HomeMy WebLinkAboutPSA between the CMB and L.M. Genuine Solutions, Inc. for Economic Development Consulting Services Pursuant to RFQ-2024-005-ND20 24-33302
Do WnEnveleyelD 700W%I-W74300-6Ce3-ISe6A66FCFFr
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CT' OF MIAMI BEACH
AND
L.M. GENUINE SOLUTIONS LLC
FOR
ECONOMIC DEVELOPMENT CONSULTING SERVICES PURSUANT TO
RFQ-2024-005•ND
IAN
This Professional Services Agreement ('Agreerri l 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 1. and L.M. GENUINE SOLUTIONS LLC, a
Florida Limited Liability Company, whose address Is 457 SW 27' Road, Miami, Florida 33129
("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 Managers
Designee: The City staff member who is designated by the City Managerlo 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 riot an agent or employee of the City.
Services . All services, work and actions by the Consultant performed or undertaken
pursuant to the Agreement
Fee: Amount paid to the Consultant as compensation for Services.
Proposal Documents Proposal Documents shall mean City of Miami Beach RFQ, No. 2024-005.
NO for Economic Development Consulting Services, together with all
amendments thereto. Issued by the City in contemplation of this
Agreement, the RFQ, and the Consultant's proposal in response thereto
('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 pryer of precedent
shall prevail this Agreement, the RFQ'. and the Proposal.
Docmign Envelope ID: 7DW6061-APC74300-6CB2-15C6A65FCEF1
Conunct No. 24-005-07
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 Exhiblt`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 V 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 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
Dowsign Env "e ID: 7D1X$61X1-A G74WD-8Ca2-15C6WiFCEF1
Coneacl No. 24-005-07
same isiare set forth in the timeline and/or schedule referenced in the CSO attached hereto as
Exhibit "B'
SECTION 4
FEE
4.1 In consideration of the Services to be provided, Consultant shall be compensated through
individual CSOs (Exhibit 'B') issued for a particular future project in accordance with the
established hourly rates (Exhibit'C'). Each future project will be awarded by a CSO, including a
negotiated scope of services and cost (by deliverable).
4.2 The Services will be commenced by the Consultant upon receipt of a written CSO signed
by the City Managers 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 E100k 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: PavablesOmiamibeachftoov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants,
agreements, or stipulations material to this Agreement, the City, through its City Manager, shall
thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to
terminate for cause, the City shall notify the Consultant of its violation of the particular term(s) of
this Agreement, and shall grant Consultant ten (10) days to cure such default. If such default
remains uncured after ten (10) days, the City may terminate this Agreement without further notice
Docusign Envelope ID: 7D066061-A C7430D-8CB2-15C6A65FCEF1
Contract No. 24005-07
to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities,
duties, and terms arising out of, or by virtue of, this Agreement.
Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages
sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole
option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to
be in its best interest in order to enforce the City's rights and remedies against Consultant. The
City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS
CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH
TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS
FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONALLY,
IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS
DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE
DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN
NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES
UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE,
TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS
TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID
FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF
TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM
ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE
OF, THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Consultant is placed
either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors.
In such event, the right and obligations for the parties shall be the same as provided for in
Section 5.2.
SECTION 6
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
Dowsign En 1ID: 70066661-A2C74WMC132-15C6A65FCEF1
Contrxt No. 24-005-07
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 Ili) 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,
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.
Omusgn Ere Iwe ID: 7D086061-A2C7460D-8CB2-15C6A65FCEF1
Connxct No. 24-005.07
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). Canters 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 fumish 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
c/o EXIGIS Insurance Compliance Services
P.O. Box 947
Muniets, CA 92564
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent,
EXIGIS, at:
Certificates-miamibeach(alriskworks.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.
Dmusen Ere Tope ID: 70013e061-A C743 13CB2-15C6 FCEFI
Contract No. 24-00"7
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action, for money damages due to an alleged breach by the City of
this Agreement. so that its liability for any such breach never exceeds the sum of $10,000.
Consultant hereby expresses its willingness to enter into this Agreement with Consultant's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $10,000.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant
hereby agrees that the City shall not be liable to the Consultant for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance or
non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida
Statutes.
SECTION 9
DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS: COPYRIGHT
AND CONFIDENTIAL FINDINGS
9.1 DUTY OF CARE
With respect to the performance of the Services contemplated herein, Consultant shall exercise
that degree of skill, care, efficiency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of comparable work and/or
services.
9.2 COMPLIANCE WITH APPLICABLE LAWS
In its performance of the Services, Consultant shall comply with all applicable laws, ordinances,
and regulations of the City, Miami -Dade County, the State of Florida, and the federal government,
as applicable
-
9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS
Any work product arising out of this Agreement, as well as all information specifications,
processes, data and findings, are intended to be the property of the City and shall not otherwise
be made public and/or disseminated by Consultant, without the prior written consent of the City
Manager, excepting any Information, records etc, which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports, documents, articles, devices, and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City, and shall not be subject
to any application for copyright or patent by or on behalf of the Consultant or its employees or
sub -consultants, without the prior written consent of the City Manager.
Dowsign Envelope ID:7DgB8g81-A2C7i30D-8CB2-15CBA65FCEF1
SECTION 10
10-1 AUDIT AND INSPECTIONS
Cwtmt No. 24.005-07
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.
(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.
Dmusign Envelope ID: 7DMN1-A 7430D4CB2-15C9A55FCEF1
Coat No. 24-005-07
(0) The Inspector General shell 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, (bidiproposal)
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 once at all reasonable times the records,
materials, and other evidence regarding the acquisition (bid preparation) and performance
of this Agreement, for examination, audit, or reproduction, until three (3) years after final
payment under this Agreement or for any longer period required by statute or by other
clauses of this Agreement. In addition:
If this Agreement is completely or partially terminated, the Consultant shall make
available records relating to the work terminated until three (3) years after any
resulting final termination settlement; and
The Consultant shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals, litigation, or claims are finally resolved.
(F) The provisions in this section shall apply to the Consultant, its officers, agents, employees,
subcontractors and suppliers. The Consultant shall incorporate the provisions in this
section in all subcontracts and all other agreements executed by the Consultant in
connection with the performance of this Agreement.
