Loading...
HomeMy WebLinkAboutPSA between the CMB and Willdan Financial Services, Inc. for Economic Development Consulting Services Pursuant to RFQ-2024-005-NDnow:e„ Enveb to 7D0veo61.xzc74300ac62-,6cyes CEF1 3 3 3 0 2 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WILLOAN FINANCIAL SERVICES, INC. FOR ECONOMIC DEVELOPMENT CONSULTING SERVICES PURSUANT TO RFO-2024-005-ND This Professional Services Agreement ("Agreement) is entered into this J"s ' ('Ella&Ove Date'), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive. Miami Beach, Florida, 33139 (the "City'), and WILLDAN FINANCIAL SERVICES, INC., a California Corporation whose address is 27368 Via Indusina, Suite 200. Temecula, CA 925904856 (' Consultani SECTION 1 DEFINITIONS Agreement This Agreement between the City and Consultant. including any exhibits and amendments thereto, City Manager The chief administrative officer of the City. City Managers Designee The Clty 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 RFO, No 2024-005- NO for Economic Development Consulting Servlces, together with all amendments thereto, issued by the City in contemplation of this Agreement. the RFO, and the Consultant's proposal in response thereto ("Proposal), all of which are hereby incorporated and made a can hereof, provided, however, that In the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall ofevailthis Agreement. the Rl and the Proposal Docusgn Envelope ID: 7D0eGW1-A2C7430D Cs2-15C6A65FCEF1 Cooxract No. 24-005-06 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 terms and conditions set forth in Exhibit "A' and to the reasonable satisfaction of the City Manager. If there are any questions regarding the Services to be performed. Consultant should contact the following person: Economic Development Department City of Miami Beach Rickelle Williams, Director 1755 Meridian Avenue, Suite #200 Miami Beach, FL 33139 Ph: 305-673-7572 2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit "B" hereto. 2.3 Consultant shall only commence any services, or portions thereof, upon issuance of a Consultant Service Order ("CSO"). In selecting the Consultant with whom to execute a CSO, the city may select the prequalified Consultant it deems most qualified for the project or seek proposals from one (1) or more qualified Consultants. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years, with one (1) two-year renewal option, to be exercised at the City Managers sole option and discretion, by providing Consultant with written notice of same no less then thirty (30) days prior to the expiration of the initial tern. 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 fto Envelope ID: 1D066061-A2C143004im2-15C6A65FCEF1 Contract No. 24-005-06 same is/are set forth in the timeline and/or schedule referenced in the CSO attached hereto as Exhibit'B." SECTION 4 FEE 4.1 In consideration of the Services to be provided, Consultant shall be compensated through individual CSOs (Exhibit W) issued for a particular future project in accordance with the established hourly rates (Exhibit'C'). Each future project will be awarded by a CSO, including a negotiated scope of services and cost (by deliverable). 4.2 The Services will be commenced by the Consultant upon receipt of a written CSO signed by the City Manager's designee. Consultant shall countersign the CSO upon receipt and return the signed copy to the City. CSOs shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Any CSO exceeding $100k will require Commission Approval. 4.3 Additional services not included in Exhibit "A' shall be considered ancillary. The City Manager's designee and Consultant will negotiate such fee and will be approved in accordance with Contract Approval Procedure 03.02 or as amended. 4.4 Reimbursable expenses are NOT an allowance set aside by the City and shall be included in all bid pricing. 4.5 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: PavablesOmiamibeachfl.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 temn(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 mayterminate this Agreement without further notice Docusign Envelope ID, 7D086061-A C7<30D-8CB2-15C6A65FCEF1 Contract No. 24-005-06 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. Alrl 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 S 6.1 INDEMNIFICATION Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arse 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 Dowsign Envelope ID: 7D066061-A C1430MC82-15CM65FCER Contract No. 24-005-06 judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1.000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (it) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,D00,000 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. 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. 0awsign Envelope 10: 7D066061-A2C7430D-0CB2-15CW5FCEF1 Conaan No. 24-005-06 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 do 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, affecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH Go EX(GIS Insurance Compliance Services P.O. Box 947 Mumeta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, E)UGIS, at: Certificates-mlamibeach(cDriskworks.com 6.9 Special Risks or Circumstances —The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Agreement, Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. D sipn Envelope ID: 7D066061-QC7430D,8m2-15C6A65FCEF1 Contract No. 21-005-06 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 Consultanits recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY OF 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 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. D usign Envelope ID:7D066061-AC74MD-eCe2-15C6A65FCEF1 S94t'llU3ZEF1, 10.1 AUDIT AND INSPECTIONS Contract No. 74-005-06 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 (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. (8) 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 Sign Ere 10P. ID: 7D086061-A C7430U8Ce2-1K6A65FCEF1 Cneamr No. 24-005-06 (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 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, N 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. Dowsign Envelope ID: 7W86Xi-A C74WD-eCB2-15C6A65FCEF1 Coelrapt No. 24-005-06 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, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Contractor' as defined in Section 119.0701(1 xa), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within 10 Da sign Envelope ID: 7D066061-A C1430D-6C52-15C6A65FCEF1 Cm=t No. 24-00"6 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 tens and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at Its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10, (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if. a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (IXb) 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 carder delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 11 Docusign Envelope ID: 7D088081-A C7430MW2-15C6AB5FCEF1 Connect No. 24-005-06 (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOC&MIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (if) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carryout its obligations under the Agreement during a period when such parry 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 iVJ Dmusgn Envelope ID: 7D088061-A 7430D-8CB2-15C6A65FCEF1 Convect No. 24-006-06 only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement Is terminated pursuant to this section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility' ('E-Verify Statute'), as may be amended from fime 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 shali 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 Docusign Envelope ID: 70066061-A C7430D1182-1516A65FCE11 Contract No. 74-005-06 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 (Bg2) is not in breach of contract and may not be considered as such. (4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1) or (Bx2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Consultant under the foregoing Subsection (BH1), 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 CONSULTANTS COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06, Florida Statutes, as maybe amended from time to time, and has executed the Certification of Compliance with Anti -Human Tracking 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: WILLDAN FINANCIAL SERVICES, INC. Attn: Molly McKay 27368 V1s Industria, Ste 200 Temecula, CA 92590 Ph: 800-755-6864 1 202-510-0511 Email: mmckav(d_)willdan C0 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: nckellewilliams(dmlamibeach8 cov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 D Stgn Enmlope le: 7D066061-A CT-030D-8CB2-1516A6511E11 Comrrxct No. 24-00M6 SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a 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 Dm—gn Er'/ K)70086 IA00430666e2-16c 51`CE:i C.., ]a. 34 005-06 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropnale ofrdals, as or the date first entered acove FOR CITY' ATTEST' By. Rafael E. Granado, City Clerk Date- __ IAN ) ! Mr FOR CONSULTANT' WILLDAN FINANCIAL SERVICES, INC. Robert Chr c Eytier" Vicppre,5jdppVUimcror Print Name and Title Dale I]ecembet_L0,. 2024__- 16 CITY OF MIAMI BEACH, FLORIDA k r Eric rpen er. C Manager APPROVED AS TO FORM & LANGUAGE 8 FOR EXECUTION City Attorney Date �t Dowsign Envelope ID: 7Dg66W1-A2C7160D41CB2-15C6A65FCEF1 Contract No. I4005.06 EXHIBIT A SCOPE OF SERVICES I. Scope of the Services. A pool of multidisciplinary consultant teams has been established to provide economic development consultant services to the City. These services may include but are not limited to Comprehensive economic development strategic planning, developing high-level evaluation of market opportunities and position strategies for key commercial corridors and areas, evaluation of current market dynamics and economic assets, benchmarking and competitive assessment, asset -based economic development, sustainable development, cost/financial modeling, leadership and organizational development models, business development strategies, targeted industry analysis, real estate development fiscal analysis, cost -benefit analysis, data collection and assessment, marketing and branding plans, prospect identification and outreach, competitive and responsible economic development incentive policies, workforce trends, forecasts analysis and talent development, and community outreach and engagement. 11. Awarding Work. This Agreement is to ensure that there is a sufficient pool of consultants to assist the City with its future economic development needs on a project -by -project basis. In selecting the consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Execution of this Agreement does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered for future work, if and when needed. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 17 CunIL¢r COatrBCt 6 � I i 11' _ � i� e� nJ i C nn.. Mini 1 I 11 a. Estimated calendar days to complete toe work: 2. Total amount original CSO 3. TOUI amount all Drewoua Amendments a. Total amount thus Amendment 5. Total Amount for Engagement 6. Fee for ancillary items for this Service Order Account Code: 1 m Gt, INamel 5ifln.dun: Itn. For Consultant INamel Signature Date Duwsign Envelope ID:]D08W61-A2C1330D41CB2-15C 65FCEF1 Contract No. 24-005-06 EXHIBIT C HOURLY RATES ECONOMIC DEVELOPMENT CONSULTANT SERVICES HOURLYRATES Princi I -in -char a/Economi t Senior 1 238.50 2 Senior Pupiect Manager 8 196.10 3 Pro ctManager/Ptanner/EconomistJuniof $ 185.50 4 Assistant Proect Manager 164.30 Economic ev l m nt Analyst S 159.00 Senior PosldonS andi"AnclRary Roles lnlcuding but not Limped to: 6 Senior Urban Designer Engagement and Research Director (Economic Developmem, Organizational Management) Economic Development Analyst/Research Manager Subiect Matter Specialist Business Analyst Senior FinancialAnalyst Senior Digital Channel Branding Specialist Marketing Channel Management Specialist Economic Development Strategist Mia -USe Development: Market Strategist NTE$159.00 9 10 1 12 14 15 V J ni rAn ( 132.501 18 GIB Technician 11 132.50 RardorPosition and/mAnclitary, Roles Intcudingbut not limited W: 19 Urban Designer Marketing/Advenising Specialist Community Outreach Specialist Public Relations/Media Specialist Graphic Designer Webslte Designer Social Media Specialist Videographer Photographer Editor Copywriter Business Analyst Junior Financ ial Analyst Junior Urban Designer NTE $121.90 20 21 22 4 26 7 PLIVideo 1 32 19 D sign Emrel ID: 7DO66061-A C1430D-6Ce2-15C6A65FCEF1 C=bwt No. 24-005-06 EXHIBIT D APPROVED SUB -CONSULTANTS The Melts Group: target industry attraction advisor. 2. Civic Consulting Group: organization structure lead, government relations lead, land use and redevelopment advisor. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] Dowsign Envelope ID. 7DO86061-A2C7430D-8CB2-15C6A65FCEF1 Contras No, 24-005-06 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 authorize o execute this affidavit on behalf of Entity. - Willdan Financial Services (Vendor Signature) (Company Name) Robert Chris Fisher 27368 Via Industria. Ste 200 Temecula. CA92590 (Print Name) (Address) State of California County of Riverside The foregoing instrument was acknowledged before me by means of ® physical presence or 0 online notarization, this'2110e024by Robert Chris Fisher known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. 21 D sgn Envelope ID: 7D066061-A C7430DECB2-15CsA65FCEF1 ACKNOWLEDGMENT A notary public or ogler o=a=racy, g this certificate verifies only thindividual who signed the documencertificate is attached, and not the trutracy, orvalidity of that document. State of Gail ifJpyrnia J,, County of YC�VC:f'I& ) On \ P (AIV ber M 30aN before me, (insert name and title of the o� personally appeared VVIDIVy QM6 yiish c who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) lslare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. REREIUN v,nN y NMary hblk Wft.e Rived& Covnry ( 7 Commin. E 2Nlfn0 (l���ff ll�� e r+v Comm. Expires Hn 1110E] Signature�A�t1 (Seal) ~��� 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; WILLDAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED PROPOSER; L.M. GENUINE SOLUTIONS LLC, AS THE SEVENTH -RANKED PROPOSER; ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER; GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED PROPOSERS; VISIONFIRST ADVISORS, AS THE ELEVENTH -RANKED PROPOSER: AND CAMBRIDGE ECONOMETRICS INC. AND ECONSULT SOLUTIONS, INC., AS THE TIED TWELFTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on May 15. 2024. the Mayor and City Commission approved the issuance of the Request for Qualifications (RFQ) No. 2024-005-ND for Economic Development Consultant Services; and WHEREAS, Request for Qualifications No. 2024-005-ND (the "RFQ") was issued jointly by the City of Miami Beach. the Miami Beach Redevelopment Agency (RDA), and the North Beach Community Redevelopment Agency (NBCRA) on May 17, 2024; and WHEREAS, a voluntary pre -proposal meeting was held on May 30. 2024, and WHEREAS, on August 6, 2024, the City received a total of 18 proposals: and WHEREAS, On September 11, 2024, the City Commission adopted Resolution No. 2024- 33225, shortlisting the following firms to be further considered in the RFO evaluation process: Accenture LLP, Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions, Inc., Ernst & Young LLP, Goman York Property Advisers LLC, Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., L.M. Genuine Solutions LLC, National Council for Community Development, Inc., PFM Group Consulting LLC. VisionFirst Advisors, and Willdan Financial Services, Inc.: and WHEREAS, the Evaluation Committee, appointed by the City Manager via LTC# 318-2024; convened on September 26, 2024, to interview the shonlisted 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 RFQ; and WHEREAS, the Evaluation Committee ranked the proposers as follows: Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third -ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer, L.M. Genuine Solutions LLC, as the seventh -ranked proposer; Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc., as the tied ninth -ranked proposers; VisionFirst Advisors, as the eleventh -ranked proposer; and Cambridge Econometrics Inc. and Econsuk Solutions, Inc., as the tied twelfth -ranked proposers: and WHEREAS, after reviewing all of the submissions and the Evaluation Commitlee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to establish a pool of pre -qualified consultants for economic development consultant services; authorize the Administration to enter into negotiations with Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the tied third -ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer, L.M. Genuine Solutions LLC, as the seventh -ranked proposer, Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc., as the bed ninth -ranked proposers; VisionFirst Advisors, as the eleventh -ranked proposer, and Cambridge Econometrics Inc. and Econsult Solutions, Inc,. as the tied twelfth -ranked proposers; and further authorize the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE fT DULY RESOLVED BY THE MAYOR AND CRY COMMISSION OF THE CRY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request For Qualifications ('RFQ') No. 2024- 005-ND, for Economic Development Consultant Services; authorize the Administration to establish a pool of prequalified consultants for specific tasks relating to economic development consultant services; authorize the Administration to enter into negotiations with Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Americas, Inc., and PFM Group Consulting LLC, as the bed third - ranked proposers; Willdan Financial Services, Inc., as the sixth -ranked proposer; L.M. Genuine Solutions LLC, as the seventh -ranked proposer; Accenture LLP, as the eighth -ranked proposer; Goman York Property Advisers LLC and National Council For Community Development, Inc.. as the tied ninth -ranked proposers; VisionFirst Advisors, as the eleventh -ranked proposer; and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the tied twelfth -ranked proposers, and further authorize the City Manager and Gty Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 30 day of 2024. Steven Meiner, Mayor ATTEST NOV 0 5 2024 Rafael E. Granado, City Clerk APPROVED AS TO FORM & LANGUAGE &FO EC0TIO4 ro]=) wu- A"xrieA 5rY Da!e Procurement Requests - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO Honorable Mayor and Members of the City Commission FROM: Eric Carpenter. City Manager DATE: October 30, 2024 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFO) NO. 2024- 005-ND, FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES, AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PREQUALIFIED CONSULTANTS FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DAEDALUS CAPITAL, LLC, AS THE FIRST -RANKED PROPOSER; ERNST & 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. The City is dedicated to fostering a robust economy that stimulates balanced growth by connecting business, community, people, and jobs through business assistance and resources, corridor development and redevelopment. real estate, and creating a diverse economy that produces a dynamic and resilient community To meet City goals, objectives, and expectations, a pool of Economic Development consultants (Consultants) is secured to assist the City assess economic development potential, develop economic development strategies, implement projects, provide professional industry insight, build capacity, promote economic development awareness and more (collectively, "Consultant Services"). The Consultants are contracted to assist as needed and by specialty. The current pool of Consultants contracts is set to expire on December 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 Americas, Inc., L.M. Genuine Solutions LLC, National Council for Community Development, Inc.. PFM Group Consulting LLC, VisionFirst Advisors. and Willdan Financial Services, Inc. The Evaluation Committee (the 'Committee'), appointed by the City Manager via Letter to Commission (LTC) # 318-2024, convened on September 26, 2024, to interview the shortlisted firms. The Committee was comprised of Justin Kart, 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 Govemment 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, thusa 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 evaluationsand 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 project. