inform the foundational analysis that will contribute to building a sustainable economic development plan. Competitive Analysis Explore benchmarks that examine data and policies from similar cities and regional competitors of the existing economic base that will gauge the competitive advantage of the City. Business and Entrepreneurship Explore the current business and entrepreneurial landscape of Analysis the City by examining key data points and policies related to business development in the region. Location Analysis Supply GIS and data references that will map the location for commercial and industrial growth. Also provide location quotient, ESITab 3: Approach and Methodology I Page 20 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1. Z024 which uses employment data to measure the ability of the City's current market to capture local economic activity. Regional Labor and Workforce Perform the evaluation of local and regional labor characteristics, Development Analysis market trends, employment development resources and workforce training opportunities that will inform economic analysis. This will include pre -pandemic trends over the past ten years, future workforce needs, and capacity based on expected economic trends in a post -pandemic economy. Economic Development Incentive Plans The evaluation of current and future economic development opportunities also depends on understanding market trends and the implications of these trends Miami Beach. There are a multitude of potential directions that the City could pursue, and that ESI is ready to undertake. Whether evaluating a new retail development, hotel, commercial, or residential development, ESI will provide an understanding of the risks and opportunities available in the market. We will help the City and its partners to understand, in depth, the current size of the markets in question, projected growth or decline in those markets, and a competitive assessment of current and future opportunities. Relevant Experience: independent Assessment of State Policies Esl was retained by Team Pennsylvania foundation to compare Pennsvlvania's performance with 20 states on up to 25 core indicators of economic pmpet3iveness. ESI looked at actions over the past decade In each of the rtatea to identify specific policy actions and strategies that have been pursued In each of the states to build a matrix of options for both executive a legislative action, with focus on business regulations and workforce development policies. ESI presented its findings in a clear and easy to understand format through an interactive dashboard. The dashboard also specified specific recommendations for action by the administration antl identified additional action items that would be undertaken though legislative action. Highlighting examples and cases where similar Policy action worked in other states, our recommendations included rationale for the policy, path for anion in Pennsylvania, and outcome expectations. Relevant Experience: Commercial As -Of -Right Incentive Analysis In 2019, E51 assessed dl off m.is..I as -of -right incentive programs, the Relocation Employee Assistance Program (REAP) and the Industrial Is Commercial Abatement Program (ICAPI. The purpose of the analyses was to assess the effectiveness of the programs and to identify potential Worms to increase program efficiency and help support equitable development throughout the off. Our work included spatial analysis of program recipients, using data provided by the Ol and estimated a proportion of the program recipient activity That would not have occurred Knot for the Incentive programs. Using these mearl we developed economic and fiscal Impacts of the incentive programs for each borough and Me chy. Additionally, we examined related incentive programs and program modifications in other cities to help Ideinify suggested reforms for REAP and ICAP programs before their respective legislative expiration dates. The analysis and recommendations helped inform pokcy positions In the legislative sessions that are grounded in quantitative and qualitative research. ESI Tab 3: Approach and Methodology I Page 21 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Benchmarking and Competitive Assessments ESI uses data such as the American Community Survey and the Survey of Consumer Finance as well as standard tools such as ESRI's Business Analysis to evaluate market size and segmentation. By defining specific geographies and market sectors, ESI can evaluate the specific demographics or competitive landscape to evaluate market size and market niches. In addition to using existing data and tools, ESI uses surveys to gather primary information on specific markets or sectors. These surveys can be tablet -based, with geospatial information directly incorporated into the survey. Respondents can be generated through commercial response panels, intercepts, or specially tailored methods to reach hard to survey populations. Relevant Experience: Metropolitan t'vability, Index Though nvomity can be difficult to define, it is generally understood to include numerous factors that lead to greater quality, of life and allow newcomers and longtime residents alike to flourish. We know that to best chart our future, we need to understand our current assets and how those stack up in comprises to our most important competitors. The goal of this Index is to provide a road map that will allow Chamber of Commerce for Greater Philadelphia