(G) Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities. The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Consultant or third parties.
10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING
Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or service
under this Agreement without the prior written consent of the City Manager, which consent, If
given at all, shall be in the 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.
Dmuaign Envelope ID: 7D0&xxil-A C741 11CB2.15CGM5FCEF1
Contract No. 24-DOS-07
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR
7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with
the City's Procurement Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Services, the Consultant shall not exclude from
participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race,
color, national origin, sex, age, disability, religion, income or family status.
Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights
Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time,
prohibiting discrimination in employment, housing, public accommodations, and public services
on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight,
domestic partner status, labor organization membership, familial situation, or political affiliation.
10.6 CONFLICT OF INTEREST
Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County
Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County
Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code,
as may be amended from time to time; both of which are incorporated by reference as if fully set
forth herein.
Consultant covenants that it presently has no interest and shall not acquire any interest, directly
or indirectly, which could conflict in any manner or degree with the performance of the Services.
Consultant further covenants that in the performance of this Agreement. Consultant shall not
employ any person having any such interest. No member of or delegate to the Congress of the
United States shall be admitted to any share or part of this Agreement or to any benefits arising
therefrom.
10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida
Statutes, as may be amended from time to time.
(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
Docusign Envelope ID: 7D088081-A C743 8CB2-15C6M5FCEF1
Convect No. 24-005-07
a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes or as otherwise provided by law;
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed, except as authorized by law,
for the duration of the contract term and following completion of the Agreement if
the Consultant does not transfer the records to the City;
(4) Upon completion of the Agreement, transfer, at no cost to the City, all public
records in possession of the Consultant or keep and maintain public records
required by the City to perform the service. If the Consultant transfers all public
records to the City upon completion of the Agreement, the Consultant shall destroy
any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Consultant keeps and maintains public
records upon completion of the Agreement, the Consultant shall meet all
applicable requirements for retaining public records. All records stored
electronically must be provided to the City, upon request from the City's custodian
of public records, in a format that is compatible with the information technology
systems of the City.
(D) REQUEST FOR RECORDS; NONCOMPLIANCE.
(1) A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City. If the City does not possess the
requested records, the City shall immediately notify the Consultant of the request,
and the Consultant must provide the records to the City or allow the records to be
inspected or copied within a reasonable time.
(2) Consultant's failure to comply with the City's request for records shall constitute a
breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally
terminate the Agreement; (2) avail itself of the remedies set forth under the
Agreement; and/or (3) avail itself of any available remedies at law or in equity.
(3) A Consultant who fails to provide the public records to the City within a reasonable
time may be subject to penalties under s. 119. ill.
(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
attomeys' fees, if:
a. The court determines that the Consultant unlawfully refused to comply with
the public records request within a reasonable time; and
b. At least 8 business days before fling the action, the plaintiff provided written
notice of the public records request, including a statement that the Consultant
has not complied with the request, to the City and to the Consultant.
(2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of
public records and to the Consultant at the Consultant's address listed on its
contract with the City or to the Consultant's registered agent. Such notices must
be sent by common carrier delivery service or by registered, Global Express
Guaranteed, or certified mail, with postage or shipping paid by the sender and with
evidence of delivery, which may be in an electronic format.
(3) A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
11
0ocusign Envelope 10: 701188081-A2C74ND-8CB2-15C6A85FCEF1
Contract No. 24-005A7
(F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION: RAFAEL E. GRANADO, CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
E-MAIL: RAFAELGRANADO(&MIAMIBEACHFL.GOV
PHONE: 305-673-7411
10.8 FORCE MAJEl1RE
(A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of
the Consultant or the City's obligations under the Agreement, and (ii) is beyond the
reasonable control of such party unable to perform the obligation, and (III) is not due to an
intentional act, error, omission, or negligence of such party, and (iv) could not have
reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event. Subject to the foregoing criteria, Force Majeure may include
events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism,
sabotage, explosions, embargo restrictions, quarantine restrictions, transportation
accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God
which prevent performance. Force Majeure shall not include technological Impossibility,
inclement weather, or failure to secure any of the required permits pursuant to the
Agreement.
(8) If the City or Consultant's performance of its contractual obligations is prevented or
delayed by an event believed by to be Force Majeure, such party shall immediately, upon
learning of the occurrence of the event or of the commencement of any such delay, but in
any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of
event of Force Majeure, (it) 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 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 parry shall use its reasonable best efforts to continue to
perform its obligations hereunder to the extent such obligations are not affected or are
12
Docusgn Envelope ID: 7Dn88W1-A C74WD-8CB2-i5C111110EF1
Contract No. 24-005-07
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, laminate the
Agreement on a given date, by giving written notice to Consultant of such termination. If
the Agreement is terminated pursuant to this section, Consultant shall be paid for any
Services satisfactorily performed up to the date of termination; following which the City
shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue
of, this Agreement. In no event will any condition of Force Majeure extend this Agreement
beyond its stated term.
10.9 E-VERIFY
(A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility"
('E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify
Statute, commencing on January 1, 2021, Consultant shall register with and use the E-
Verify system to verify the work authorization status of all newly hired employees during
the Term of the Agreement. Additionally, Consultant shall expressly require any
subconsultant performing work or providing services pursuant to the Agreement to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the subconsultant during the contract
Term. If Consultant enters into a contract with an approved subconsultant, the
subconsultant must provide the Consultant with an affidavit stating that the subconsultant
does not employ, contract with, or subcontract with an unauthorized alien. Consultant
shall maintain a copy of such affidavit for the duration of the Agreement or such other
extended period as may be required under this Agreement.
(8) TERMINATION RIGHTS.
(1) If the City has a good faith belief that Consultant has knowingly violated Section
448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant
for cause, and the City shall thereafter have or owe no further obligation or liability
to Consultant.
(2) If the City has a good faith belief that a subconsultant has knowingly violated the
foregoing Subsection 10.9(A), but the Consultant otherwise complied with such
subsection, the City will promptly notify the Consultant and order the Consultant to
immediately terminate the Agreement with the subconsultant. Consultant's failure
13
Dmusgn Env pe ID: 7D088861-A C74WD-8C82-15CW5FCEF1
Convect No. 24-005-07
to terminate a subconsultant shall be an event of default under this Agreement,
emitting City to terminate the Consultant's contract for cause.