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: hops ffwwsy miam,beachfl opwclty-halllc tv-clerklmeeting-notices) FINANCIAL INFORMATION 011-0531-000312-35404-534-00-00 00 $100.000', CONCLUSION The Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of prequalified consultants for specific tasks relatinq to 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 lied 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. VislonFirst Advisors, as the eleventh -ranked proposer. and Cambridge Econometrics Inc and Econsua Solutions, Inc., as the bed 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 Cltyw;de Is this a "Residents Riaht to Know' item, pursuant to City Code Section 2177 No Is this item related to a G.O. Bond Proiectl No Was this Apenda Item initially rec ested by a lobbyist which as defined m Code Sec. 2181. includes a principal enacted in lobbvino? No If so, specify the name of lobbytstlsl and pnncipal(s) Department Procurement Sponsor(s) Page 45 of 2497 Co-soonsortsl Condensed Title Joint, Award RFQ 2024-005-ND. Economic Development Consultant Services EDiPR Page 46 of 2497 ©t p A o a ATTACHMENT B ADDENDUM AND RFQ SOLICITATION PROCUREMENT DEPARTMENTMIAMIBEACH 1755 Merdian Avenue, 3- Floor Miami Beach, Florida 33139 w .miamiheachfi.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO.2024-005-ND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES June 26, 2024 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers or other Clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough, and additions are underlined). Q1. (In reference to Section 3 — Conflict of Interest, page 7 of bid packet) Considering the size of our fine (over 300,000 global employees), can disclosure of any immediate family member who is also an employee of the City of Miami Beach be limited to those of the personnel identified for this RFQ? Al: Disclosure of any immediate family member who is also an employee of the City of Miami Beach can be limited to those of the Bidder's personnel identified in the proposal. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfi.gov Contact: Telephone: Email: Natalia Delgado 305-673.7000 ext.26263 nataliadel do miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III 1 I "MOUM NO,2 REQUEST FOR QUALIFICATIONS NO. 2R"4 ND FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Florida 33139 vNwi miamibeachil.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 shikethrough, and additions are underlined). I. REVISION. Section 0400, Proposal Evaluation, Subsection 4. Evaluation Criteria is hereby amended as follows: 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience and Qualifications aA! Tab 2) 60 Approach and Methodology (Tab 3) 40 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum Points TOTAL AVAILABLE POINTS for Qualitative and 105 Quantitative Criteria II. RESPONSES TO QUESTIONS RECEIVED: Q1: Who are the current on -call contract holders? At: Lambert Advisory, L.C., The Corradino Group, Inc., Willdan Financial Services, Inc., and Daedalus Capital LLC. 02: 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 REQUEST F N0.1 REQUEST FOROOMIFI MENSNO.SULTO ND Fat ECONOMIC OEVELOPMENTCONSOLTANr SERNCES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, r Floor Miami Beach, Florida 33139 wAw.miamibeachfl.gov Q4: How are subcontractors evaluated in the scoring process? A4: Please refer to Section I. Revision. The subcontractor(s) will be seared 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@miamibeachfi.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelqado(dmiamibeachfi.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, A a Natalia Delgado Procurement Contracting Officer III 2 1 ADDENDUM NO.1 REQUEST FORQUALIFICATIONS NO.2024005N0 FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2024-005-N D Economic Development Consultant Services TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS ' 'B BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS 8 GENERAL CONDITIONS I.GENERAL This Request for Qualifications (RFQ) is issued jointly by the City of Miami Beach, Florida (the "City"), the Miami Beach Redevelopment Agency (the "RDA"), and the North Beach Community Redevelopment Agency (the "CRA"), collectively referred to herein as the "City," as the means for prospective Bidders to submit proposals for the City's consideration in evaluating qualifications to select a firm or multiple firms with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formerly known as BidSync) (www pedscopeholdings.com or www.bidsvnc.00m) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Bidderwho has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope 52G 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 mu0idisciplinary 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, oostKinancial modeling, leadership and organizational development models, business development strategies, targeted industry analysis, real estate development fiscal analysis, cost -benefit analysis, data collection and assessment, marketing and branding plans, prospect identification and outreach, competitive and responsible economic development incentive policies, workforce trends, forecasts analysis and talent development, and community outreach and engagement. This RFQ is not issued for a particular project or service need. The RFQ is being issued to ensure that there is a sufficient pool of consultants to assist the City with its future economic development needs on a project -by -project basis. Therefore, the City may award a pool of two (2) or more consultants that may be eligible to be considered for future work. A master agreement shall be established with each awarded firm. Each future project will be awarded by a Consultant Service Order (CSO), including a negotiated scope of services and cost (by deliverable). In selecting the consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for the project or seek proposals from one (1) or more prequalified consultants. Award of this RFQ does not guarantee that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered for future work, K 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. Ocn TMETAB c The tentee„e schedm. fnr fhis enlinitatinn is as fnllowa' RFQ Issued May 17, 2024 Pre -Proposal Meeting May 30, 2024, at 10:00 am ET Join on your com uter or mobile app ':' BEACH Join the meeting now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 725 334134# Deadline for Receipt of Questions June 13, 2024, at 5:00 pm ET Responses Due July 1, 2024, at 3:00 pm ET Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 711 808 488# Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: P=uwent Coobq'. Tebpl Email The Proposal tideinumber 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 form of an addendum. 5 PRE -PROPOSAL MEETING OR SITE MSITIS). A pre -proposal meefing or site visil(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 725 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 written addenda will be binding and may supersede terms noted in this solicitation. The addendum will be released through Periscope S2G. Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S213 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 RFG Timetable section. M,IAMBEACH 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 rafaelaranadoc(Dmiamibeachfl.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 Bidder(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission/RDA Board/CRA Board (collectively referred to herein as the "City Commission) shall consider the City Managers recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Managers recommendation and select another Proposal or Proposals that it deems to be in the best interest of the City, or it may also reject all Proposals. 11. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Bidder. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Bidders that no property, contract, or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to, approved by the City, and executed by the parties. 12. E-VERIFY. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. MIAMI BEACH 13. PERISCOPE S2G (FORMERLY BIDSYNCI. 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 https:/twww miamibeachfl gov/city-hall/procurementlfor-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier -to -Government, at su000rtAbidsvnc.com or 800.990.9339, option 1, option 1. 14 HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE IVSS). In addition to registering with Periscope S2G, the City encourages vendors to registerwith 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 (hftps7/lselfservice.miamibeachfl.gov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, please submit them to vendorsuppori(rDmiamibeachfi.pov. 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 Citys 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: https,l/www miamibeachfl aov/city-halVprocuremenYhow-to- become-a-vendor/. Balance of Paoe Intentionally Leff Blank 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: httas:ltwww miamibeach0 gov/city-halVorocuremendstandard-termsandconditionsl Balance of Peas Intentionally Left Blank MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1 ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidders responsibility to ensure that its bid including all attachments is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S213 (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 S2GOlperiscopeholdinps.cem. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non - responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any additional information from the Bidder or other source(s), including but not limited to any firm or principal information, applicable licensure, resumes of relevant individuals, dient 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 Citys 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 Bidders primary contact for the purposes of this solicitation MIAMI BEACH 2.1 Organizational Chart: An organizational chart depicting the relationship and reporting hierarchy for all arms, 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) dient references within the last five (5) years, exemplifying experience in providing economic development consultant services. For each reference that the Bidder submits as evidence of similar experience for the firm or any principal, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include the name of the principal). 2.3 Similar Experience of Sub-consultant(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 sub-oonsultant(susub-contractors) are included in the proposal, submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project description, agency name, agency contract, contact telephone & email, year(s), and term of Submit detailed information on how Bidder has accomplished the required scope of services for current or past clients, including detailed examples of services provided, which addresses Bidder's approach and methodology to the following areas of work, including but not limited to: • General economic development services • Economic development strategic plans • Benchmarking • Competitive assessments • Asset -based economic development • Sustainable development • Costifinancial 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 • Prospectidentificalion • Economic development incentive plans • Workforce trend analysis • Economic forecast analysis MIAMI BEACH • Contract negotiations • Project management competencies • Event management and production services • Strategic meeting management • Hotel and Hospitality services • Venue Management • Workforce/Affordable Housing Balance of Page Intentionally Left Blank SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE. An Evaluation Committee, appointed by the City Manager, may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below. In doing so, the Evaluation Committee may review and score all proposals received, with or without requiring presentations. It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission. The City Manager will utilize the results to take one of the following actions: a. In the event that only one (1) responsive proposal is received, the City Manager, after a determination that the sole responsive proposal materially meets the requirements of the RFQ, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations; or b. The City Manager may recommend that the City Commission authorize negotiations or award a contract to one (1) or more firths 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 short4isting of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience d Qualifications of Prime Bidder(Tab .r Approach TOTAL AVAILABLE POINTS for Qualitative Criteria IN Quantitative Criteria Maximum Points • TOTAL AVAILABLE POINTS for Qualitative and 105 Quantitative Criteria 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g., veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants, or any other third party in developing an award recommendation in accordance with Section 0100. Sub-sec0on 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: Qualitathe PalMs 82 I1 committee Quan0aeve PolMs 5 5!13 k asar1 Total 87 79 Rank 1 9 Qualitative Points 82 85 commtllaa Quantitative Points 5 5 Waal Total 87 90 Rank 1 2Qualitative Points 90 74Commalaa Quantitative Points 5 5Memel2 Total 95 79Rank Low Aggregate Score 1 3 2 7 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 Page Intentionally Leff Blank APPENDIX A MIAMIBEACH Special Conditions RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The 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 tens or two (2) one-year renewal terms at the City Manager's sole discretion. The successful contractor shall maintain, for the entirety of any renewal period, the same cost, terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative and not a right of the successful contractor. 3. ADDITIONAL TERMS OR CONDITIONS. This RFC, 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 MIAMIBEACH Sample Contract RFQ No. 2024-005-ND ECONOMIC DEVELOPMENT CONSULTANT SERVICES BY VIRTUE OF SUBMITTING A PROPOSAL, THE FIRM HEREBY TAKES NO EXCEPTIONS TO THE TERM AND CONDITIONS NOTED IN THIS SAMPLE CONTRACT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 Contract No. XX-XXX-XX PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND [FILL IN CONSULTANT NAME] FOR rXXXXXXXXXXXXXXXX1, 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 corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "City"), and [FILL IN CONSULTANT NAME], a [FILL IN TYPE OF ENTITY/I.E. CORPORATION, LLC, ETC.], whose address is XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX ("Consultant"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Department Director. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Fee. Amount paid to the Consultant as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach [FILL IN RFP, RFQ, OR ITS] No. IXXXXXXXXXXXXXX1 for I , together with all amendments thereto, issued by the City in contemplation of this Agreement [FILL IN CORRECT ABBREVIATION RFP, RFQ, OR ITS], 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 ITS]; and the Proposal. Contract No. XX-XXX-XX Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 26724; and fax number (305) 673-7529. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work and services described in Exhibit "A" hereto (the "Services"). [NOTE: EXHIBIT "A" MUST INCLUDE DETAILED DESCRIPTION OF SERVICES] Although Consultant may be provided with a schedule of the available hours to provide its Services, the City shall not control nor have the right to control the hours of the Services performed by the Consultant; where the Services are performed (although the City will provide Consultant with the appropriate location to perform the Services); when the Services are performed, including how many days a week the Services are performed; how the Services are performed, or any other aspect of the actual manner and means of accomplishing the Services provided. Notwithstanding the foregoing, all Services provided by the Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit "A" and to the reasonable satisfaction of the City Manager. If there are any questions regarding the Services to be performed, Consultant should contact the following person: 2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit [XXXI 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 �, with IX)00O(X)0O(Xt 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 FXXX1 hereto. Conhsct 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 EXXXXXXXX , for a total annual amount not to exceed EXXXXXXX . 4.2 [NOTE: INCLUDE AMOUNT FOR REIMBURSABLES, IF ANY]. 4.3 [NOTE: INCLUDE HOW FEE IS TO BE PAID — I.E. "X" PERCENTAGE UP FRONT; "X" UPON DELIVERY; MONTHLY; LUMP SUM; ETC.]. 4.4 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable: Payables(cDmiamibeachfi.