members to best target initiatives to solidity regional strengths and enhance regional weaknesses. Relevant Experience: The State of Cell and Gene Therapy in the Greater Philadelphia Region Commissioned by the Chamber of Commerce for Greater Philadelphia and researched by ESI, The State of Cell and Gene Therapy In the Greater Philadelphia Region compares cell and gene therapy (CGT) hubs in five key categories: research infastmcture, human capital, Innovation output, commercial activity, and value proposition, ranking Philadelphia as second overall among 14 major hubs of CGT in the us. Relevant Experience: New Jersey's Connected Economy ESI was commissioned by the New Jersey Policy Research Organization (NJPROI Foundation to conduct an economic impact analysis of New Jerseys connected economy. More explicitly, the report's analysis descries the broader economic impacts that the gain or loss of jobs in key industry clusters would have on the state economy, as well as the subsequent impacts on other industries and regions of the some. Cost/Financial Modeling and Real Estate Development Fiscal Analysis Armed with detailed demographic, economic, and competitive information, ESI can develop projections of potential revenues for a proposed project as well as initial capital investment and ongoing operating and capital costs to undertake the project. Financial feasibility is evaluated by developing detailed pro forma of projected revenues, capital required and operating costs to calculate internal rates of return and other measures of financial performance. As part of the financial feasibility analysis, ESI can consider alternative capital market structures and their impacts on risks and return for proposed projects. While pro formas provide the quantitative information needed for comparing investment options, they need to be constructed realistically, and the risks associated with the pro forma must be well understood. ESI's approach to market feasibility will provide detailed projected investment returns, but also specifically identify and evaluate the risks to those projections so that the City of Miami Beach can make risk -adjusted comparisons with other uses of their scarce dollars in leveraging private investment. ESITab 3: Approach and Methodology I Page 22 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Relevant Experience: Bakery Square Mixed -Use Redevelopment In Pittsburgh, PA, along -shuttered Industrial bakery property has been undergoing revitalization In recent yean. the Bakery Square redevelopment in and of itself stimulates the local economy, and the mauive project is being undertaken in phases. To quantify the impacts of phase three, the developer, Walnut oapaal Management turned to Econsult Solutions, Inc. ESI). Anaryzmg local data on construction activity, and building operations. ESI documented the economic Infusion in terms of spending, jobs created, and fiscal imparts. The summarised results of our findings makes the case for the project in a twp- page executive summary that provides the client with a document they ran share with officials, Investors, and site selectors. Further, our location analysis takes into consideration the nature of the industry, which often requires macro and micro economic analysis. Miami Beach is home to many industries that benefit extensively from the agglomeration economies of the Miami metropolitan region, where companies find it most profitable to locate so they can share inputs, access a large labor pool, innovate, and specialize. These agglomeration economies, along with costs, Workforce preferences, incentives, and other factors, influence location decisions. ESI investigates the microeconomics of an industry to understand how these interconnected factors are changing. The result can indicate whether a firm needs a subsidy to locate in Miami Beach, or whether the firm would locate in the City even without the subsidy. Cost -Benefit Analysis Our economists have conducted benefit -cost analyses for a variety of governmental, non-profit, and private -sector clients. Projects Select Clients: have ranged from assessing digital payment systems to capital . Amtrak Atlantic Beach, SC investments in transportation and public housing. Some of the rkmden county, ru and costs of investments and policies are often canbenefits avocRi Del oel9wam River Ton River P overlooked without such systematic analysis. Our team has Authority extensive experience evaluating project outcomes and providing New Coale of New H.en, CCTT clients with the insights necessary to push projects forward or Newyork city Dept. of make strategic decisions. In addition to practical experience, many Design and WnsmuRion W Transit, PATco of our staff have taught cost -benefit analysis at the university Philadelphia, PA level. Sandusky, of SEPTA We use diagnostic tools and economic models to evaluate the financial outcome of specific investments. Besides financial factors, such as revenue growth and cost savings, we can measure intangible benefits such as impact on reputation, customers, and employees. Our rigorous analysis helps our clients allocate valuable resources effectively. Our highly useful project pro forma modeling and ROI analysis allow for clear decision making when the stakes are high, and the risks need to be quantified. Our benefit -cost analyses have been used to apply for federal grant programs such as RAISE (formerly BUILD, TIGER), CRISI, MEGA and