(3) A contract terminated under the foregoing Subsection (BX1) or (Bx2) is not in
breach of contract and may not be considered as such.
(4) The City or Consultant or a subconsultant may file an action with the Circuit or
County Court to challenge a termination under the foregoing Subsection (Bx1) or
(B)(2) no later than 20 calendar days after the date on which the contract was
terminated.
(5) If the City terminates the Agreement with Consultant under the foregoing
Subsection (BK1), Consultant may not be awarded a public contract for at least 1
year after the date of termination of this Agreement.
(6) Consultant is liable for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 10.9.
10.10 CONSULTANT'S COMPLIANCE WITH ANTI -HUMAN TRAFFICKING LAWS
Consultant agrees to comply with Section 787.06, Florida Statutes, as may be amended from time
to time, and has executed the Certification of Compliance with Anti -Human Trafficking Laws, as
required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit
"E
SECTION 11
NOTICES
UnIJI changed by notice, in writing, all such notices and communications shall be addressed as
follows:
TO CONSULTANT: L.M. GENUINE SOLUTIONS LLC
Attn: Lisa Martinez
457 SW 2r Road
Miami, FL 33129
Ph: 786-457-0964
Email: lisaAl mrIenu inesolutions. com
TO CITY: Economic Development Department
City of Miami Beach
Attn: Rickelle Williams, Director
1755 Meridian Avenue, Suite #200
Miami Beach, FL 33139
Ph: 305-673-7572
Email: rickellewilliamscQmiamibeachfl.00v
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
14
DDnisign Envelope ID: 7008K61-A2C74300. B2-1506A65FCEF1
C..tr l No. 24-005-07
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 foml 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
Corms t Nu 14 eLW
IN WITNESS WHEREOF, the parties hereto hove mused this Agreement to be executed
by their appropriate officials, as of the date first entered above.
FOR CITY.
ATTEST'
By / tl1
Rafael E. Gnmado, City Clerk
IAN ).075
Date
FOR CONSULTANT
LM- ENUI E SOUR S LLC
B
Lx
Pnnt Name and Title
16
CITY OF MIAMI BEACH. FLORIDA
Eno Carpenter, y Manager
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
fto tip I l �.
yIICiry nnorney - Da
Da usign Envelope ID: 7D086081-A2C7430D- CB2-15C6A65FCEF1
Conan No. 24-005-07
EXHIBIT A SCOPE OF SERVICES
1. Scope of the Services. A pool of multidisciplinary consultant teams has been established to
provide economic development consultant services to the City. These services may include but
are not limited to comprehensive economic development strategic planning, developing high-level
evaluation of market opportunities and position strategies for key commercial corridors and areas,
evaluation of current market dynamics and economic assets, benchmarking and competitive
assessment, asset -based economic development, sustainable development, 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
Contract
Contract s Dept. CSON � , t.." , I ,„..
Consultant: protect Title:
1. Esnmeled calendar daYx to iomplare the work'
i. Total amount original C SO
3. Total amount all previous Amendments
4. Total amount Mls Amendment
5. Total Amount for Engagement
6. Fee for ancillary Items for Mls Service Order
Account Code:
Notcx
For City IMamel Signature . "I
f of Coils uIla V (Name) Ir...... nu.Date
Doousign Envelope ID: 7D086061-QC74WD-8CB2-15C6A65FCEF1
Compact No. 24-005-07
EXHIBIT C HOURLY RATES
ECONOMIC DEVELOPMENT CONSULTANT SERVICES
HOURLY RATES
1
Principal-in-charge/Economist Senior
238.50
2
Senior Project Manager
S 196.10
Pro act Mane er/Planner/Economist Junior
185.50
4
Assistant Project an r
S 164.30
Economic Development Analyst
It 159.00
Sanlor PosldonS and/WAnclUary Rotes Intcuding burnerUmlhA to:
Senior Urban Designer
Engagement and Research Director (Economic Development, Organizational Management)
Economic Development Analyst/Research
Manager
Subject Matter Specialist
Business Anatyet Senior
Financial AnaWsl Senior
Digital Channel Branding Specialist
Marketing Channel Management Specialist
Economic Development Strategist
Mixed -Use D vel mM rk t Strategist
NTE$159.00
7
8
10
11
12
4
1
16
17
IJumorAnalyst
132.50
Is
18
IGISTechnician
132.50
Juni"PoslNan and/wAnclUary Rotes Inteuding but not Bathed to:
19
Urban Designer
Marketing/Advemising Specialist
Community Outreach Specialist
Public Relations/Media Specialist
Graphic Designer
Website Designer
Social Media Specialist
Videographer
Photographer
Video Editor
Corivwriter
Business Analyst Junior
Financial Analyst Junior
Urban Designer
NTE EI2i.90
20
21
22
23
4
25
26
27
e
30
31
32
19
Docuslgn Envelope ID'. 7D066D61-A2C74WDACa2-15CW5FCEF1
Coamt No. 24-005-07
EXHIBIT D APPROVED SUB -CONSULTANTS
No Sub -consultants Submitted with the proposal.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
20
Dmusign Env pe ID: 7DBBBWI-4 C74MO CB2-150&M rCEr1
Cogwet No. 24005-07
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 sweating 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 autho ad to execute this affidavit on behalf of Entity
inat
r (Company Name)
/r <M"I"e ZI% Pw 9 ?4CwP Jj
(Print Name) (Address)
Stateof fllorJoi, i�
Countyof MI4tm —DAde-
The foregoing instrument was acknowledged before me by means of>(physical presence
orOonline notarization, this gliv
L rpy ,ia Aioy4OCZ.
known to me to be the person described herein, or who produced
as identification, and who did/did not take an oath.
NOTA UB�
ature)
eSJA l RAv� .'Ie z.