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular term(s) of this Agreement, and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attomeys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY Contract No. XX-XXX-XX THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 6.1 Consultant agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other person or entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to Contract No. XX-XXX-XX the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS (NOTE: INSURANCE TYPES AND LIMITS BELOW SHOULD ALWAYS BE SAME AS WHAT WAS SPECIFIED IN BID DOCUMENTS] 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. General Liability, in the amount of $1,000,000 combined single limit, for bodily injury and property damage. The City of Miami Beach must be endorsed as an Additional Insured as their interest may appear. B. Consultant Professional Liability, in the amount of $1,000,000; and C. Workers Compensation & Employers Liability, as required pursuant to Chapter 440, Florida Statutes. A waiver of subrogation endorsement must be provided. 6.4 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach Go EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.7 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. Contract No. XX-XXX-XX CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH Go EXIGIS Insurance Compliance Services P.O. Box 947 Munieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachCdriskworks.cem 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 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 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 City's liability, as set forth in Section 768.28, Florida Statutes. Covtract No. XX-XXX-XX SECTION 9 DUTY OF CAREICOMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS: COPYRIGHT• 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. SAM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS Contract No. XX-XXX-XX (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D) The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and Contract No. XX-XXX-XX performance of this Agreement, for examination, audit, or reproduction, unfit three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: i. If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement: and it. 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 tern or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services, the Consultant shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. Contract No. XX-XXX-XX 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The tens "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. i0] Contract No. XX-XXX-XX (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVILACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. 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 carder 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(d)MIAMIBEACHFL.GOV PHONE: 305.673-7411 10.8 FORCE MAJEURE 11 Contract No. XX-XXX-XX (A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (III) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period 12 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. i104+»LT1401so (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 Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contractfor cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (13)(1) or (13)(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 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 tern and provision of this Agreement shall be valid and be enforced to the fullest extent permttted by law. 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A parry's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not 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 Cont t 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 Date: FOR CONSULTANT: By: Print Name and Title Date: III Aline T. Hudak, City Manager Contract 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 33139 INSURANCE REQUIREMENTS The vendor shall maintain the below -required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (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 furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form 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 Go EXIGIS Insurance Compliance Services. Waiver of Subrogation — The Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — The contractor shall furnish the City with original certificates and amendatory endorsements or copies of the applicable insurance language, effecting coverage required by this Contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 466E — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachColdskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Peas Intentionally Left Blank ATTACHMENT SUNBIZ & PROPOSAL RESPONSE TO RFO omisioe or coacoannoes 1 Lra�a.. of ao rtment of State I Divicicnolformatlms / Sesih Rem I Search- FE jiN_U m�er I Detail by FEVEIN Number Foreign Profit Corporation WILLDAN FINANCIAL SERVICES, INC. Omss Reference Name MUNIFINANCIAL, INC. Egag Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Flied Event Effective Date Principal Address 27368 Via Industria Suite 2D0 Temecula, CA 925904856 Changed: 04/05/2024 Nail) a Address 27368 Via Industria Suite 200 Temecula, CA 92590-4856 F03000006225 33-0302345 12/15/2003 CA ACTIVE NAME CHANGE AMENDMENT 06/13/2008 NONE Changed: 04/05/2024 Se9lstered_A9ant Name a Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD FORT LAUDERDALE, FL 33324 Name Changed: 06/07/2004 Address Changed: 06/07/2004 ORlcerlDimetor Detail Name & Address Title President / CEO Risco, Mark J. 27368 Via Industria Suite 200 Temecula, CA 92590-4856 Title Secretary Nguyen, Kate 27368 Via Industria Suite 200 Temecula. CA 92590-4856 Title Treasurer / CFO Early, Creighton K. 27368 Via Industria Suite 200 Temecula. CA 9259GA856 Title Chairman of the Board Bieber, Michael A. 27368 Via Industria Suite 200 Temecula, CA 92590-4856 Title Assistant Secretary Smith, Rebekah 27368 Via Industria Suite 200 Temecula, CA 92590-4856 Annual RepRrta Report Year Filed Date 2022 04/11/2022 2023 03/02/2023 2024 04/05/2024 Document Imagsa 06 052014 - ANNUAL REPORT View image in POP format 0310112093 - ANNUAL REPORT Yew image in POP format U111IM22-ANNUAL REPORT Yew image in POP Format 04252021-ANNUAL REPORT Yewlmagem POP format 015121t12020-ANNUa REPORT Yew'nV aIn POP Format 0312N2019-ANNI )AL REPORT View image In POP format 0UO2 20 0 -ANNUAL REPORT View Image in POP formal MD.017-ANNOAI REPORT View imp in PDF Mmat QWM16--ANNUAL REPORT View image in PIN Vxma1 01117- ANNUAL REPORT Vlaw Image In PDF format MIDI 2014-ANNU�REPORT View imp In PDF bnnal _J R New image in PDF format IA RFPDRT View Image In PDF brtnal _ _6=1 -ANNUAL REPORT Mew image in PDF bnnat MNUAL REPOIU VNw Image in PDF fmnet 02111IM9-A NUALREPORT View image In PDF Inman rvtH'+@006 -Name CNam£ Yew image in PDF format MMWOM - MNUAL REPORT n.,m, in PDF fwme( J 1 WN0T-ANNUAL REPORT View image in PDF bimat 1WI1 6-RENSTATENENT Yew Image in PDF bmIatJ Vew image In PDFb t iW)MON - MNUiIL EPORT Vlew Image in PDF bmlal 121162 3 - F m an Pmfit Vlew image in POF format BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BI This document Is a REQUIRED FORM ti� and submT.ed- Solkilatkn No: Sdkision rite: BID NUMBER PROJECT TITLE R.E. NAME WYM.n Fm.nal.l B.Mn. NO OF YEARS IN BUSMEBS'. N NO. OF YEARS IN BUSINESS LOCAUX A NO. CA EMPLOYEES:M O9E0 NAM I BIDDER NAS OPERATED UNDER IN TXE VST 10 YEARS CA BIDDER PRIMPAYPDDRESS(HEADQUARTERS). G M'NI,AAMb1ASIM CITY :1—.. STAM CA LPCOCE:MMO ELFPRONE No: e06100i1144 T«L FREE No: WRNIA MA FM No, MW6lM. elDDERLOCALADDRESS:SMSO-V Aw.3 IsM C11 oa,ae STATEFL OPCODe RrM PRIMWYACCWXT REPREBENTATNE FOR TMB ENGAGEMENT Ii Y.Xry ACCWNTREPTEIEPXONE NO: 211d104511 ACC W NT REP TOLL FREE NO: MO-0SS681K ACCOUNT REP EMAIL: INk"Bl NINN agn FEDERATDGnDENTFICATION NO.: xM3&EM By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and 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: Nicolle Stormon, Proposal Services Nicolle Stormon Manager 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 tribal to Confirm Receipt Enter Initial to Confirm Receipt Enter Inifial to Confirm Recei t NS Addendum 1 I Addendum 6 Addendum 11 NS Addendum 2 Addendum 7 Adtlendum 12 Addendum 3 1 Addendum 8 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 anv, of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY Df reammf_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: itllps:l/suppligfportal dnb.comlwebapnlwcststores/serviet/SuppiierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SECTION 5 - REFERENCES AND PAST PERFORMANCE work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: City of Jacksonville, FL Contact Individual Name and Title: Steven. T. Kelley, DBA, Director of Downtown Real Estate & Development Address: 117 W. Duval St., Suite 210, Jacksonville, FL 32202 Telephone:(904) 255-5304 Contact's Email: SKelley@coj.net Narrative on Scope of Services Provided, Project Budget, and Project Dates: Downtown real estate market analysis. 2020 - 2021 $98,000 Reference No.2 Firm Name: City of Tamarac, FL Contact Individual Name and Title: Lori Funderwhite, Economic Development Manager Address: 7525 NW 88th Avenue Tamarac, FL 33321 Telephone: (954) 597-3513 Contact's Email: Lori.Funderwhite@tamarac.org Narrative on Scope of Services Provided, Project Budget, and Project Dates: Economic Development Strategic Plan & Developer Incentives Program. 2018-2020. $75,000 Reference No.3 Firm Name: City of Homestead Contact Individual Name and Title: Zackery Good, Inerim Director of CRA Address: 100 Civic Court Homestead, FL 33030 Telephone: (305) 224-415 Contact's Email: zgood@homesteadfl.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: Economic development and Transit Oriented Development 2023-2024 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? = 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 p� NO SECTION 8 - LGBT BUSINESS f RPRISE 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 b the NGLCC? YES � NO SECTION 9 - BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-1-1-1, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 at seq., apply to this certification and disclosure, 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: Nicolle Storrnon, Proposal Services Nicolle Stormon Manager 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 Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Nicolle Stormon, Proposal Services Nicolle Stormon Manager 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 hnps://library mun!cGde.com/flimiami beach/oodes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR 52-486COSI 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 refaelgranado - miamibeachfl.ggy . By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. SECTION 12 — CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at btto://www miamibeachfl.gov/city= ba[procurement/procurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? p� YES = NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES = NO SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (hltns:l/librarymunicode.com/fl/miami beach/codes/code oiordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV31-0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (hltns:l/librarymunicodecom/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: https:/Aibrary.munmoode.com/fi/m6ami of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 15 — FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 20164012 is available at: By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 — PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: bftps://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- 374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? YES p� NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Govemmenf? 0 YES p0 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? OD YES 0 NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? YES = NO Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specked. 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 at b_Up,//�.miamibeachfi.ggyLgAy-baUprocurementiprocurement-related-ordinance-and- procedures SECTION 19 — MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? = YES F—C2—] NO If yes, explain. Tab 1 Cover Letter and Table of Contents Vv(W I LLDAN NCIAL SERVICES Cover Letter July 1, 2024 Ms. Natalia Delgado Procurement Contracting Officer City of Miami Beach 1755 Meridian Avenue 3' Floor Miami Beach, Florida 33139 Re: Qualifications in Response to the City of Miami Reach, Economic Development Consultant Services Dear Ms. Delgado: Willdan Financial Services ("Willdan") is pleased to submit the following proposal to the City of Miami Beach ("City") for the provision of Economic Development Consultant Services (Services). Willdan understands that the objective of this procurement is to obtain proposals from companies interested in providing on -call economic, development services to enable the City of Miami Beach to respond to time -sensitive needs to evaluate economic development policies and programs. Willdan understands the power of connections between planning, real estate, and economic development to leverage unique community assets while building consensus around community goals for growth and progress. Willdan will take the lead in the economic development planning process, with a concerted focus on mitigating demands on staff resources. We offer our commitment to the City to serve as an extension of your economic development department - as evidenced by our Team's collaborative approach: • We understand that every community is unique. Our job as your partner is to define exactly what makes Miami Beach attractive to current and potential investors, developers, businesses, residents, and visitors. Ourteam excels at immersing ourselves in the opportunities and challenges of the communities we serve, taking our involvement to the next level beyond local knowledge by applying our successful nationwide experience to effect realistic and impactful change. • The Willdan team proposed to support the City has collectively worked in 38 states and 20 countries. The team has provided broadly informed perspectives on industry best practices in real estate and economic development, competitive benchmarking assessments, and successful redevelopment implementation strategies that create and sustain great communities. • Willdan is anchored by 60 years of comprehensive municipal consulting experience spanning public finance, Planning, engineering, energy, and sustainability. Our in-house experts in infrastructure investment and economic development are successful in crafting realistic, financially feasible plans because we speak the same language as staff and elected officials. • Willdan offers a history of working with various development partners to implement local government redevelopment goals. The Willdan Team has established relationships with a variety of local real estate, planning, urban design, engineering, architecture, brokerage, and developer resources that may be called upon to join focus groups, workshops, or to augment specific analyses as part of the not -to -exceed budget. Willdan Financial Services' Orlando Florida will further enable our team to quickly initiate projects immersion process, connecting with the City's diverse stakeholders to deliver data driven. • Civic Consulting Group("CCG") isjoiningthe Willdan team after several The Willdan Team years of its principals jointly consulting on redevelopment projects in Willdan is joined by The Metts Homestead, Florida, where Willdan provided economic impact and Group and Civic Consulting New Markets Tax Credit support services on an entertainment district Group- long term partners anchored by a multiuse library of the future. Together, our Team has T 800.755.68641 F 888.326.68641200 S Orange Avenue, Ste 1550, Orlando FL 328011 www.willdan.com Ms. Natalia Delgada, procurement Contracting Officer Cityof Miami aeoch qualifications in Response, Economic Development Comunont Services July 1, 2024 j Page ill collaborated on a broad range of economic development initiatives related to downtown urban redevelopment and technology sector attraction. The Metts Group is a woman -owned economic development firm focused on workforce development and industry cluster attraction strategies. Together, our multidisciplinary team has collaborated on a broad range of economic development initiatives including Economic Development Strategic Plans for the Cities of Pinellas Park, Cudahy, Pleasanton, and Paso Robles in California. The following response highlights our qualifications and experience, further introduces our team, and provides references that can speak to the quality of our work. As Vice President, I, Chris Fisher, am authorized to bind the firm. Ms. Molly McKay, proposed Project Manager and primary contact, is authorized to represent Willdan Financial Services regarding this submittal. Please contact her to discuss any aspect of our qualifications or to arrange for an interview with our team. Molly McKay, MA, CEcD Managing Principal & Project Manager 200 S Orange Avenue, Ste 1550, Orlando FL 32801 Officelt: (800) 755-6864 1 Cell#: (202) 510-0511 Email: MMcKav@Willdan.com I www.Willdan.com Sincerely, VVILLDAN FINANCIAL SERVICES Molly MAY Managing Principal Chris Fisher Vice President / Director COMPREHENSIVE. INNOVATIVE. TRUSTED. W Table of Contents Tab 1 Cover Letter and Table of Contents CoverLetter ._........... _... ............................................ _......................................... _....................... _._.._._.._I[ Tableof Contents .._....... ....................................... ..... _............................................ ..... _............ ._... _.... iv Tab 2 Experience and Qualifications ... _......... _....................... _......... _.... _... _......... _......................... ......... _...... 5 OrganizationChart _............................................................................................................... _._.._._.___.._......6 KeyPersonnel ........ ._........................................................................................................................... ...._..._._.._._...7 ProjectRoles........................................................................................................................................................7 Resumes............................................................................................................................................................... 7 MollyMcKay, CEcD. MA.......................................................................................................................................8 JamesEdison, JD, MPP.........................................................................................................................................9 JadeShipman, AICP............................................................................................................................................ 10 CarlosVillarreal, MPP......................................................................................................................................... 11 AliviaMetts........................................................................................................................................................ 