INFRA. ESITab 3: Approach and Methodology I Page 23 Economic Development Consultant Services: Proposal for the City of Milano Beach July 1, 2024 Workforce Trends and Target Industry Analysis Asa rapidly growing and evolving community, Miami Beach needs to understand its existing demographic and economic conditions as well as understand the trends and challenges that the city faces with a unique mix of urban, suburban, and rural places. The ESI team's work typically relies on wide variety of sources including financial market data, American Community Survey (including the Public Use Microdata Sample (PUMS)), specialized data vendors, and the increasing supply of publicly available datasets, including big data that might include billions of observations such as information commuting patterns. Relevant Experience: Additional potentially Future Workforce and Talent Needs Analysis relevant sources include In 2019, ESI was hired to provide an independent assessment of the have workforce and talent needs of the per and gene therapy and connected health industries. Lighteast, Unkedln, Bureau To determine the scope of cell and gene therapy and connected health sectors In the eleven- of labor Statistics, and the untyregion.ESI used unkedm Talenunsightsand turning Glass whonnsightsm determine US Census Longitudinal both the labor market supply and demand, respectively, for the cell and gene therapy and connected health sectors in Greater Philadelphia. Priman• research was also conducted through Employee Household urveys, interviewx, and focus groups consisting of professionals with knowledge of the sectors, Survey, Dun & Bradstreet, Including academic researchers, Industry and human resources eammou and workforce development organizations. eoth quantitative and qualitative data and subsequent analysis ESRI and National Economic Informed our understanding of the scope of the sectors and identified barriers and opportumnes for growth in Greater Philadelphia. Time Series (NETS) data. Our expertise includes evaluating spatial and temporal elements so we are able to combine demographic data with commuting patterns and transportation access measures to determine labor market areas. This approach allows us to identify potential mismatches in supply and demand and to evaluate the impacts of site choice on the commuting patterns of current employees or the potential supply of labor at specific locations. It is also useful for understanding potential transportation infrastructure demands and real estate impacts. In addition to data analysis capabilities, the ESI team has access to the standard popular and scholarly literature databases. Identification of expertise is highly dependent on having an extensive network of contacts who are willing to work with you. Our team includes national experts on municipal governance and economic development policy and have a network that provides broad access to academics and experts, who offer extensive knowledge of the published as well as forthcoming literature. Economic Forecasting In addition to the regular usage of publicly available sources and national vendors to provide context for local and national economic trends, ESI frequently develops econometric forecasting models to project local and regional economic variables. ESI is familiar with and has regularly used, the National Institute's NiGEM global macroeconomic model to evaluate national and international contexts that affect regional and local economies. ESI's modeling ability is used to provide direct insight into the analysis of local markets, neighborhood geographies, and specific economic sectors. ESI also uses sophisticated geospatial analysis and economic share -down models to evaluate variability across geographic areas. ESITab 3: Approach and Methodology I Page 24 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Economic Impact Analysis A vital component of many economic development analyses is the quantification of the direct, indirect, and induced economic impacts of a program or project. There is a numbers component to an economic impact analysis and there is an equally important narrative component. The ESI team's approach to economic impact studies is to include, in addition to quantitative analysis, a clear narrative describing the impacts and providing context to a proposal project, from a public benefit standpoint. For the quantitative component, we primarily use the industry -standard input-output modeling Relevant Experience: SEPTA Economic Intelligence Compendium ESI has undertaken a series dstudies for the Southeastern Pennsylvania Transportation Authority (SEPTA) on the economic value, development implications, and equitable benefits of its serves. collectively, these studies articulate the value proposition that SEPTA praices to the mgion's residents and its economy. In this time d crisis, SEPTA's direct and catalytic value is more essential than ever to Pennsylvania's economic recovery. Those studies have Included: • SEPTA Economic Impact Report, 2020 • coal ic Im as of future Pro'ads of Siadfcance • c wide Impachircom operl congestion • Pro c Value and Househ If Budget Impacts • Elaw Impacts for SEPTA Firm R udgft package IMPLAN. In addition to using industry standard models such as IMPLAN, ESI develops custom economic/econometric models to address the catalytic effects of policies and investments. These models provide unique insight into the likely outcomes of alternative policy choices