(Print Name)
My commission expires:
21
awv aumuz
®MY ClMIW55i0M MXH52Jn0
eMBES: MRYOJ PSJB
BrYdIMu1W'IYStle Muott
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 6 YOUNG LLP, AS THE SECOND -RANKED PROPOSER:
HUNDEN STRATEGIC PARTNERS, INC., JONES LANG LASALLE AMERICAS,
INC., AND PFM GROUP CONSULTING LLC, AS THE TIED THIRD -RANKED
PROPOSERS; WILLDAN FINANCIAL SERVICES, INC., AS THE SIXTH -RANKED
PROPOSER; L.M. GENUINE SOLUTIONS LLC, AS THE SEVENTH -RANKED
PROPOSER; ACCENTURE LLP, AS THE EIGHTH -RANKED PROPOSER;
GOMAN YORK PROPERTY ADVISERS LLC AND NATIONAL COUNCIL FOR
COMMUNITY DEVELOPMENT, INC., AS THE TIED NINTH -RANKED
PROPOSERS; VISIONFIRST ADVISORS, AS THE ELEVENTH -RANKED
PROPOSER; AND CAMBRIDGE ECONOMETRICS INC. AND ECONSULT
SOLUTIONS, INC., AS THE TIED TWELFTH -RANKED PROPOSERS; AND
FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE
AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF
SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
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 RFQ evaluation process:
Aocenture LLP, Cambridge Econometrics Inc., Daedalus Capital, LLC, Econsult Solutions, Inc.,
Ernst 8 Young LLP. Goman York Property Advisers LLC, Hunden Strategic Partners, Inc., Jones
Lang Lasalle Americas, Inc., L.M. Genuine Solutions LLC, National Council for Community
Development, Inc., PFM Group Consulting LLC. VisionFinn Advisors, and Willoan Financial
Services, Inc.: and
WHEREAS, the Evaluation Committee, appointed by the City Manager via LTC# 318-2024;
convened on September 26, 2024, to interview the shortlisted firms; and
WHEREAS, the Evaluation Committee received an overview of the project, information
relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general
information on the scope of services, and a copy of each proposal; and
WHEREAS, the Evaluation Committee was instructed to score and rank each proposal
pursuant to the evaluation criteria established in the RFO; 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 Econsult Solutions, Inc., as the tied twelfth -ranked proposers; and
WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings
and analysis, the City Manager concurs with the Evaluation Committee and recommends that the
Mayor and City Commission authorize the Administration to establish a pool of pre -qualified
consultants for economic development consultant services; authorize the Administration to enter into
negotiations with Daedalus Capital, LLC, as the first -ranked proposer; Ernst & Young LLP, as the
second -ranked proposer; Hunden Strategic Partners, Inc., Jones Lang Lasalle Amercas, Inc., and
PFM Group Consulting LLC, as the tied third -ranked proposers; Willdan Financial Services, Inc., as
the sixth -ranked proposer; L.M. Genuine Solutions LLC, as the seventh -ranked proposer; Accenture
LLP. as the eighth -ranked proposer; Doman York Property Advisers LLC and National Council For
Community Development, Inc., as the bed ninth -ranked pmposers; VisionFirst Advisors, as the
eleventh -ranked proposer, and Cambridge Econometrics Inc. and Econsult Solutions, Inc., as the
tied twelfth -ranked proposers; and further authorize the City Manager and City Clerk to execute
agreements with each of the foregoing proposers upon conclusion of successful negotiations by the
Administration.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE 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-renked 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; Accenure 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 Oly Clerk to execute agreements with each of the proposers upon
conclusion of successful negotiations by the Administration.
PASSED AND ADOPTED this 30 day of jiv- 2024.
Steven Meiner, Mayor
ATTEST NOV D 5 2024
APPROVED AS TO
Rafael E. Granado, City Clerk FORM & LANGUAGE
&FO ECLTiCN
tS
+v^' Iolsnl �u-
t .:. An-mr. -� 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 (RFQ) NO. 2024-
005-ND, FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES,
AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF
PREQUALIFIED CONSULTANTS FOR ECONOMIC DEVELOPMENT
CONSULTANT SERVICES; AUTHORIZING THE 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 NSCRA
RECOMMENDATION
The City Administration ('Administration") recommends that the Mayor and City Commission
('City Commission") approve the Resolution.
The solicitation is currently under the cone of silence
The City is dedicated to fostering a robust economy that simulates 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 mdustry 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, VisionFimt 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 Government in the Sunshine Law, general
information on the scope of services, and a copy of each proposal. The Committee was instructed
to score and rank each proposal pursuant to the evaluation criteria established in the RFO. The
evaluation process resulted in the ranking of proposers as indicated in Attachment A. A summary
of each top -ranked firm is available upon request.
The Administration has considered the qualifications of the top thirteen firms and finds them to be
vaned in capabilities and experience and, thus. a diverse selection of consultants The types of
economic development activities scheduled and projected vary from strategic planning, industry
and market researchstatistical and empirical economic analysis, workforce development
viability, community and neighborhood development programming, economic impact studies,
public -private partnership evaluations, and more Access to a robust pool of consultants, ranging
from small, local, and regional to national and global expertise. ensures access to diverse
approaches and talent and the ability to engage multiple consultants simultaneously. As the
solicitation was jointly issued by the City, RDA. and CRA, a wide variety of services may be
needed. Therefore, it is recommended that the thirteen (13) firms be awarded to establish a pool
of prequaltfied 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: https-.rrwww.miamibeachfl.govlctty-hallicrty-clerklmeetina-notices!
1-0531-000312-35-404-534_00-00-00 I s100,000''
CONCLUSION
The Administration recommends that the Mayor and City Commission approve the Resolution
authorizing the Administration to establish a pool of prequalitied consultants for specific tasks
relating to economic development consultant services. authorizing the Administration to enter into
negotiations with Daedalus Capital, LLC, as the first -ranked proposer: Ernst & Young LLP, as the
second -ranked proposer, Hunden Strategic Partners, Inc., Jones Lang Lasalle Amencas, 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 bed 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 fuller authorizing the City Manager and
City Clerk to execute agreements with each of the proposers upon conclusion of successful
negotiations by the Administration
Applicable Area
Citywide
Is this a "Residents Riaht to Know" item,
pursuant to City Code Section 2-17?