12 GemmaTorcivia, JD, MBA.................................................................................................................................. 13 EnricoAmmirato, MA......................................................................................................................................... 14 Qualifications of Bidder ____............... ................................... ... __._.._._._.____.__...._..._....._._.._....._.._75 Firm Profile..___...._. ............ _..__....._..__.__...__......_..._._..__...._._._._._._._._..__..__.__..__.........._._.._...__._21 WilldanGroup Inc.............................................................................................................................................. 21 Willdan Unique Experience, Resources, and Capabilities.................................................................................. 22 Willdan Firm Culture and Community Investment............................................................................................ 23 Diversity, Equity, and Inclusion.......................................................................................................................... 24 Similar Experience of Sub -Consultants ..................................... ..... ........ _... _......................... _........... 25 TheMetts Group ...... _.... _..................................................................... _...__.._._...__.._._. CivicConsulting Group.._....................................._....._.._..._....._._.._._.._....._............__.._........_....._.........._._.._._.._......26 Evidence of Prior Working Experience .......... _................. _.... ................... _....... ........ ......... _..... _.............27 ClientReferences ................................ _............. _............ _..................................................................... 31 WilldanFinancial Services................................................................................................................................. 31 TheMetts Group............................................................................................................................................_ 31 CivicConsulting Group...................................................................................................................................... 31 Similar Project Experience .._....... __....... _.............. ........... _..... ............... _........ _..... _..... _............. _.._._._.._...32 Tab 3 Approach and Methodology ......... _........................... .... _..... ................... _............... ................ _....... _33 Part 1: Economic Development Strategic Plan 34 Project Management Plan 8 QA/QC Approach ........... _.._............................_._.._....._._.._.._._......_.._._.._.._.._.38 ProjectManagement......................................................................................................................................... 38 Quality Assurance / Quality Control Process..................................................................................................... 39 ClientResponsibilities......................................................................................................................................... 40 ProjectDisclaimer.............................................................................................................................................. 40 *r,'WILLDAN r economic oevMwonew conswunr senores N e Experience and Qualifications � � 0 FW-7 6zfLA } Key Personnel Our management and supervision of the project team is very simple: staff every position with experienced, capable personnel in sufficient numbers to deliver a superior product, on time and on budget. With that philosophy in mind, Willdan has assembled a senior level project team to serve the City through this engagement. Molly McKay, CEcD, MA Project Manager Managing Principal, Willdan Real Estate Redevelopment Lead Economic Development Lead James Edison, JD, MPP Managing Principal, Willdan Jade Shipman, AICP Principal Consultant, Willdan Principal -in -Charge Senior Public Finance Advisor Real Estate Market Analysis Business/Developer Outreach Real Estate Market Data Collection Carlos Villarreal, MPP Public Facilities & Infrastructure Principal Consultant, Willdan Analyst GIS Asset Mapping Alivia Metts Lead Economist Target Industry Attraction Advisor The Metts Group Lemma Torcivia, JD, MBA Organization Structure Lead President Land Use and Redevelopment Civic Consulting Group Advisor Enrico Ammirato, MA Government Relations Lead Principal Land Use and Redevelopment Civic Consulting Group Advisor Resumes Resumes for Willdan's project team are presented on the following pages. General economic development services Economic development strategic plans Benchmarking Competitive assessments Asset -based economic development Sustainable development Cost/financial modeling Real estate development fiscal analysis Cost -benefit analysis Data collection and assessment Leadership and organizational modeling Business development strategies Target industry analysis Marketing plans Prospect identification Economic development incentive plans Workforce trend analysis Economic forecast analysis Talent and business attraction/retention Contract negotiations Project management competencies Event management and production services Strategic meeting management Workforce/Affordable Housing Community/stakeholder communications & outreach rtr WILLDAN ➢�" Economic Development Consultant Services 7 Education Masterof Arts (Honors), International Politics & Economics Fulbrlght Scholar, University of Exeter, Devon, UK Bachelor of Arts (Honors), UniversityofKansas Study Abroad: University of Low, Economics & Political Science, Aix -Marseille Ill, Aix-en-Provence, France Post-Graduote Studies: Beal Estate Finance & Investment, Johns Hopkins University Cary Business School, Washington, DC Accreditation certified Economic Developer(CEc0), International Economic Development Connell Molly McKay, CEcD, MA Managing Principal - Willdan Molly McKay, CECD, is a Principal at Willdan Financial and Economic Consulting Services, based in Washington, DC. Specializing in real estate and economic development consulting, Molly provides market and financial feasibility analysis, as well as strategic economic development planning services for cities, counties, real estate investors, developers, and planning/design/engineering firms. Molly has consulted on development initiatives in 32 states, as well as in 20 countries across the Middle East, Africa, and the Caribbean. Her projects range from urban infll/adaptive redevelopment Initiatives to large-scale economic development strategic plans, all aimed at creating vibrant, healthy, sustainable, and resilient communities. Molly frequently serves as an economic advisor to municipalities, investors and developers, engineering firms, nonprofit organizations, and others throughout project feasibility, financing, and implementation. In this advisory role, Molly conducts research and scenarios testing to evaluate real estate market and economic conditions, measure the public costs and benefits of innovative financing and incentive mechanisms, and provide strategic real estate development planning support services to inform economic development policy frameworks. She designs and develops custom-built multivariate financial, fiscal and economic modeling tools, industry cluster analyses, local and regional economic competitiveness benchmarking, project management plans, case studies, best practices, evaluation summaries, and project implementation, monitoring and reporting plans. Before joining Willdan, she was a senior associate of the Economic Policy and Planning Practice of AECOM Economics (formerly Economics Research Associates) from 2003-2012; a manager in the Real Estate Consulting and State & Local Tax Practices of Ernst & Young (1997-2002), and program coordinator, ULI-the Urban Land Institute's International and Advisory Services (1995-1997) and the International CKy/County Management Association (ICMA) in Washington, DC (1992-1995). Certification in social Science Research Molly serves ULI-the Urban Land Institute as Redevelopment & Reuse Council Chair, DEI Vice - Methodology. UniversRy of Chair,Washington's Regional Land Use Leadership Institute Planning Committee Member, and Exeter, Devon, UK Housing Impact Task Force Subcommittee Chair. Professional Affiliations Select Project Experience American Panning • City of Paso Robles, CA— Economic Development Strategic Plan and Spaceport Innovation Association(APA) Corridor Formation Congress for Hew Urbanism • City of Pleasanton, CA — Economic Development Strategic Plan and Life Sciences and international Economic Biotechnology Attraction Strategy Development Cauncil(IEDQ • City of Cudahy, CA— Economic Development Strategic Plan ULI — the Urban • City of Little Rock, AR— Rock Region METRO, TOD Market & Feasibility Study Land Institute City of Jacksonville,FL— DIA, Downtown Market Feasibility Analysis • City of Lancaster,TX— Economic Development Strategic Plan ao vears'Experience City of Miramar, FL— Economic Development Action Plan • City of Pembroke Pines, FL— Economic Development Strategic Plan • City of Tamarac, FL— Economic Development Strategic Plan • City of Taylorwille,UT— Commercial Center BRT Master Planning/Revitalization Initiative • City of Tucker, GA— Economic Development Strategic & BREP Plan City of Fort Lauderdale, FL — Economic Development Strategic Action Plan "af WILLDAN C9 q natal, Economic o.volopment Consultant services a James Edison, JD, MPP Managing Principal — Willclan Mr. James Edison specializes in the nexus between public and private, with expertise in public - private partnerships, and the benefits of economic development to municipalities and state, provincial, regional, and national governments. He has particularly deep expertise in land use economics with a specialty in finance and implementation, including fiscal impact and the public and private financing of infrastructure and development projects, both in the United States and internationally. He has worked for both public and private clients on the implementation of public -private transactions, providing market and fiscal analysis, finance strategies, and negotiation support. His public -sector experience includes local and regional Education economic impact studies, fiscal impactevaluations, new government formation strategies, and Juris Doctorate, unlwrsny of California, the creation of impact fees, assessments, and special taxes to fund infrastructure and public Sch000lf ofLaieow facilities. Master of Public Policy, James has conducted numerous evaluations of the economic and fiscal impact of specific plans Goldman School of Public and consulted on a wide variety of land use planning topics related to community revitalization Policy, university of and the economic and fiscal impacts of development. He has evaluated markets for entire new California, Berkeley towns as well as for individual proposed residential, retail, entertainment, office, R&D, hotel, each and mixed -use projects throughout the western United States and abroad. elor ofArti, Magna cum 1--de, Harvard As a former bond attorney, James understands the legal underpinnings and technical Unlve'dry requirements of public financing instruments and has advised both public and private clients Professional on the use of individual instruments and the interaction between those instruments and the Registrations needs of developers and project finance. He has also conducted project feasibility studies for Member of slow ear, a wide range of development, often in connection with community revitalization or expansion California efforts. He has Conducted fiscal impact evaluations in a wide range of contexts, including specific plans, individual development projects, community revitalization programs, Professional Affiliations annexations, and government reorganizations. Council of Development Finance Agencies Select Project Experience CFA Society of San • Alameda Point Development Corporation, CA— Alameda Point Conceptual Financing Plan Francisco ' City of Oakland, CA— EconomicConsuting Services for the Former Redevelopment Project Areas Congressforthe New City of Paso Robles,CA— Economic Development Strategic Plan Urbanism • City of Pleasanton, CA— Economic Development Strategic Plan urban land institute • Cltyof Cudahy, CA— Economic Development Strategic Plan Seaside Institute • City of Pinellas Park, FL— Economic Development Strategic Plan City of Jacksonville, FL— DIA, Downtown Market Feasibility Analysis InternationalEronomic • Development Cauncll • City of Tamarac, FL— Economic Development Strategic Plan & Developer Incentives Study City of Miramar, FL— Economic Development Action Plan 26years• Experience a City of Fort Lauderdale, FL— Economic Development Strategic Action Plan • City of Kalispell, MT —Core Area Market Analysis & Economic Development Strategic Plan • County of Monterey, CA— East Garrison Specific Plan Financing and Implementation • County of Napa, CA— Napa Pipe Specific Plan Analysis • Niagara Frontier Transportation Authority (NFTAI, NY — Consolidation Study Adaptive Reuse Market Analysis & Cost -Benefit Analysis • Stanislaus County, CA —Development Impact Fee Study "• County of Riverside,CA— Development Impact Fee Study 'W� WILLDAN Lai, ,,,., C Economic Development consultant services Jade Shipman, AICP Principal Consultant - Willdan Ms. Jade Shipman has a broad base of experience working on urban planning and real estate development projects throughout the United States for public, non-profit, and private sector clients. She specializes in economic development strategies, community impacts, market &A feasibility, and the use of tax incentives to finance developments that are unable to utilize conventional sources of financing. Prior to joining Willdan, Jade was with Economics Research Associates and AECOM Economics, serving as the practice leader for the firms' New Markets Tax Credits (NMTC) business line, Education which involved conducting community impact assessments for Enterprise Community mostero/ntymarmnP, Partners, Bank of America, Telesis and other financing entities. These case studies analyzed emphosis in the public benefits of innovative real estate projects in low- and moderate -income international ecanomlc development University communities. lade has completed evaluations of more than 50 such developments in more of pe m,,t um. than 20 market areas nationwide, from Seattle to San Diego and Florida to Maine. Jade is the Principal at Jade Shipman Economics, providing economic development support in Bachelor of am, communities seeking to utilize NMTCs to finance community -serving real estate projects. She Sociology, Univnsky of evaluates pipeline projects for future impact, measures community benefits, and provides California. Santo Barbara groups with consulting in preparingtheir NMTC applications for Federal funding. Jade has lectured at Georgetown University Law School and UC Berkeley's Haas School of Affiliations Business and speaks at national conferences about economic impacts. She served as a American Institute Of Crican In tituteOf scoring applications for federal funding across multiple consultant to the US Treasury,g pp g p programs. AmericanII.Iattion Planning Select Project Experience Associ • City of Pleasanton, CA —Economic Development Strategic Plan is Years experience • Environmental Protection Agency, US — A large-scale study of residential price appreciation within 17 Smart Growth developments nationwide • City of Foster City,CA— Fiscal Impact Analysis of Mixed -Use Redevelopment • City of Burlingame,CA— Economic Analysis for the Downtown Specific Plan • Barrio Logan Community Plan, San Diego, CA— Economic Analysis • Cities of San Diego, Seattle, and San Francisco, CA — Market Feasibility and Economic Impact Studies for Proposed Convention Center Expansions • California High Speed Rail Authority, CA — Market and Relocation Economic Studies for the Merced to Bakersfield portion of the California High Speed Rail • City of Lake Elsinore, CA— Economic Development Strategy • Master Planned Community, Albuquerque, NM — Fiscal Impact Review • City of Nampa,ID— Downtown Market Feasibility Study • City of Houston,TX— Market Analysis for a 700-acre infill Mixed -Use Development • San Francisco Convention and visitor's Bureau, CA — Economic Impact Study of Exhibit Space • San Francisco Bay Area Rapid Transit District, CA— Land Value Analyses for the planned southern extension of the San Francisco Bay Area Rapid Transit District's Fremont line • Private Developer, Ogden, UT —Market Feasibility for a Resort and Residential Project • City of Soledad, CA — Market Analysis for a Downtown Parcel am q WILLDAN Pui"av Economic cevNopmem Consultant services 10 Education Master of Public Polity, Goldman School of Public Policy, University of California, Berkeley Carlos Villarreal, MPP Principal Consultant - Willdan Mr. Carlos Villarreal, a Financial Consulting Group Principal Consultant, possesses extensive experience documenting nexus findings for development impact fees, preparing capital improvement plans, facilitating stakeholder involvement, and analyzing the economic impacts of fee programs. He has supported adoption of fee programs funding a variety of facility types, including, but not limited to, transportation, parks, library, fire, law enforcement and utilities. Select Project Experience City of Pleasanton, CA —Economic Development Strategic Plan: Carlos has been instrumental in the development of the economic model. He is serving as the economic analyst and has led the data collection and analysis. City of Pinellas Park, FL— Economic Development Strategic Plan: Carlos' primary responsibility was the development of the economic model. He served as the economic analyst and GIS specialist and led the data collection and analysis. 