tailored to the local environment. For example, ESI developed models to evaluate the impacts of traffic congestion on the size of the local economy, and models that evaluated the impact of tax policy changes on employment. Our team members have undertaken targeted industry attraction strategies and related market analyses including for retail, entertainment and technology -based companies. Ourteam member experience includes projects in Washington, DC; Philadelphia, PA; Cities of Rockville and Frederick and Prince George's County MD; Atlanta, GA; and Newark NJ. Our experience includes work in communities that deal with seasonal fluctuations and have a strong international business community. Relevant Experience: Economic Impact of Redeveloping the Philadelphia Energy Solutions Refinery ESI was retained by HRP Philadelphia Holdings, LLC (HRP) to conduct an economic Impad analysis of the redevelopment of the former Philadelphia Energy Solutions(PES) refinery. Spanning 1,a acres, the site would be replaced by a mrted-uu odusmal pad. ESI analysed the potemul economic imppd of both the upfront economic activity generated by the redevelopmem of the site and As ongoing operations. We concluded that the proposed redevelopment would make a significant impact within Philadelphia and Perrealvania, by reactivating a significant center of erapicamera and economic adiNdes In the region. In addition, we also named Muse impacts on the surrounding community, including contribinions directly to the community and for local programming. Using standard Input-output modeling techniques and multiplier, ESI translated construction investments into the commensurate impacts on the Philadelphia mM Pennsylvania economies. We eatlmated the ramifirvdons of this composition of economic activity on one-time and annual boosts to tax revenues to the Ciry and the Commonwealth. ESITab 3: Approach and Methodology I Page 25 Economic Development Consultant Services: Proposal for the City of Miami Beach July 1, 2024 Business Development Strategies We use data to inform business attraction for our client communities. We don't just craft strategies, we assist our clients with the implementation. This includes strategies for downtown environments, cities, and regional and state organizations. Our areas of expertise run the gamut from retail and entertainment uses to emerging and technology companies as well as implementation and execution of programs that include marketing and financing tools. The ESI team relies on a variety of data and financial resources for this type of work, including standard data sets from American Community Survey, Census and BLS data, and local employment data. We also use ESRI data which allows us to segment data by trade areas, industries and even evaluate employment and spending by sector. This is especially useful for strategies focused on retail, entertainment and hospitality uses. Our Team members work in this includes retail attraction strategies for a range of clients: Washington, DC; Philadelphia, PA and the Baltimore Washington International Airport. The Riddle Company, supported by ESI, has been doing business and investor attraction for a 1,200 former military fort in NJ with a focus on technology and entertainment companies and residential and commercial investors. During her tenure as Project Manager for South Pointe, Catherine Timko managed the internal fiscal analysis that supported nearly $100M in TIF and new investment. To that end she worked closely with investors such as Cheezum Development (South Pointe Towers) and Cook Inlet Region Inc. as well as to attract tenants and investors to the redevelopment area and the city, including Hudson Bay Investments (hotels) and The Related Companies, who acquired over 1,000 residential units in the market. Workforce/Affordable Housing With an expansive background in market research, economic analyses, and strategic planning, as well as expertise in housing and real estate, the ESI team is ready to support affordable housing efforts at all project levels. We evaluate the most up-to-date demand drivers for a region, using public data sets, on- Relevant Experience: the -ground market knowledge, and current and Market Analysis of the Sharswood Blumberg predicted jobs indicators, to understand the volume Housing Redevelopment and type of demand a location can anticipate. Our The Philadelphia Housing Authority lPHAlund Hunt-Pennmse market analyses relyon su I data from avariety of shaswood,u<are redeveloping ges housing units to the pPY SZtwoca Choice Nelghborbood of PM1ilatlelphia. As pan of sources depending on the project, but may include the redevelopment process, Hunt Penrose Sharswood, uC Costar, CoreLogic, Moody's, or local broker knowledge, retained Est to complete a market Andy that examines the unique opportunhtes and challenges of the Choice depending on project needs. We have supported cities, Neighborhood, PHKs mission to proem¢ safe and quality municipalities, and states with their efforts and affordable housing. and leverages the dWs Population continue to provide crucial data and analyses that affect resurgence and the subsequent wpaal investment in new residential, offce, retail, and recreation development. public policy and community development. ESITab 3: Approach and Methodology I Page 26 ES'ECONSULT SOLUTIONS INC. economics I strategy I insight 1435 Walnut Street, 41j- Floor, Philadeiphia, PA 19102 econsultsolutions.com 1 215-717-2777