No
Is this item related to a G.O. Bond
Proiect
NO
Was this Agenda Item initially requested by a lobbnst which, as defined in Code Sec. 2 481
includes a principal enaaaed in lobbying? No
If So Specify the name of lobbyist(sl and pnncipal(s)
Department
Procurement
Sponsorial
Page 45 of 2497
Co-soonsorlsi
Condensed Title
Joint, Award RFQ 2024-005•ND, Economic Development Consultant Services EDrPR
Page 46 of 249'
3ij
�s
5
d
Bi
a
6
.y
0
_n
D
c
O
C
7
O)
a
m
d�
Q
g
-
.
v
M
h
_
S
r.
h
-
m
T
o
�
o
cl
o
D
n
8
>
f
✓Oi
�
N
N
D
C
O
O
o
H
s
c
u
0
N
9
r'
°
O
d
O
p
O
0
z
ATTACHMENT B
ADDENDUM AND BFQ 50LICITATION
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, hue, sd Floor
Miami Beach, Flonda 33139
wvw.mismibeachfi.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 stdkethrough, and additions are underlined).
Q1. (In reference to Section 3 — Conflict of Interest, page 7 of bid packet) Considering the size of our firth
(over 300,000 global employees), can disclosure of any immediate family member who is also an employee
of the City of Miami Beach be limited to those of the personnel identified for this RFQ?
At: Disclosure of any immediate family member who is also an employee of the City of Miami
Beach can be limited to those of the Bidder's personnel identified in the proposal.
Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGmnado@miamibeachfl.gov
Contact:
Telephone:
Email:
Natalia Delgado
305-673.7000 ext. 26263
nataliadelgado@miamibeachfi.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
Sincerely,
Natalia Delgado
Procurement Contracting Officer III
i IADDENDUM NO.2
REQUEST FOR QUALIFICATIONS NO.2D2"DSND
FM ECONOMIC DEVELOPMEm CONSULTANT SERVICES
M I A M I B E AC H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3"Floor
Miami Beach, Flonda 33139
w,vw.miamibeachA.gov
ADDENDUM NO. I
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 slrikethrough, and additions are underlined).
I. REVISION. Section 0400, Proposal Evaluation, Subsection 4. Evaluation Criteria is hereby amended as
follows:
4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the
following criteria:
Qualitative Criteria Maximum Points
MethodologyApproach and •r
TOTAL AVAILABLE POINTS for Qualitative Criteria 100
Quantitative Criteria Maximum Points
PreferenceVeterans
TOTAL AVAILABLE POINTS for Qualitative and 105
Quantitative Criteria
It. RESPONSES TO QUESTIONS RECEIVED:
Q1: Who are the current on -call contract holders?
All: Lambert Advisory, L.C., The Corradino Group, Inc., Willdan Financial Services, Inc., and
Daedalus Capital Li
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.
03: Is there any local preference in the selection process?
A3: No, please refer to Section 0400, Proposal Evaluation for the evaluation criteria.
1 I ADDENDUM No
REQUEST FOR QUALIFICATIONS NO.202400SND
FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES
MIAMIBEACH
Q4: How are subcontractors evaluated in the scoring process?
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, P Floor
Miami Beach, Florida 33139
wwrv.miamibeachA.gov
A4: Please refer to Section I. Revision. The subcontractors) will be scored in accordance
with Section 0400, Proposal Evaluation.
Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfi.gov
Contact:
Telephone:
Email:
Natalia Delgado
305-673-7000 ext. 26263
nataliadel ado miamibeach0. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
Sincerely,
� Dew
Natalia Delgado
Procurement Contracting Officer III
2 1 ADUa'a1MM W. r
REQUEST FOR QUALIFICATIONS NO.2M 1,1)
FOR ECONOMIC DEVELOPMENT CONSULTANT SERVICES
MIAMI BEACH
Request for Qualifications (RFQ)
2024-005-N D
Economic Development Consultant Services
TABLE OF CONTENTS
0100 INSTRUCTIONS TO RESPONDENTS
0200 GENERAL CONDITIONS
0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT
0400 PROPOSAL EVALUATION
APPENDICES:
APPENDIX A
SPECIAL CONDITIONS
APPENDIX B
SAMPLE CONTRACT
APPENDIX C
INSURANCE REQUIREMENTS
MIAMI BEACH
SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL.
This Request for Qualifications (RFQ) is issued join0y 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.com) for
automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any
addendum to this RFQ. Any prospective Bidder who has received this RFQ by any means other than through Periscope
S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this RFQ. Failure
to receive an addendum may result in disqualification of the proposal submitted.
2. PURPOSE.
For approximately five (5) years, the City of Miami Beach has had agreements with multiple firms for economic
development consultant services on an "as needed" basis. As the need for services asses, firs are contacted to
provide professional services according to a negotiated scope of work and cost. The current term of the agreement
expires on August 12, 2024.
To consider a replacement agreement, this RFQ seeks to establish a prequalified pool of multidisciplinary consultant
teams to provide economic development consultant services to the City. These services may include but are not limited
to comprehensive economic development strategic planning, developing high-level evaluation of market opportunities
and position strategies for key commercial corridors and areas, evaluation of current market dynamics and economic
assets, benchmarking and competitive assessment, asset -based economic development, sustainable development,
costlfinancial modeling, leadership and organizational development models, business development strategies,
targeted industry analysis, real estate development fiscal analysis, cost -benefit analysis, data collection and
assessment, marketing and branding plans, prospect identification and outreach, competitive and responsible
economic development incentive policies, workforce trends, forecasts analysis and talent development, and
community outreach and engagement.
This RFQ is not issued for a particular project or service need. The RFQ is being issued to ensure that there is a
sufficient pool of consultants to assist the City with its future economic development needs on a project -by -project
basis. Therefore, the City may award a pool of two (2) or more consultants that may be eligible to be considered for
future work. A master agreement shall be established with each awarded firm. Each future project will be awarded by
a Consultant Service Order (CSO), including a negotiated scope of services and cost (by deliverable). In selecting the
consultant with whom to execute a CSO, the City may select the prequalified consultant it deems most qualified for
the project or seek proposals from one (1) or more prequalified consultants. Award of this RFQ does not guarantee
that the prequalified consultant will receive any work, only that the consultant shall be prequalified to be considered
for future work, if and when needed.