8o1helorofArty Geography, Unne,,#,f City of Jacksonville, FL — DIA, Downtown Market Feasibility Analysts: Carlos served as the Califomia, Los Angeles, economic analyst and was responsible for data collection and analysis. He was the primary for Minor in Public Policy and the development of the economic model. Urban Planning City of Pembroke Pines, FL — Economic Development Strategic Plan: Carlos served as the Areas of Expertise economic analyst and is responsible for data collection, GIS analysis and economic analysis. Fiscallmpact Analyses He provided guidance on the development of the economic model. Development Impact Fees City of Waco, TX — Comprehensive Plan Fiscal Impact Analysis: Carlos was the lead financial Public Plans s financinngg Plan analyst in the preparation of a fiscal analysis that examined the implications of the City's most recent Comprehensive Plan. 7o test the fiscal sustainability of the Comprehensive Plan, GISAnalysis Willdan formulated prototype developments that captured the fiscal implications of several development patterns. The analysis measured the fiscal costs (such as police services) and 18 years' Experience revenues (such as property taxes) generated by development, with a range of development variables including development type and geographically specific policies (such as residential tax abatements in targeted areas). Sty WILLDAN rvuu�..m MNCPPC, MD— Prince George's Plan 2035 (Evaluation 2019): Carlos served as the economic analyst and GIS specialist on MNCPPC's Plan 2035's evaluation of progress against goals related to Countywide "Indicators of Success." Willdan created a demographic and economic benchmarking dashboard to measure the success of key indicators and growth management goals. Alameda Point Development Corporation, CA — Alameda Point Conceptual Financing Plan: Carlos served as the financial analyst for the Alameda Point Development Corporation on a number of assignments related to the financing of infrastructure at Alameda Point, the feasibility of development, the financing of services, fiscal impacts and mitigation, and selection of developers. Stanislaus County, CA — Development Impact Fee Study: Carlos served in the role of project manager for the County/s impact fee study update. The study included a range of fee categories including animal control, behavioral health, criminal justice, detention, emergency services, health, library, park, sheriff patrol and investigation, and countywide information technology facilities. Fees are collected on new development countywide, including incorporated municipalities within the County. Economic De dopmenl Consukam Services Alivia Metts Principal Economist —The Metts Group Ms. Alivia Metts is the founder of The Metts Group. She has over 22 years of experience in helping communities thrive. Her insightful economic and demographic analyses guide decision makers in economic and commercial development as well as transportation and community development. Alivia has worked in both the public and private sectors. She focuses on the special needs of Communities and has performed economic analysis across all industries for businesses, governments, urban renewal agencies, and economic development agencies. Her projects have run the gamut from convening stakeholders to planning commercial and education industrial parksthrough economic feasibility and market analyses. Alivia workswhh colleagues Bachelor of Arts, Economics, University of Michigan across the Country to complement her expertise and services. Select Related Experience Associate of Business Administration, Oakland Economic Development. Alivia has worked with economic development organizations Community college across the country in supporting their strategic efforts to foster economic resiliency. From Comprehensive Economic Development Strategy updates to industry cluster analyses and Areas of expertise workforce gap analyses, she has led numerous efforts that have spurred policy change and Demographic; spearheaded pivotal economic development efforts to help communities thrive. Economic Impact Analysis Economic Impact Assessments. The Metts Group has performed and prepared a Market Feasibility variety of economic impact assessments throughout Its tenure. Analyses have helped inform Glsanalytics and guide the decision -making process for Communities, businesses, governments, and 22 Years' Experience economic development agencies. As a result, many Communities, businesses, and organizations were able to obtain additional funding or permitting justifying expansion efforts or existence. Some impact studies Conducted included subdivision development, community center, urban renewal agencies and community health clinics, as well as the direct, indirect, and induced impacts to the overarching mining, timber, aerospace, tourism, and health care industries. This solid foundation of research has informed the methodology used to help balance fiscal, social, and economic factors. Market Feasibility Assessments. Developers, business owners, bankers and aspiring entrepreneurs lean on the expertise of The Metts Group to perform initial market feasibility analysis and assessment for potential projects. Assessments would include demographic analysis, potential target markets and projected industry employment. Some projects include site development, subdivision developments, storage unit facilities, physician's clinic and work with Idaho Aerospace Alliance and economic development organizations. Alivia also conducts industry cluster analyses as well as comprehensive industry reports, including supply chain analysis for target marketing. Demographic Analysis. The demographic analysis conducted by The Metts Group has been used in decision -making processes. Our work on in- and out -migration broken down by timeframe, age group, industry and labor force participation rates has guided statewide projections as well as provided businesses, economic development organizations, and developers the tools to take a more targeted approach and make informed decisions. Housing Market Analysis. As a leading indicator, The Metts Group watches the housing market closely and enjoys analyzingthe state, as well as potential, of the housing market. Alivia has served as the Spokane -Kootenai Real Estate Research Committee's editor and report author for several years. 'WWILLDAN nni _ � Economic o�Nepment consultant services Education luris Doctorate, Florida International University College of Law Gemma Torcivia, JD, MBA President — Civic Consulting Group Gemma Torcivia is the Founder and President of Civic Consulting Group. Gemma has served local communities in several capacities for eighteen years; and brings a wealth of knowledge in assisting local agencies with innovative concepts and ideas. Select Project Experience Civic Consulting Group, LLC I Founder and President: Gemma provides direct support, strategic planning, government relations and relationship management for clients in the public and private sectors; negotiates and manages multi -million dollar contracts for city governments for public -private partnerships, development and transit; provides public facing communications and project support for clients; and develops campaigns to secure capital for clients' development and construction projects. Master of Business TG Law, PLLC, FL I Founder and Managing Partner: TG Law is a civil practice firm emphasizing Administration, Florida in local government law, business and corporate matters, land use, employment law, International University community redevelopment agencies, administrative law and legislative issues, litigation in Bachelor of Arts Florida Federal and State Trial Courts and before administrative agencies; and provides county, state International University and federal grant support for Florida local governments. Gemma was named Super Lawyers Professional Registrations Rising Star 2023. Member of state Bar, City of Delray Beach, FL I Economic Development Director: Gemma was the director for the Florida City of Delray Beach's economic development response to COVID-19 and provide resources and support for area businesses during COVID-19 closure, Phase 1 and Phase 2 re -openings. Community Affiliations Served as a member of the Executive Leadership Team and provided critical guidance for Board Member, Palm Beach County emergency management operations. Human Rights Council Roberts, Reynolds, Bedard & Tuuio, FLI Associtate Attorney: Gemma, while with Roberts, Reynolds, Bedard & Tuzzio, provided vigorous defense for a variety of insurers in personal Member of Governmental injury, first parry property, governmental liability, eminent domain and construction defect and Public Poll" cases; including representing a variety of governments in civil litigation including: City of Advocacy Committee and Boynton Beach, City of Delray Beach, Town of Palm Beach, Town of Jupiter, Pal -Mar Water Advertising Committee, Control District, Hobe -St. Lucie Conservancy District. Prepared and managed insurance Florida Bar defense cases proceeding to trial, including developing and guiding case plans, drafting pleadings, managing discovery, conducting and defending depositions of fact and expert Member, Palm Beach witnesses, attending hearings and participating in settlement negotiations. County Bar Association Homestead Community Redevelopment Agency ICRAI, Homestead, FL I Executive Director: 19 years' Experience Directed the Homestead CRA, managed five employees and a $2.5 million annual budget. Managed contract negotiations and project plans for over $75 million of capital projects. Negotiated a $60 million public private partnership to develop a multi -modal transit development, including working with bond counsel on a $30 million taxable municipal bond. Project manager for New Market Tax Credits, including securing funding and developing contracts. Negotiated with property owners and worked with City Attorney for property acquisition for public projects, including working on eminent domains, closings, and implement federal takings requirements. City of Homestead, FL I Economic Development Manager: Designed the City's five-year economic development plan and built political will and community support for implementation. Served as a team member on $55 million of capital projects that were completed on time and on budget. Drafted and presented agenda items, resolutions and ordinances for planning and zoning board meetings, historic preservation meetings and City Council meetings. V/WILLDAN LadYsm Economk Development consultant Services R -- Enrico Ammirato, MA Principal — Civic Consulting Group Education MasterofArts- communimtior,Culture, and Technology, Georgetown University, Washington D.C. Enrico (Rick) Ammirato is a Principal of Civic Consulting Group. Rick is a proven government and nonprofit executive with extensive government relations, constituent relations, municipal government, and economic development experience. Select Project Experience Civic Consulting Group, LLC I Principal: Rick provides economic development, project management, land -use, business solutions, government relations and crisis Communications. Rick is part of a team of seasoned professionals working in government administration, public relations, law, education, and government relations. FMCA Consulting, LLC, Bethesda, MD I President: FMCA Consulting provides consulting services to public, private, and nonprofit organizations in the areas of board development, operations, government relations, strategic planning, crisis communications, and constituent relations. Bachelor of Am, DC Business Improvement Districts Council, Washington, DC l Executive Director: The DC BID Literature and Council is the association of DC's Eleven Business Improvement Districts. The BID Council Communication works collaboratively to address issues that cut across BID boundaries to foster a vibrant and Pace Unmenhy, healthy city and thriving neighborhood economies. Implemented the boards strategic goals Pleasantville, NY around districtwide issues such as economic development, homelessness, parks and public Areas of Expend" space funding, gun violence prevention, and "return to office." Updated the organizations Executive Leadership governing documents such as bylaws, conflict of interest policy, and procurement policies. strategic Planning Bethesda Urban Partnership, Inc, (BUP) Bethesda, MD I Executive Director: Worked closely Project Management with the Board of Directors to formulate and implement strategic goals with respect to services Grant Marwgemenr and programs. Implemented the policies and priorities of the Board of Directors by Media Relatuns coordinating BUP's staff to achieve desired results. Successfully navigated BUP's five-year Event Planning reauthorization bythe Montgomery County Council. h II Budgeting City of Homestead, FL l Assistant City Manager: Implemented City policies throughout a City Departments. Oversaw the Finance Department, the City -owned Electric Utility, the Consensus Building Development Services Department, the Public Information Office, and the Community Awards, Boards, Redevelopment Agency. Collaborated with the City Manager on the strategic planning and Committees, Certincations execution of a $100 million economic revitalization effort in the Historic Downtown Director's Partnership Homestead that included public and private investment, the construction of public Award: U.S. Department infrastructure, and educational, cultural and entertainment facilities. Coordinated the City's of the Interior National legislative agenda and managed the City's lobbyists. Parksservice Leadership Montgomery City of Homestead Community Redevelopment Agency Homestead, I Executive Intemationaloowntown Director: Implemented CRA Board's economic redevelopmentent p policies within the historically Association Emerging underdeveloped and undeserved neighborhoods of the City of Homestead. Created and Leaders implemented an economic development plan for the City of Homestead's historic downtown White Plains Performing district. Represented the City of Homestead and the CRA Board in front of state and county Arts Center Executive governmental bodies. Work with state and federal lobbyists to create and implement a Committee Member legislative agenda. City of Homestead Historic White Plains Business Improvement District (BID), White Plains, NY I Executive Director: Preservation committee, EX OfRepresented membership of 145 commercial property owners and over 300 small business City of Homestead Artn io a memP in owners. Worked closely with the Board of Directors to formulate and implement strategic Public Places Committee, goals with respect to services, programs, marketing, and board development. Managed Ex Officia government relations with municipal, county and state officials. Coordinated media plan to promote the Board's strategic agenda. Managed the day-to-day operations of the White Plains 20 Year' Experience Downtown DID. off (9 vt, WILLDAN nwp Ecdwmic Development Consuitnrt Services Qualifications of Bidder The following pages provide case studies of engagements managed by the proposed project manager and proposed William Team staff to illustrate our experience in economic development consulting services as required by the RFP. City of Tamarac, FL Economic Development Strategic Plan Services Stakeholder Engagement ECUNOMIt, Real Estate Analysis & Public - DEVELOPMENT �f op Private Partnership PLAN 2010- Retail & Small Business Development Fiscal/Economic Impact Analysis Affordable Housing Willdan prepared the City ofTamarac's Economic Development Strategic Plan a Economic, Workforce & (the Economic Development Element of the City's Comprehensive Plan(, Demographic Analysis adopted in May 2018. This planning effort was funded by the Florida Department of Economic Opportunity and included the preparation of a e Commercial Area baseline Data & Analysis Report; as well as identification and recommendation Redevelopment Plans of potential citywide economic development incentive programs for business retention and recruitment that are applicable to five retail revitalization R e p o r t L i n k "Focus Areas" and citywide; a targeted business incubation strategy, formulation of a land bank policy; establishment of a public realm httos,//wwwdropbox.com/s/f improvements (Placemaking) fund; and an implementation program and x9bkcdo872ime4/famarac%20 "economic dashboard" of benchmarking metrics to measure the success of Final%20EDSP 2018 05 16.pd strategies and initiatives. Vdl=O To achieve the City's economic development goals and objectives, Willdan conducted stakeholder interviews and a private bus tour sponsored by ULI - P r o j e c I M a n a g e r the Urban Land Institute -of Focus Areas with real estate developers, brokers, retail tenants and others to determine the market and regulatory conditions Molly McKay required to attract private redevelopment activity in the City's most disinvested retail plazas. This Innovative public outreach process resulted In the assemblage and disposition of one site now undergoing mixed -use residential/retail redevelopment by Eden Multifamily. The five-year plan envisions approximately $5 million of economic development investments supported by multiple sources of funding from the City's General Fund, grants and other alternative funding opportunities allocated to each of the plan's five-year implementation horizon. P r D je Ct Su Cce ss a s: The Economic Development Element deliverable was named in the top 5 of more than 80 State of Florida Office of Economic Opportunity Grant submissions for the quality and tactical implementation plan. Willdan/RMA were subsequently hired in 2019 to conduct a Developer Incentives Study to establish the City of Tamaracs Developer Incentives Program, including guidelines and application process. NVWILLDAN naaa.an Economic Development Consultant services DIA/Cif of Jacksonville, FL Downtown Market Feasibility Study JACKSONVILLE DOWNTOWN MARKET FEASIBILITY STUDY Willdan's team utilized their knowledge and expertise in real estate market feasibility and development, and real estate market analysis to assess the current, and project the future, feasibility of Downtown Jacksonville's office, commercial/retail, hospitality, and residential development and redevelopment, inclusive of both the Northbank and Southside Community Redevelopment Areas. The real estate market feasibility analysis utilized exciting new data sources, such as Placer.ai, to evaluate neighborhood/district-level trends to inform: Policy recommendations Redevelopment strategies Allocation of tax revenue and development incentives This was a complex undertaking involving the compilation, analysis, update, and expansion of baseline demographic data and real estate trends and projections; providing an assessment of development opportunities and constraints, as well as opportunities to catalyze development activity with targeted incentives, in each downtown neighborhood district. Willdan conducted stakeholder interviews with real estate developers, brokers, retail tenants, and others to determine the market, regulatory conditions, and targeted incentives required to attract private development and redevelopment activity in the City's most disinvested downtown areas. The key conclusions from the market feasibility study are that Downtown Jacksonville has made significant progress towards the CRA Plan development goals, and that the city should direct development incentives to identified areas of need as certain neighborhoods/districts no longer need incentives. Services • Stakeholder Engagement • Real Estate Market Analysis • Incentives Analysis • Demographic & Market Analysis at the District Level Project Successes: The Downtown Jacksonville Market and Feasibility Study informed Developer Incentives policy recommendations inthe j CRA Plan Update, further catalyzing more than $1 billion of redevelopment in disinvested downtown neighborhoods. Peer Cities Case Study Research & Benchmarking Report Link Part l: httos-//wi Ildan. box.com/s/8gi hw6s2ks4v945z085eroldbtVo 