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 criteda found in Section 0400.
3. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows:
77 RFQ Issued
May 17, 2024
Pre -Proposal MeeOng
May 30, 2024, at 10:00 am ET
a
Join on your computer or obileapip
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
Joi";,.. 1,,. : "OW
Or call in (audio only)
+1 786-636-1480 United States, Miami
Phone Conference ID: 711808 488#
Evaluation Committee Review
TBD
Tentative Commission Approval
TBD
Contract Negotiations
Following Commission Approval
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Puumment Contest Telephone'. Emer:
The Proposal tidelnumber shall be referenced on all correspondence. All questions or requests for clarification must
be received no later than fifteen (15) calendar days priorto 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 VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled.
Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information
but is not mandatory. Bidders interested in participafing 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 S2G to ensure it receives any addendum issued to this RFQ. Failure to receive
an addendum may result in disqualification of the proposal. Written questions should be received no later than the
date outlined in the Anticipated RFQ Timetable section.
M,IAMI BEACH
7. CONE OF SILENCE. This RFQ is subject to, and all Bidders are expected to be or become familiar with, the City's
Cone of Silence Requirements, as codified in Section 2486 of the City Code. Bidders shall be solely responsible for
ensuring that all applicable provisions of the City's Cone of Silence are complied with and shall be subject to any and
all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance.
Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein
with a copy to the City Clerk at rafaeloranado(omiamibeachfl.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 S213 (FORMERLY SIDSYNC). The Procurement Department utilizes Periscope S2G, a Supplier-to-
Govemment 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-
Govemment www.bidsvnc.00m/MiamFBeach. Registration is easy and will only take a few minutes. For detailed
instructions on how to register, complete vendor qualifications, and submit electronic bids, visit
httos:/Aw m.miamibeachfi.gov/city-halVpmcurement/for-aooroval-how-to-become-a-vendor/.
Should you have any questions regarding this system or registration, please visit the above link or contact Periscope
S2G, Supplier -to -Government, at su000rt0bidsvnc.00m or 800,990.9339, option 1, option 1.
14. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to
registering with Periscope S213, the City encourages vendors to register with our online Vendor Self -Service web page,
allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self -
Service (VSS) webpage (httos://sefservice.miamibeachfl.aov/vss/Vendors/default.asDx) will also provide you with
purchase orders and payment information.
Should you have any questions and/or comments, please submit them to vendorsu000rtCalmiamibeachfi.cov,
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-Govemment). These are two different systems, and it is important that you register
for both.
Click to see acceptable certification and to register: httos:/Avww.miamibeachfl.aov/city-halVorocurementihow-to-
become-a-vendor/.
Balance of Page Intentionally Left Blank
SECTION 0200 GENERAL CONDITIONS
FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal
in response to this solicitation, the Bidder agrees to be bound by and in compliance with the Terms and Conditions for
Services (dated 10.27.2022), incorporated herein, which may be found at the following link:
htNs:lhvww.miamibeach0.gov/city-hall/P-rocuremenUstandard-termsand-conditions/
Balance of Page Intentionally Lek Blank
V,IAMI BEACH
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S213 (formerly
BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or
facsimile are not acceptable and will be rejected.
A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal unfit the
deadline for proposal submittals. The City will only consider the latest version of the bid.
Electronic proposal submissions may require the uploading of attachments. All documents should be attached as
separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded
documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including
all attachments, is uploaded successfully.
Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal
submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted.
Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical
issues must be submitted to Periscope S2G (fornedy BidSync) by contacting (800) 990-9339 (toll -free) or
S213ftcedscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be
responsible for delays caused by any technical or other issue.
It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior
to the deadline for proposal submittals.
2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -
responsiveness. Non -responsive proposals will not be considered.
1. Bid Submittal Questionnaire (submitted electronicallvl.
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 Questonnaire (completed and submitted electronically), the City
reserves the right to seek any omitted informationldocumentation or any additional information from the Bidder or other
source(s), including but not limited to any firm or principal information, applicable licensure, resumes of relevant
individuals, client information, financial information, or any information the City deems necessary to evaluate the
capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional
information in accordance with the City's request shall result in the proposal being deemed non -responsive.
4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist
the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed
in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated
below and contain a table of contents with page references. The electronic proposal shall be submitted through the
"Line Items" attachment tab in Periscope S2G.
Cover Letter and Table of Contents
1.1 Cover Letter and Table of Contents. The cover letter must indicate the Bidder and Bidder's primary contact
for the purposes of this solicitation.
MIAMI BEACH
2.1 Organizational Chart: An organizational chart depicting the relationship and reporting hierarchy for all firms,
principals and personnel involved in the proposal. The organizational chart should include the scope of
responsibility for the prime proposer, its personnel, and any sub -contractor and its personnel.
2.2 Qualifications of Bidder. Submit detailed information regarding the relevant experience and proven track
record of the firm or its principals in providing a similar scope of services as identified in this solicitation, including
experience in providing a similar scope of services to public sector agencies. Submit at least three (3) client
references within the last five (5) years, exemplifying experience in providing economic development consultant
services. For each reference that the Bidder submits as evidence of similar experience for the firm or any
principal, the following is required: project description, agency name, agency contact, contact telephone & email,
and year(s) and term of engagement. For each project, identify whether the experience is for the firth or for a
principal (include the name of the principal).
2.3 Similar Experience of Sub-consuhant(s)/Sub-contractols): Summarize projects in which the sub-
consultant(s)Isub-contractor(s) and/or its pdncipals have provided services similar to those defined herein. For
each project, provide the following: project description, agency name, agency contact, contact telephone &
email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or
for a principal (include the name of the principal).