33dk Part II: https,//wilidan.box.com/s/c4i nilm796kfcatwh6Dkub45tn2e k38 Project Manager Molly McKay WILLDAN nnwa�i.min Economic Development Consultant Services City of Tucker, GA Economic Development Strategic Plan In March 2023, KB f Advisory Group in City 01 partnership with Willdan 7 Financial Services and Tucker Urban Pulse, Completed the City of Tucker, Economic Development Georgia's Economic Development Strategic Strategic Plan Plan (EDSP), which represents the first plan of its kind for the City. The EDSP is a foundational document for Tuckers Economic Development Department, as it identifies Tuckers existing assets, considers a five-year economic outlook, establishes the economic vision, and provides strategies and implementation steps to achieve the outlined goals. The creation of this plan was inclusive of input from Tuckers citizens, businesses, local and regional partners, City staff and leadership, and mayor and council. The plan determined that the City of Tucker benefits from its geographic position within the growing Atlanta metro - the location enables Tucker to bolster its economic base, in keeping with the goals identified in the Tucker Tomorrow Comprehensive Plan. Demographic trends revealed Tuckers many strengths, including a well- educated workforce, high -earning households, and racial and ethnic diversity. Additionally, Tucker citizens identified Tuckers strengths in access to greenspace, a relatively low cost of living, a strong sense of community, and authentic old -town charm within Tucker's Downtown core. Existing industries within Tucker are diverse and serve as critical assets to a resilient local economy grounded by the existing employment cores. At the culmination of the demographic and economic analysis, review of the City plans and guiding documents, and extensive Community input, target industries were identified and represent areas of opportunity for attention and action, in order to sustainably propel Tuckers local economy through the next five years. P r o j e c t S u c c e s s e s: This successful EDSP was an outgrowth of the assistance KB/Willdan provided Tucker in moving toward achieving the City's economic development goals by supporting detailed discussions with the Northlake Mall redevelopment. KB helped define a clear request for monetary project support from public entities by facilitating conversations among City staff, the Northlake owner, and the Tucker Downtown Development Authority. Services • Stakeholder Engagement • Real Estate Market Analysis • Incentives Analysis • Demographic & Market Analysis at the District Level • Peer Cities Case Study Research & Benchmarking Report Link ham //aa a mckeraa.aoamaaT Eetail T14 ReO.oho Project Manager Molly McKay 'A WILLDAN r Economic oevelopmenl Consultant services City of Lancaster, TX Economic Development Strategic Plan Willdan was retained by the City of Lancaster's Department of Economic Development to formulate an Economic Development Strategic Plan including a review and prioritization of six pending Master Plans. The objective of the plan is to create a growing tax base for the community of Lancaster through new business development, existing business retention and job creation, ensuring a financially sustainable City government and enhancing the overall quality of life for the citizens of Lancaster. Willdan conducted a detailed demographic, economic and real estate market analysis to evaluate the feasibility of new retail, industrial, hotel, office, and residential development in the City and to benchmark existing conditions against the site selection requirements of each sectoral target. To achieve the CitWs economic development goals and objectives, Willdan conducted stakeholder interviews with real estate developers, brokers, retail tenants and others to collect key data that would serve to inform the City's marketing and branding plan to retain and attract business investment activity in the City. The implementation plan provided detailed action items and milestones to: • Continue to Market Sites & Successes • Promote Pro-Growth/Pro-Business Culture • Collaborate with Regional Strategic Partners • Implement Incentives Program Enhancements (Land Bank/TIF) • Implement Marketing & Branding Plan Project SD C ce ss a 5: The Director of Economic Development implemented the Industrial Business Retention& Expansion Program. Lancaster reported the highest deal volume in 2020 with nearly 500 new jobs in 2021 and nearly 2,000 future jobs in development. W WILLDAN rrOW G Services • Stakeholder & Public Engagement • Real Estate Analysis & Public - Private Partnership • Fiscal/Economic Impact Analysis • Market Analysis • Economic, Workforce& Demographic Analysis • Potential Development Scenarios Retail Attraction Report Link https,//www.dmpbox.com/­s/5a3r iana5vm94dn/Lancaster%20Econo m is%20Prof le%2OReport%2ODraft 2018 10 02 v6.pdf?dl=0 Project Manager Molly McKay Economic pevN .nt consukartt services to City of Taylorsville, UT Commercial Center BRT I Master Planning + Revitalization Initiative To provide real estate and economic development analysis in support of the Taylorsville Commercial Center Revitalization Initiative, the City of Taylorsville engaged Willdan Financial Services (Willdan) as the real estate economics advisorto the KGRW & Associates LLC-led consultant team (Project Team). Willdan conducted extensive site visits and stakeholder interviews with 50+ key local and regional developers, investors, and strategic partners. The Project Team further collected market data from Esri Business Analyst (www.esri.com), The Retail Coach (www.theretailmach.net) and local real estate professionals and brokerage organizations in the Salt Lake City regional market. The research and analysis assembled demographic and real estate market trends, assets, and opportunities related to the Taylorsville Commercial Center's ongoing investments in future Bus Rapid Transit (BRT) stops and long-term Transit -Oriented Development (TOD) policy objectives. The City of Taylorsville is building upon prior planning studies to identify near - to medium -term tactical steps that may be undertaken by the City to catalyze private redevelopment and investment activity and achieve urban infill consistent with the community's vision of a vibrant urban core. Project Successes: Achieved approval of the plan to expand the existing Tax Increment Financing District and prioritize public funding to high - value redevelopment sites. WWILLDAN "o C Services • Real Estate Analysis & Public -Private Partnership • Fiscal/Economic Impact Analysis • Affordable Housing • Economic, Workforce & Demographic Analysis • Commercial Area Redevelopment Plans Report Link httpsWwiIIdan.box.com/s/ops w9S3ourOklvlts65zt9b9kuuv6b nc Project Manager Molly McKay Economic Da opment consultant services n Maryland National Capital Park & Planning Commission - Prince George's County, MD Prince George's Plan 2035 services (2019 Economic Evaluation) Demographic&Economic Trends The Maryland National Capital Park & Planning Commission retained Willdan to undertake a demographic, market and economic evaluation of the Prince George's County, Maryland's Comprehensive Plan 2035. Plan 2035 articulates a shared vision for making Prince George's County a competitive force in the regional economy, a leader in sustainable growth, a community of strong neighborhoods and municipalities, and a place where residents are healthy and engaged. Plan 2035 includes comprehensive recommendations for: • Land use and economic prosperity • Transportation and mobility • the natural environment • Housing and neighborhoods • Community heritage, culture, and design �0 • Healthy communities, ands-•-w•^^^^ Public facilities The Growth Boundary designates eight regional transit districts as the focus of the County's planned growth and mixed -use development; the Strategic Investment policies identify the three designated downtowns, r Prince George's Plaza, New Carrollton, and Largo Town Center, as areas for targeted resources, JJJ A —` including federal, state, and County investment. Plan 2035 also -- -J provides growth management policy areas with explicit goals concerning dwelling units and jobs. Willdan established a 2014 baseline to quantify the 2019 net change according to the key Indicators of Success from Plan 2035. The evaluation concluded with new recommendations to adapt, manage, and adjust Plan 2035 goals, policies and strategies to stay current with demographic, economic, social, and environmental trends affecting Prince George's County, thereby ensuring future progress toward goals. Land Use Analysis Real Estate Market Analysis Monitoring & Reporting Dashboard Project Manager Molly McKay V WILLDAN L.gm,ice Econamm Development eonsunant services 20 Firm Profile Willdan Croup Inc Willdan Group, Inc. (Willdan/WGI) was founded in 1964 as an engineering firm working with local governments. Willdan has evolved to become a leading nationwide provider of professional technical and consulting services to utilities, government agencies, and private industry. Willcian's service offerings span a broad set of complementary disciplines that include electric grid solutions, energy efficiency and sustainability, engineering and planning, and municipal financial consulting. For additional information, visit Willdan's website at www.willdan.com. W illdan's approximately 1,600 team members serve clients in more than 50 offices across the United States. Team members include nationally recognized subject matter experts for all areas related to connected, resilient, and progressive communities. Willdan has added economic, strategic, and operational value for communities by delivering industry -leading solutions that address changes in resources, infrastructure, technology, regulations, and industry trends and positively transform government and commerce. Willdan Financial Services rt 50+ Offices Nationwide Unique Stakeholders Engaged Multi -Skilled ` Team Established in 1988, Willdan Financial Services an operating division within Willdan, is one of the most experienced public sector economic and financial analysis consulting firms in the United States. Willdan has assisted over 800 public agencies to successfully navigate a broad range of economic, redevelopment, real estate, infrastructure, and financing initiatives. • Business attraction, retention, and expansion Public Visioning/SWOT Workshops • Economic Development strategic plans Public -Private Partnerships • Development Impact fee establishment and analysis Real estate market analysis and advisory services • Financial feasibility studies • Redevelopment/revitalization implementation • Fiscal and economic impact analysis Special district administration and formation services • Industry cluster analysis • Infrastructure CIP planning • State/Federal grant writing and program management • Multifamily housing development strategies Tax increment finance district formation and amendment • Municipal advisory services User fee studies and cost allocation plans • Placemaking infrastructure funding plans Utility rate and cost of service studies AV C.r� WILLDAN > Economic owaq.m•nt consultant services 21 Willdan Unique Experience, Resources, and Capabilities Extensive Experience Willdan Financial Services advises governments throughout the United States about market opportunities, project and financial feasibility, real estate economics and development policy, redevelopment, public -private partnerships, economic development, and business attraction/retention/expansion. Our clients include public agencies, private firms, and not -for -profit institutions. Willdan understands the public sector's policy objectives, private sector return on investment requirements, and the political public decision making process. We serve all levels of government and collaborate with government staff, Constituents, developers, officials, and other professional services firms. We work side -by -side with staff to extend the capacity of economic and redevelopment functions and move initiatives from planning to implementation. Willdan has earned a notable reputation for technical excellence, cost-effectiveness, and client responsiveness in providing superior consulting services for 60 years. Financial and Economic Development Practice I �&g• / Economic Smart Cities/ Fiscal & Redevelopment Real Estate Development Renewable Energy Economic Impact Analysis & Advisory Services Public Finance Strategic Planning Infrastructure Analysis Strategy & Market & Visioning financing Analysis Proven Success Willdan has a successful record of economic development achievement working Willdan offers a tight -knit, primarily with cities, towns, counties, and special districts, as well as select private cohesive working group. firms and not -for -profit institutions, throughout the United States. We are successful in leading projects that require a high-level of organization and attention to detail, working with numerous entities (staff, community stakeholders, organizations, other consulting firms, etc.) to complete outlined tasks. The proposed Project Manager, Principal -in -Charge, and Principal Consultant have collaborated on more than 50 similar engagements over the past 12 years. Project Lead Molly McKay, CECD, MA, has more than 30 years of experience in a Molly served as a member and former variety of economic and workforce development, downtown urban Chair of the Urban Land Institute's revitalization, and public -private partnership facilitation roles. Molly's National Redevelopment and Reuse mindset and workstyle are driven by community Connection, Council and Vice -Chair of ULI's collaboration, and innovation. Molly will be the primary contact. Diversity, Equity & Inclusion Initiative. Project Team Continuity Molly has been chosen to serve as the Project Manager and primary point of Molly, Dames, and Carlos contact with the City dueto herextensive experience in leading strategic planning have been a part of initiatives. Molly is a Certified Economic Developer and is highly trained in Willdan and worked as a facilitating inclusive community outreach in English and In Spanish. cohesive team for 12 years Molly, lames, and Carlos have been a part of Willdan and worked as a cohesive team for 12 years; their established and collaborative: working relationship will provide seamless continuity in staffing throughout this project. IA/WILLDAN ,L.rrMwa..., 6 Economic Deeloe,nent consultant services 22 Willdan Firm Culture and Community Investment What We're About Wllldan's culture blends the stability of an established organization anchored by a 60-year history serving local governments with the entrepreneurial spirit of an innovative and growing company. We thrive in creative, collaborative, and entrepreneurial settings where we roll up our sleeves and work side by side with staff to gather the metrics needed to shape policy decisions and build consensus around the allocation of limited public resources. Our mindset is driven by our internal motivation to help communities strategically evolve and thrive in all circumstances, including challenging times of uncertainty, resource constraints, and aging infrastructure. We design and deliver proven solutions to improve resiliency in: • Economic Development & Real Estate • Energy/Sustainability • Engineering Willdan lives at the intersection of market and policy, helping to build consensus between the economics of development and the needs of communities. We serve public and private clients to structure successful strategic partnerships grounded in market -driven real estate analytics and inclusive economic development strategies. • Program Administration • Public Finance Software, Emerging Technology, and R&D Willdan has delivered industry -leading engineering, energy, and financial solutions that have transformed government and commerce — having served more than 800 municipal, small business, healthcare, hospitality, and education clients nationwide. Willdan sets the standard for success in our industry with our experienced team of thought leaders, our support system for mentorship and growth within our company, and our focus on innovation to address tomorrow's challenges. In addition to delivering outstanding results for clients, we also prioritize building meaningful professional relationships internally and externally, encouraging wellness/wellbeing, and engaging in community events and volunteer work in support of many organizations and a variety of worthy causes, including: Giving Back to the River fa etloen lh e 1— 1h. ensue LAR oeapup on Eanh\Yeah. VVWILLDAN >oA Fdatl Nun toi Piiutary F.,ilies Clean Water with Engineers without Borders nave+:aver EcmomicD opment Conzueant services 23 Diversity, Equity, and Inclusion Willdan Is committed to cultivating internal and external workplaces that reflect a range of unique perspectives and offer opportunities for all. Our community and teams are made up of bright, talented, and driven people from all different backgrounds. At Willdan, team members, applicants, and subconsultants are considered for all positions and projects without regard to age, ancestry, color, creed, disability, marital status, medical condition, national origin, citizenship, race, religion, sex, sexual orientation, gender, gender identity, gender expression, or any other legally protected status. WGI has a Diversity Equity & Inclusion Working Group with the following initiatives. 4 Key Areas and Goals of DEI Initiatives O © © O Inclpslve Culture Recruitment Community Engagement Business Partnerships A Nat Cooper, euM1urem biveniry'n-ar nir, >ositivelyim int or lain f dversiry our marWtic, empbyees heel beard, orweas to eXntl top and veete rlaan, pipelines to improve soml vtlued and sek to be their diveru taMm rh-pa in Me 'i justice and equity out lanes at der, waMortecomposltion 1 Willdan strives to utilize local, small, and DBE/MBE/WBE firms to provide services. Willdan is committed to meeting firm/client goals for participation by Disabled Veteran Business Enterprise (DVBE), Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), and Women Business Enterprise (WBE) firms. Willdan's internal policy includes the establishment of ongoing relationships with these firms, utilizing qualified subconsultants for meaningful participation, and actively seeking to broaden our resources. We have utilized the services of hundreds of firms throughout our years in business. Urban Land Institute (ULI) Diversity Training Willdan believes that diversity, equity, and Inclusion (DEI) are the pillars of sustainable, thriving communities. To help train the next generation of public finance advisors, Willdan supports staff engagement with the Urban Land Institute's Diversity, Equity & Inclusion Initiative. The proposed project manager, Molly McKay, served as a Vice-Chairof ULI's DEI Initiative and has participated in quarterly ULI DEI training forums. Molly is also currently serving on a six -person working group tasked with drafting Best Practices in DEI Member Recruitment for ULI Global. Willdan brings this equitable community outreach perspective to the municipalities we serve, and it is imbedded in our approach to public engagement. Supplier Diversity * WILLDAN "dl Training to Support the Community Economic Development Consultant Services 24 Similar Experience of Sub -Consultants The Metts Group off TheMettsGroup planning communities ma vive The Metts Group Research. Analysis. Insight Research The expertise at The Metts Group reflects the understanding of communities, the economy, and market opportunities through a wide array of services providing businesses, developers, government agencies and other entities the tools to make informed decisions. Informed Research: Each of our projects is underwritten with sound research. We dig deeply to understand your community in both qualitative and quantitative ways. Grass -roots outreach and the most up-to-date economic and demographic data inform our research process. Only then can we determine how a project will change the lives of currentand future stakeholders. Analysis In-depth Analysis: This solid foundation of research now informs the methodology we use to help you balance fiscal, social, economic, and environmental factors. Count on an in-depth analysis that delivers a high level of detail and insight. We assess the direct and indirect impact of a project on your communityas well as recommend the means to mitigate any adverse effects. Insight Insider Insight: What sets our research and analysis apart? Insider advantage. Alivia Metts has spent 20 years serving communities in the planning and development realm. She has extensive knowledge of the ewnomic and social assets of regions and a deep understanding of rural and urban Communities. Her insight enhances our ability to design an inclusive process and leverage data for superior results. M/W ILLDAN rra=�Io c Alivia Metts, Principal Economist 809 E. Foster Avenue, Coeur d'Alene, ID 83814 Tel:9 (208( 277-6940 1 ametts(cDthemettserouo.com Established: April 2015 Ownership: Single Member LLC, S Corporation Economic Development consultant Services M Civic Consulting Group C Civic Consulting Group is made up of individuals with extensive experience and backgrounds serving local public government in a variety of disciplines, who are passionate about the agencies they represent. Civic Consulting Group (CCG) is a multi -disciplinary firm offering strategic consulting services to local governments, nonprofits, educational institutions, and the private sector. We provide services in the fields of economic development, project management, land -use, business solutions, government relations and crisis communications. CCG is a team of seasoned professionals working in government administration, public relations, law, education, and government relations. We have insight into managing projects from the perspective of those that answer to the public and numerous stakeholders with divergent needs. CCG tailors its services to the specific needs of their clients, offering creative solutions to their unique goals. • Government Relations • Inter -Governmental Agency Coordination • Economic Development • Grant Management • Small Business Development • Non -Profit Management • Stakeholder Engagement • Relationship Building • Strategic Planning Gemma Torcivia, President 701 Northpoint Parkway, Suite 209, West Palm Beach, Florida 33607 Tel: a (S61) 602-6222 1 etorciviai&civicconsultingerouo.com Established: 2017 1 www.civicconsultinggroup.com Offices: Florida - New York - Maryland - Virginia -0 WILLDAN Economic Development Consultant Sen,ices 26 Evidence of Prior Working Experience The project team have provided Economic Development Consulting Services to the following agencies as a collective team. Noted within each project is the joint team. Citv of Homestead. FL Fiscal and Economic Impact & New Markets services Tax Credits Application Support • Real Estate Analysis&Public L' Private Partnership Economic, Workforce & - Demographic Analysis �{ r�•i•-' Fiscal/Economic Impact Analysis �'N4 T Project Team Willdan Financial Services Willdan was retained to test the fiscal and economic impact of a series of proposed public -private redevelopment projects in Downtown Homestead. The City is leading the development of six anchor projects that will serve to revitalize the Downtown. • City Hall and Police Headquarters • Homestead Cybrary • Losner Park • Miami -Dade College Student Center • Family Entertainment Center and Multimodal Parking Garage Together, these strategic redevelopment initiatives comprise more than $200 million of proposed public and private investment that will serve to improve the quality of life for City of Homestead residents and visitors by greatly enhancing the City's sense of place through state-of-the-art culture, leisure and recreation offerings fully supported by high quality public services and programs. Willdan also served as the City's New Markets Tax Credit advisor and successfully completed the first phase of NMTC funding to support development of the City's first public -private partnership and transit oriented development: Homestead Station. Project Successes: The impact of the strategic redevelopment initiatives has been tremendous with investment exceeding $200 million in the City's historic downtown, a profound halo effect, job creation, and improved quality of life. All of the projects have been completed and are fully operational with all of the City projects being on time and on budget. ^, WILLDAN iwA'a.., I& Principals of Civic Consulting Group Economic Development Consunant Services D City of Pinellas Park, FL Economic Development Market Analysis & Strategies: Implementation Plan CITY OF PINELLAS PARK, FL ECOND DEVELOPMENT RKU ANRTaS It STRATEGIES: IMPLEMENTATION PLAN * wILU Au Willdan, along with teaming partner RMA, conducted an economic market analysis to inform a citywide infrastructure funding strategy for prioritizing long-term city investments (2022-2041), while also facilitating implementation of the City Center Master Plan in the short term (2022-2026). Working in collaboration with the concurrent Comprehensive Plan and City Center Master Planning initiatives, our team undertook extensive real estate market research and a business climate survey. This planning effort included an economic profile report with demographic analysis comparisons; collection and analysis of real estate market data relative to commercial, industrial, residential, and retail land uses; workforce analysis; and an implementation program and "economic dashboard" of benchmarking metrics to measure the success of strategies and initiatives. The Five-year Implementation Plan prioritizes funding for the capital, operating, and staffing resources required to successfully achieve the Cites economic development mission and vision. Project Successes: The resulting data and analytics revealed that Pinellas Park has evolved from a bedroom community into a powerful industrial/manufacturing jobs center in the region. The City's thriving industrial businesses are the foundation of Pinellas Park's economic base, and these businesses should be further cultivated through a targeted Business * WILLDANam C Services • Real Estate Assessment • Economic, Workforce& Demographic Analysis • Stakeholder Engagement • Industrial Sector Focus Group/SWOT Workshop • Business Climate Survey • Infrastructure Funding Strategy Report Link httos,//www.oinellas- park.cOm/DMUmentCenter/Vi ew/10811/Economic- Development-Action-Plan- 2022-ADA Project Team Willdan Financial Services The Metts Group Economk Cvvelopment ConsukaM Services 28 City of Paso Robles CA Economic Development Strategic services Plan • Stakeholder Engagement: Industry - Surveys, Workshops & 1:1 Interviews sonFocused • Economic, Workforce & Demographic Analysis • Industry Cluster Analysis & Target Sector Recommendations • Spaceport & Innovation Corridor Development Strategy • Wine&Tourism Industry Economic ImpactAnalysis Willdan was retained by the City of Paso Robles' Office of the City Multifamily Rental, Industrial, Manager to formulate an Economic Development Strategic Plan to Retail/Dining/Entertainment Market implement the City Council's 2022-2024 Adopted Goal 1: Economic Analysis Vitality. The overarching objectives of this policy initiative are to protect the City's ' Economic Development Focus Area current wine and tourism industries while also diversifying the economy Mapping by establishing a new Spaceport Innovation & Business Park. a Implementation & Funding Plan The EDSP is structured to create a new Business Retention & Expansion (BRE) Program to catalyze implementation of several new policies, programs and initiatives: P r o j e c t T e a m • Existing sector protection: wine, tourism and Downtown Core Willdan Financial Services • New industries to attract: Spaceport Innovation & Technology Park Development - The Metts Group • Commercial vitality: underutilized shopping centers(Citywide)and North Paso Robles (Spring Street Corridor) • Gateways, wayfinding, and placemaking improvements • Unlocking underutilized/untapped value: Paso Robles Municipal Airport land • Mitigating barriers to economic development: Technology sector outreach strategy, multifamily housing construction, City -led childcare development program Economic Dev opment consultant services Z9 City of Pleasanton, CA Economic Development Strategic Plan Economic Development Strategic Plan To address changing economic conditions since the COVID-19 pandemic and recovery, the City of Pleasanton Economic Development Division retained Willdan to formulate an updated Economic Development Strategic Plan ("EDSP"). The Plan built consensus with City Leadership and local business owners, developers, brokers and the community around allocation of the City's economic development resources to make tangible progress on the following primary goals over the next five years: • Local Revenue Growth Life Sciences/Biotech Attraction • Business Retention & Retail Revitalization Expansion The Plan includes specific recommendations to create a new zoning overlay that will allow light industrial / manufacturing facility properties to build a combination of office, labs, manufacturing, and warehousing/distribution uses by right. The initiative addresses the need to accelerate redevelopment of existing space to meet pent up demand for biotech and life sciences users. This economic development effort leverages the wealth of strategic recommendations from prior City Investments in urban design, planning, and real estate market analysis, as well as focused input from the Economic Vitality Committee and other business community stakeholder interviews, to distill these ideas into specific action steps guiding City staff and strategic partners. P r o j e c t S u c c e s s e s: The City of Pleasanton's City Council formally adopted the EDSP in June 2023.The Plan created a Citywide Retail and Tenant Support Program under Key Initiative 1.0 — Local Revenue Growth. This initiative includes creation of a new full-time staff position to focus on maintaining a retail inventory and formalizing the City s approach Services • Demographic & Market Analysis • Real Estate Market Analysis • Collaboration with the Tri-Valley Economic Vitality Committee • Draft Implementation Plan Work Sessions with Business Leaders, Developers & Pleasanton Downtown Association • Economic Assets Report& Custom GIS Mapping • Draft Economic Development Microsite & Print Marketing Collateral Report Link /ssiM/cMr murN4rzl Y Nn wln trr=rvn ]w o Project Team Willdan Financial Services The Metts Group #,*'WILLDAN Economic pe Wment Consultant services a0 Client References Below are recent references/client contact information for the Willdan team, which are similar in nature to those requested by the City of Miami Beach. City of Paso Robles, CA Economic Development Strategic Plan (Ongoing) City of Jacksonville, FL Downtown Real Estate Market Analysis Economic Development Strategic City of Tamarac, FL Plan & Developer Incentives Program City of Pleasanton, CA Economic Development Strategic Plan City of Jacksonville, FL Downtown Real Estate Market Analysis City of Paso Robles, CA Economic Development Strategic Plan (Ongoing) Homestead Station City of Homestead Economic Development and Transit Oriented Development Paul Sloan Economic Development Manager Tel q:(805)227-7237 psloan@orcitv.com Steven. T. Kelley, DBA, Director of Downtown Real Estate & Development Tel g:(904)255-5304 SKelley@coj.net Lori Funderwhite, Economic Development Manager Tel N: (954) 597-3513 Lori.Funde rwhite@ta m a rac.orz Lisa Adamos Economic Development Manager Tel p: (925) 931-5039 I adamos@cityofpleasa ntonca.eov Steven. T. Kelley, DBA, Director of Downtown Real Estate & Development Tel p: (904) 255-5304 SKelley@coj.net Paul Sloan Economic Development Manager Tel #: (805) 227-7237 psloan@prcity.com Zackery Good Assistant City Manager (786)452-4241 wood@homestead0.eov '✓wluoAN ,,, G Ecanomlc Development Consultant Services A Similar Project Experience The following is a listing of similar projects completed illustrating Willdan's experience and capabilities relevant to the services required to undertake the Economic Development Strategic Planning Services. Economic Development Strategic Planning • Economic Development Strategic Plan - • Tamarac Economic Development Strategic Action City of Paso Robles, CA Plan - City of Tamarac, FL • Economic Development Strategic Plan - • Economic Development Strategic Plan - City of Pleasanton, CA City of Pembroke Pines, FL • Economic Development Strategic Plan - • Economic Development Strategic Plan - City of Cudahy, CA City of Tucker, GA • Economic Development Strategic Plan - e Economic Development Strategic Action Plan - City of Pinellas Park, FL City of Lancaster, TX • Economic Development Strategic Plan - City of Miramar, FL Redevelopment Analysis and Strategy • Hall Office Park Redevelopment Analysis and • Downtown Austin Retail Revitalization Strategy, Strategy — City of Frisco, TX Downtown Austin Alliance - City of Austin, TX • Agribusiness Market Study & Funding Plan, Erie • McKinney National Airport Redevelopment Strategy County Industrial Development Authority, Buffalo, NY —Ciry of McKinney, TX Community Strategic Planning • Community Strategic Plan and Implementation • Community Strategic Plan and Implementation Guide— City of Missouri City, TX Guide —City of Bismarck, ND • Community Strategic Plan and Implementation • Vision and Values Workshops and Stakeholder Guide — City of Hutto, TX Engagements — City of Argyle, TX Real Estate Advisory Services and Market Analysis • Housing Density Bonus Analysis— • Commercial Center BRT I Master Planning + Arlington County, VA Revitalization Initiative — City of Taylorsville, UT • Public Arts Visitation Study— City of Alexandria • Fields of Frisco Economic and Community • City Market@ O Street TIF Application Support— Development Strategy and Negotiation — City of Roadside Development LLC Frisco, TX • Downtown Jacksonville Investment Authority • TOD Market& Feasibility Study — Metro Market Feasibility Analysis— City of Jacksonville, FL Transportation Authority, City of Little Rock, AR • Real Estate Market and Financial Feasibility of a • Frisco Pennant Park Development Strategy and Multi -Use Redevelopment — Department of Negotiation —Ciry of Frisco, TX Economic Development, Isle of Wight County, VA Fiscal and Economic Impact Analysis • Clarendon Sector Plan —Arlington County, VA • Prince George's Plan 2035 Economic Evaluation - • Family Entertainment Center —City of Homestead, FL MNCPPC/Prince George's County, MD • Alameda Point Conceptual Financing Plan— • Sales Tax Revenue Analysis —Denton County City of Alameda, CA Transportation Authority, Lewisville, TX #;V�WILLDAN C nar'mc,no Economic lojonomt consultant sevices M Tab 3 Approach and Methodology Project Approach The following section provides Willdan's conceptual approach and methodology for atypical real estate and economic development analysis. While each Task Order will require a custom approach to deliver the services, a typical engagement includes a kick-off and data collection phase, stakeholder outreach and consensus building, preliminary findings, review and comment, and issuance of a final deliverable. Internal and/or external presentations are available upon request. Part 1: Economic Development Strategic Plan Task 1: Project Kick -Off & Stakeholder Outreach ................................................................................................. Objectives: To develop a Project Management Plan to organize meetings, data collection, site visits, stakeholder outreach, and other requirements specific to each Task Order. Deliverables: 1.4 Scoping/Goal Setting • 1.1 Kickoff Meeting 1.5 Site Visits 1.2 Document Review 1.6 Internal Data Collection Interviews The Project Team will first coordinate with the City of Miami Beach Project Manager and staff to adjust and confirm tasks, data, and deliverables for a final project scope. Next, the Project Team will develop, schedule and lead a Project Kick -Off Meeting with the Client Team to build consensus around a Project Management Plan ("PMP"j. The PMP will direct the Project Team's task prioritization, target data and stakeholder contact sources, bi-weekly status update calls, staff assignments, and a detailed schedule for deliverable review/comment/resubmission cycles. A background data and stakeholder contact tracker will be maintained throughout the life of the project. Upon request, Willdan will facilitate at least one in -person session with targeted stakeholder groups to help develop and define the Vision/Pillars/Objectives of the EDSP at a time conducive to each of the stakeholder's ability to participate. Stakeholder contact information will be provided by the City to Willdan with an initial goal to generally engage the following groups as needed: • Public bodies and officials such as the City Council • Hospitality sector organizations, including and and Commissions; internal City leadership and private hospitality organizations (e.g. Miami Beach department heads Hospitality Association( • Community organizations, such as Chambers of • Industrial and other commercial organizations Commerce, professional organizations, non-profit including company owners and managers organizations, neighborhood organizations, and a Diversity equity and inclusion (DEI), non-traditional, other community -based organizations non-English speaking and other underserved • Retail, restaurant and other commercial service for- communities. profit organizations, companies, owners and managers Following the workshops, Willdan will summarize the results of the stakeholder input to share preliminary findings to the City Council as a consensus building exercise. This input will be incorporated into the EDSP's key initiatives, performance metrics, and funding plan recommendations. VWILLDAN rrcam o Econamic