2.4 Evidence of Prior Working Experience: If sub-consultant(s)/sub-contractors) are included in the proposal,
submit evidence that the proposed team has successfully collaborated on prior projects. For each project,
submit the project description, agency name, agency contract, contact telephone & email, year(s), and term of
Submit detailed information on how Bidder has acorn
clients, including detailed examples of services provide
the following areas of work, including but not limited to:
• General economic development services
• Economic development strategic plans
• Benchmarking
• Competitive assessments
• Asset -based economic development
• Sustainable development
• Cost/financial modeling
• Real estate development fiscal analysis
• Cost -benefit analysis
• Data collection and assessment
• Leadership and organizational modeling
• Business development strategies
• Target industry analysis
• Marketing plans
• Prospect identification
• Economic development incentive plans
• Workforce trend analysis
• Economic forecast analysis
ished the required scope of services for current or past
which addresses Bidders approach and methodology to
MIAMI BEACH
• Contract negotiations
• Project management competencies
• Event management and production services
• Strategic meeting management
• Hotel and Hospitality services
• Venue Management
• Workforce/Atfordable 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 firms in accordance with Section 0100, Sub -section
12, or
c. The City Manager may Recommend that the City Commission short-list one (1) or more
firms for further consideration by the Evaluation Committee or
d. The City Manager may recommend to the City Commission that all firms, if more than
one (1) responsive submittal is received, be rejected.
2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFO
is approved, the short-listed fines may be required to make presentations to and be interviewed by
the Evaluation Committee. In further considering the short-listed firths, the Evaluation Committee will
utilize the criteria set forth in Sub -section 4 below.
3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to
assist the evaluation committee or the City Manager in evaluating proposals.
4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance
with the following criteria:
Qualitative Criteria Maximum Points
Experience and Qualifications of Prime Bidder (Tab 2) 60
Approach and Methodology (Tab 3) 40
TOTAL AVAILABLE POINTS for Qualitative Criteria 100
Quantitative Criteria Maximum Points
Veterans Preference 5
TOTAL AVAILABLE POINTS for Qualitative and 105
Quantitative Criteria
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 recornmendafion. The City Manager may utilize, but
is not bound by, the results of the Evaluation Committee process, as well as consider any feedback
or information provided by staff, consultants, or any other third party in developing an award
recommendation in accordance with Section 0100, Sub -section 12. In its review of proposals
received, the Evaluation Committee may review and score all proposals, with or without conducting
interview sessions, in accordance with the evaluation criteria.
6. QUANTITATIVE CRITERIA. Following the results of the evaluation of the qualitative criteria by
the Evaluation Committee, the Bidders may receive additional points, which will be added by City
staff. Veterens' Preference points will be assigned in accordance with Section 2-374 of the City Cade.
7. DETERMINATION OF FINAL RANIONG. The sum of the evaluation criteria points will be
converted to rankings in accordance with the example below:
caeaattn
lillil1
Qualitative Points
82
76
80
Quantitative Points
5 5
0
Total
87 79
80
Rank
1 3
2
coaalttes
raamber2
Qualitative Points
82
85
72
Quantitative Points
5 5
0
Total
87 90
72
Rank
1 2
3
coamlltw
Member2
Qualitative Points
90
74
66
Quantitative Points
5 5
0
Total
95 79
66
Rank
1 2
3
It is important to note that the results of the proposal evaluation process in accordance with Section
0400 do not represent an award recommendation. The City Manager will utilize the results of the
proposal evaluation process and any other information she/he deems appropriate to develop an
award recommendation to the City Commission, which may differ from the results of the proposal
evaluation process and final rankings.
Balance of Page Intentionally Left Blank
APPENDIX A
MIAMIBEACH
Special Conditions
RFQ No. 2024-005-ND
ECONOMIC DEVELOPMENT
CONSULTANT SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3b Floor
Miami Beach, Florida 33139
1. TERM OF CONTRACT. The term of the Agreement resulting from this RFO shall be for an
initial tens of three (3) years.
2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for
one (1) two-year renewal term or two (2) one-year renewal terms at the City Manager's sole
discretion. The successful contractor shall maintain, for the entirety of any renewal period,
the same cost, terms, and conditions included within the originally awarded contract.
Continuation of the contract beyond the initial period, and any option subsequently
exercised, is a City prerogative and not a right of the successful contractor.
3. ADDITIONAL TERMS OR CONDITIONS. This 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 Consultants project manager (as
well as any replacement) shall be subject to the prior written approval of the City Manager
or his designee (who, in this case, shall be a Deputy/Assistant City Manager). Replacement
(including reassignment) of an approved project manager shall not be made without
submitting a resume for the replacement and receiving prior written approval from the City
Manager or her/his designee (i.e., the City project manager).
5. SUB -CONSULTANTS. The Consultant shall not retain, add, or replace any sub -consultant
without the prior written approval of the City Manager in response to a wriften request from
the Consultant staling 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
Co=wt No. XX-XXX-XX
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
[FILL IN CONSULTANT NAME]
FOR
[XXXXXXXXXXXXXXXXI, 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 ITB] No. for
D(XXXXXXXXXXXXXXXXXXXX , together with all amendments thereto,
issued by the City in contemplation of this Agreement [FILL IN
CORRECT ABBREVIATION RFP, RFQ, OR ITB], and the Consultant's
proposal in response thereto ("Proposal"), all of which are hereby
incorporated and made a part hereof; provided, however, that in the event
of an express conflict between the Proposal Documents and this
Agreement, the following order of precedent shall prevail: this Agreement;
the [FILL IN RFP, RFQ, or ITB]; and the Proposal.
Contract No. XX-XXX-XX
Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center
Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305)
673-7000, Ext. 26724; and fax number (305) 673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide
the work and services described in Exhibit "A" hereto (the "Services").
[NOTE: EXHIBIT "A" MUST INCLUDE DETAILED DESCRIPTION OF SERVICES]
Although Consultant may be provided with a schedule of the available hours to provide its
Services, the City shall not control nor have the right to control the hours of the Services
performed by the Consultant; where the Services are performed (although the City will provide
Consultant with the appropriate location to perform the Services); when the Services are
performed, including how many days a week the Services are performed; how the Services are
performed, or any other aspect of the actual manner and means of accomplishing the Services
provided. Notwithstanding the foregoing, all Services provided by the Consultant shall be
performed in accordance with the terms and conditions set forth in Exhibit "A" and to the
reasonable satisfaction of the City Manager. If there are any questions regarding the Services
to be performed, Consultant should contact the following person:
2.2 Consultant's Services, and any deliverables incident thereto, shall be completed in
accordance with the timeline and/or schedule in Exhibit IXXXI hereto.