Development consultant services zs Task 2: Economic Base Analysis & SWOT(s) To conduct situational analyses and assessments; research current City economic conditions; Objectives: conduct and complete strengths, weaknesses, opportunities, and threats analysis (SWOT) (or current industry alternative) Deliverables: • 2.4 Macroeconomic trends and IocaVregional • 2.1 Physical environment assessment impacts • 2.2 Business and economic activity • 2.3 Available land/commercial real estate asset assessment analysis and capital markets review At the kick-off meeting, we will present a variety of community engagement methods for the City's selection according to the needs of the EDAP process. We recommend a multifaceted approach to community engagement that includes small focus groups, one-on-one interviews, public workshops, and business surveys/polls. To prepare for stakeholder outreach, the Willdan Team will collect and review other City strategies and plans that have been implemented including but not limited to the City's General Plan, Downtown Specific Plans, and other planning guidance to be identified during the kick-off meeting. The PMP will include a proposed strategy and schedule to engage with stakeholders, including government officials, business leaders, community organizations, and residents, through surveys, focus groups, and interviews to gather input and insights. The Project Team, with data obtained from local sources and supported by Esri Business Analyst, will prepare a baseline demographic and economic profile that analyzesthe City and its economic relationships to the region. The purpose of this analysis is to better understand the City s economy within the context of the larger regional economy to identify unique opportunities for economic growth and diversification. The profile will evaluate aspects of the current economy and forecast trends for the short-term (5 years) for variables including, but not limited to: • Demographic and lifestyle characteristics • Housing characteristics (population segmentation by age, income and race) • Labor force characteristics • Key industries • Employment and wage by sector; • Number and types of businesses • Sales tax revenue segmentation Target Industry Attraction Strategy The Willdan Team, led by Alivia Metts, will undertake a Cluster, Location Quotient, Target Industry, and Operational Analysis to include identification of: • Evaluation of local and regional labor characteristics, market trends, employment development resources, and workforce training opportunities • Specific industries and business types that consider strengths, weaknesses, opportunities, and threat constraints • Regional competition and competitive assets • Needed improvements and actions that will accelerate business attraction and recruitment of such development • State and federal programs or other programs that will be developed or implemented including, but not limited to, entrepreneurial development, business incubation and strategies for any special new industries. The results of the demographic and workforce analysis will be incorporated into the following custom GIS maps: • Existing and planned infrastructure • Locations for commercial and industrial growth • Residential housing growth and development • Locations for commercial and industrial growth • Local land and building availability Real Estate Market Trends Assessment Our Team will profile economic trends and projections through one-on-one interviews and a series of SWOT - structured focus groups with the following organizations (subject to availability within the data collection phase of the engagement): nr WILLDAN Economic fJeveopment Consuhant Services JS • Real Estate Brokerage Experts (via CBRE) • Travel Associations • Real Estate Market Outlook Reports World Travel and Tourism Council (e.g. JLL, CBRE, Colliers, Lee & Associates Destination Analysts • Public Bodies and Boards (i.e., Planning and Zoning) • Annual Economic Impact Reports • Greater Miami Convention and Visitors Bureau • Other publicly available reporting Based on data provided by CoStar and Placer.ai, the real estate market analysis will provide an overview of commercial industrial uses according to industry standard real estate metrics. Following release of the draft real estate market analysis, we will consolidate our findings with economic profile research to create an Economic Profile Report. These background materials will guide an internal SWOT Work Session or Focus Group to allow for feedback on the Team's preliminary findings. Our Team will analyze the future land use map and make recommendations to ensure that the available land in Miami Beach is used for the highest and best use as it relates to the City's long-term economic development goals. The results of this assessment will inform key recommendations for new economic policies, programs and investments. Task 3: Fiscal Conditions Assessment ......................................................................................................................... Objectives: To conduct a review of the City's competitive positing with respect to the tax environment and related fiscal trends and projections. Deliverables: 3.1 Tax and revenue environment analyses 3.2 Revenue enhancement assessment The fiscal conditions assessment will be undertaken according to industry best practices including, but not limited to, the following elements: • Sales tax analysis • A SWOT analysis of comparative fiscal benefits of • Sales tax leakage assessment hypothetical growth opportunities (up to five • Void analysis by retail category scenarios) • Future revenue enhancement opportunities • Value -capture mechanisms and other tools and incentives W illdan will present a memorandum of preliminary findings to validate assumptions and establish variables to include in the scenarios testing. The revised findings will be incorporated into the final deliverable's technical appendices. Task 4: Deliverables and Presentations .......................................................................................................................... To conduct a review of the Citys competitive positing with respect to the tax Objectives: environment and related fiscal trends and projections. Deliverables: 4.3 Produce Economic Development Content for 4.1 Summary Report of SWOT and Current Multichannel Distribution and Marketing to Economic Conditions Development Customers, Partners and General Public 4.2 Research and Draft Final Report of 4.4 Conduct City Council Interviews Strategies for Economic Development 4.5 Finalize and Present Economic Development Strategic Plan 4.1: Summary Report of SWOT and Current Conditions Willdan will draft and deliver a technical appendices report to the City of the outcomes of research and analysis conducted in the work in Tasks 1.0-3.0 according to our scope of work. WILLDAN na"m 41 Economic oeveiownent ton:omm services 36 5.2: Research and Draft Final Report of Strategies for Economic Development Following a review and comment phase, Willdan will draft and deliver a written report that reflects the research, findings, and recommendations developed throughout the course of the engagement. The focus of the work will be determined by each Task Order, but could include the following topics: • Public and private redevelopment recommendations (transportation networks, public utility extensions, placemaking/tactical improvements, public space capital projects, and signage and wayfinding) • Budget requirements for the near, mid and long term strategies • Land acquisition or disposition strategies based on the research conducted during the scope • Responsible and fiscally prudent value capture mechanisms and incentive programs • Business retention and attraction programs (e.g. workforce training, relocation incentives, and other) • Workforce training, workforce readiness and other workforce dynamics required to support the outcomes of the EDSP • Marketing and promotion (i.e., digital tools to increase visits and raise awareness of the City of Miami Beach's assets and retail/dining offerings) • Administrative capacity (i.e., strategies to strengthen the Citys administrative capacity and strategic partnerships with anchor businesses) • Regulatory and zoning issues that may impede business growth and vitality with recommendations for improvements when warranted (see Task 3.0) Task 4.3: Economic Development Marketing & Branding Content Upon request, Willdan will manage the production of new marketing collateral for multichannel distribution economic development customers, partners and the general public. This task typically requires coordination with the City's existing Public Information Officer or website manager (internal or external). Willdan will lead the graphic design process by excerpting/reproducing data, maps, graphs, text, tools and any other information useful to marketing to any targets or stakeholders identified in the research. Throughout the engagement, Willdan will develop and collect marketing collateral to serve in future marketing tools and communications with a focus on generating interest in Miami Beach as a business location from potential businesses, investors, funders, and founders. Task 5.4: City Council Work Session Willdan will produce graphically pleasing presentation slide deck that summarizes the outcomes of all work to date, and present draft findings and recommendations. Willdan will facilitate feedback from the City and incorporate this input into a final presentation report. Task 5.5: Final Deliverable(s) & Presentation Upon acceptance of revisions, Willdan will consolidate the report, it's findings, and any other relevant information for presentation in a cohesive and graphically pleasing slide deck, or other form of visual presentation in a high quality, useful and easy to read style, along with appealing graphics and Images. The presentation will include: Conclusions and summaries that will guide the City in its Economic Development activities • Recommendations on near, mid and long term objectives, strategies, goals and tactics that the City will incorporate into its Economic Development work plan annually • Recommendations on City investments including staffing, administration, operations, incentives, budgets, acquisitions and any other use of public funds identified in the research. The Willdan Project Manager will schedule and deliver a final project close out to confirm that the City Project Manager has received all work papers and supporting electronic files. Willdan remains available after any project close out to answer questions or provide other follow up upon request. *'WILLDAN roc Economic oeeeioem•nt consultant services r Project Management Plan & QA/QC Approach Project Management At Willdan, we utilize a Project Management Process/Approach that ensures projects are completed on time, within budget and most importantly yield results that match our clients' expectations. We will document discussions leading to Important policy decisions and/or the choice of critical assumptions used in constructing the analysis and model. Following key stakeholder discussions, we will schedule a call to summarize findings and direction with Willdan will take the lead in ensuring the project evolves to resolve challenges throughout the engagement. Through the practice of providing bi-weekly status updates, issues will be flagged and resolved. The status update call agendas will be directed by a task schedule tracker structured to monitor progress against timebound milestones. As necessary, Willdan will propose changes in methodology or data sources for discussion with the City staff. City staff, to make certain that we are in agreement with stated objectives, and that feedback is incorporated as appropriate. f tromi Definethe plan the project Managethe Reviewthe Communicate project project project the project • Identify the project Collaborate with • Manage the • Review all work • Communicate with scope, set the project team execution of the product and the client regarding objectives, list and client staff and project. deliverables. work status and potential agree upon progress. constraints, timeline to meet • Direct existing and • Utilize structured document the estimated upcoming project quality assurance • Ensure client is in assumptions. project timeline. tasks. process involving receipt of regular up to three levels status updates. • Define a course of • Assign workload • Control and of review at the action and develop functions to monitor work in peer level, project • Schedule regular an effective appropriately progress. manager level. conference calls to communication qualified staff to touch base. plan. ensure milestones • Provide feedback Procure executive are met, on time. to client and officer level review. • Inform client of • Provide a forum for project team. roadblocks, work applying the team's Pre -schedule outside of projected collective expertise quality control • Identify and scope. to solving difficult meetings with resolve deviances analytical issues project team to from project that arise in maintain the timeline. complex projects. progressive motion of the project. W"WILLDAN CG rvrw m..,, Economic Development consultant services NO Quality Assurance / Quality Control Process Our Willdan Quality Assurance / Quality Control Process will guide the project team's approach. Our quality control program is incorporated as a required element of Willdan's day-to-day activities. There are three levels of reviews incorporated for our deliverables: 1) Peer review 2) Project Manager review 3) Final Quality Assurance Manager review Quality Assurance Manager Review Quality Peer reviews involve one analyst Analyst Revises Data Assurance DM Revw levels of based on ie reviewing the work of another, while Review project manager reviews are conducted prior to delivery to the quality assurance manager. The quality assurance manager then performs a final review. project Manager This ensures that our final product has Reviews NO been thoroughly evaluated for potential errors; thus, providing quality client deliverables, and high levels of integrity and outcomes. Prepares Peer Review of Deliverables t Revises Data on Peer Review The primary mission of our quality control plan is to provide staff with the technical and managerial expertise to plan, organize, implement, and control the overall quality effort, thereby ensuring the completion of a quality project within the time and budget established. The Willdan Team will work to ensure that these elements are strictly adhered to, so that our quality assurance objectives and proper identification of costs are achieved. • Establish a set of planned and systematic actions for maintaining a high level of quality in the professional services performed • Emphasize quality in every phase of work Quality Assurance/ . Ensure efficient use of resources Control Process Molly McKay • Establish a consistent and uniform approach to the mmckaviRwilldan com services performed • Implement appropriate quality control measures for each work task of the project James Edison • Contract deliverables iedison tawillda n.com • Specific quality control procedures Quality Control Plan • Special quality control emphasis Budget and manpower requirements Overall project schedule and budget • Project documentation requirements W"WILLDAN I&C Economic Development Comuhant Services N Client Responsibilities Willdan will rely on the validity and accuracy of the City's data and documentation to complete our analysis. Willdan will rely on the data as being accurate without performing an independent verification of accuracy, and Willdan will not be responsible for any errors that result from inaccurate data provided by the client. Furthermore, the City shall reimburse Willdan for any costs incurred, including without limitation, copying costs, digitizing costs, travel expenses, employee time and attorneys' fees, to respond to the legal process of any governmental agency relating to City or relating to this particular project. Reimbursement shall be at Willdan's rates in effect at the time of such response. Project Disclaimer The City of Miami Beach further represents, acknowledges, and agrees that: (i) The City uses, or may use, the services of one or more municipal advisors registered with the U.S. Securities and Exchange Commission ("SEC") to advise it in connection with municipal financial products and the issuance of municipal securities; (ii) The City is not looking to Willdan to provide, and City shall not otherwise request or require Willdan to provide, any advice or recommendations with respect to municipal financial products or the issuance of municipal securities (including any advice or recommendations with respect to the structure, timing, terms, and other similar matters concerning such financial products or issues); (iii) The provisions of this proposal and the services to be provided hereunder as outlined in the scope of services are not intended (and shall not be construed) to constitute or include any municipal advisory services within the meaning of Section 1SB of the U.S. Securities Exchange Act of 1934, as amended (the "Exchange Act"), and the rules and regulations adopted thereunder; (iv) For the avoidance of doubt and without limiting the foregoing, in connection with any revenue projections, cash - flow analyses, feasibility studies and/or other analyses Willdan may provide the City with respect to financial, economic or other matters relating to a prospective, new or existing issuance of municipal securities of the City, (A) any such projections, studies and analyses shall be based upon assumptions, opinions or views (including, without limitation, any assumptions related to revenue growth) established by the City, in conjunction with such of its municipal, financial, legal and other advisers as it deems appropriate; and (B) under no circumstances shall Willdan be asked to provide, nor shall it provide, any advice or recommendations or subjective assumptions, opinions or views with respect to the actual or proposed structure, terms, timing, pricing or other similar matters with respect to any municipal financial products or municipal securities issuances, including any revisions or amendments thereto; and (v) Notwithstanding all of the foregoing, the City recognizes that interpretive guidance regarding municipal advisory activities is currently quite limited and is likely to evolve and develop during the term of the potential engagement and, to that end, the City will work with Willdan throughout the term of the potential Agreement to ensure that the Agreement and the services to be provided by Willdan hereunder, is interpreted by the parties, and if necessary amended, in a manner Intended to ensure that the City is not asking Willdan to provide, and Willdan is not in fact providing or required to provide, any municipal advisory services. *O'WILLDAN ➢Wi�Y ap Economlc Development Consuhant Services 40