[NOTE: TIMELINE FOR DELIVERABLES CAN ALSO BE INCLUDED IN EXHIBIT "A" OR IN
SEPARATE EXHIBIT]
SECTION 3
TERM
The term of this Agreement ("Term") shall commence upon execution of this Agreement by all
parties hereto (the Effective Date set forth on p. 1 hereof), and shall have an initial term of
Imo, with XX)0(XUXXXX)( 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 !stare set forth in the timeline and/or schedule referenced in Exhibit FXXXI hereto.
Contract No. XX-70OC-XX
SECTION 4
FEE
4.1 In consideration of the Services to be provided, Consultant shall be compensated on a
fixed fee basis, in the amount of $XXXXXXXX , for a total annual amount not to exceed
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: Payablestibmiamibeachfi.aov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the
covenants, agreements, or stipulations material to this Agreement, the City, through its City
Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to
exercising its option to terminate for cause, the City shall notify the Consultant of its violation of
the particular term(s) of this Agreement, and shall grant Consultant ten (10) days to cure such
default. If such default remains uncured after ten (10) days, the City may terminate this
Agreement without further notice to Consultant. Upon termination, the City shall be fully
discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this
Agreement.
Notwithstanding the above, the Consultant shall not be relieved of liability to the City for
damages sustained by the City by any breach of the Agreement by the Consultant. The City, at
its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it
deems to be in its best interest in order to enforce the City's rights and remedies against
Consultant. The City shall be entitled to recover all costs of such actions, including reasonable
attorneys' fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
Contract No. XX-XXX-XX
THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS
CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF
SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30)
DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE.
ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY
CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S
SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR
WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE
SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE
ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE
AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY
VIRTUE OF, THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Consultant is
placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of
creditors. In such event, the right and obligations for the parties shall be the same as provided
for in Section 5.2.
SECTION 6
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
Controct 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 C/o 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 Stale 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
Mumieta, CA 92564
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing
agent, EXIGIS, at:
Certificates-miamibeach(a)riskworks.com
6.9 Special Risks or Circumstances — The City of Miami Beach reserves the right to
modify these requirements, including limits, based on the nature of the risk, prior experience,
insurer, coverage, or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONIVENUEIJURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida. This
Agreement shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By
entering into this Agreement, Consultant and the City expressly waive any rights either party
may have to a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action, for money damages due to an alleged breach by the City
of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000.
Consultant hereby expresses its willingness to enter into this Agreement with Consultant's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $10,000.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant
hereby agrees that the City shall not be liable to the Consultant for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance
or non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida
Statutes.
Contract No. XX-XXX-XX
SECTION 9
DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS: COPYRIGHT
AND CONFIDENTIAL FINDINGS
9.1 DUTY OF CARE
With respect to the performance of the Services contemplated herein, Consultant shall exercise
that degree of skill, care, efficiency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of comparable work and/or
services.
9.2 COMPLIANCE WITH APPLICABLE LAWS
In its performance of the Services, Consultant shall comply with all applicable laws, ordinances,
and regulations of the City, Miami -Dade County, the State of Florida, and the federal
government, as applicable.
9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS
Any work product arising out of this Agreement, as well as all information specifications,
processes, data and findings, are intended to be the property of the City and shall not otherwise
be made public and/or disseminated by Consultant, without the prior written consent of the City
Manager, excepting any information, records etc. which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports, documents, articles, devices, and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City, and shall not be
subject to any application for copyright or patent by or on behalf of the Consultant or its
employees or sub -consultants, without the prior written consent of the City Manager.
SECTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIONS
Upon reasonable verbal or written notice to Consultant, and at any time during normal
business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized
holidays), and as often as the City Manager may, in his/her reasonable discretion and
judgment, deem necessary, there shall be made available to the City Manager, and/or such
representatives as the City Manager may deem to act on the City's behalf, to audit, examine,
and/ or inspect, any and all other documents and/or records relating to all matters covered by
this Agreement. Consultant shall maintain any and all such records at its place of business at
the address set forth in the "Notices" section of this Agreement.
10.2 INSPECTOR GENERAL AUDIT RIGHTS
Contract No. XX-XXX-XX
(A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has
established the Office of the Inspector General which may, on a random basis, perform
reviews, audits, inspections and investigations on all City contracts, throughout the
duration of said contracts. This random audit is separate and distinct from any other
audit performed by or on behalf of the City.
(B) The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past, present and proposed City programs, accounts, records,
contracts and transactions. In addition, the Inspector General has the power to
subpoena witnesses, administer oaths, require the production of witnesses and monitor
City projects and programs. Monitoring of an existing City project or program may
include a report concerning whether the project is on time, within budget and in
conformance with the contract documents and applicable law. The Inspector General
shall have the power to audit, investigate, monitor, oversee, inspect and review
operations, activities, performance and procurement process including but not limited to
project design, bid specifications, (bid/proposal) submittals, activities of the Consultant,
its officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption. Pursuant to
Section 2-378 of the City Code, the City is allocating a percentage of its overall annual
contract expenditures to fund the activities and operations of the Office of Inspector
General.
(C) Upon ten (10) days written notice to the Consultant, the Consultant shall make all
requested records and documents available to the Inspector General for inspection and
copying. The Inspector General is empowered to retain the services of independent
private sector auditors to audit, investigate, monitor, oversee, inspect and review
operations activities, performance and procurement process including but not limited to
project design, bid specifications, (bid/proposal) submittals, activities of the Consultant
its officers, agents and employees, lobbyists, City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
(D) The Inspector General shall have the right to inspect and copy all documents and
records in the Consultant's possession, custody or control which in the Inspector
General's sole judgment, pertain to performance of the contract, including, but not limited
to original estimate files, change order estimate files, worksheets, proposals and
agreements from and with successful subcontractors and suppliers, all project -related
correspondence, memoranda, instructions, financial documents, construction
documents, (bid/proposal) and contract documents, back -change documents, all
documents and records which involve rash, trade or volume discounts, insurance
proceeds, rebates, or dividends received, payroll and personnel records and supporting
documentation for the aforesaid documents and records.
(E) The Consultant shall make available at its office at all reasonable times the records,
materials, and other evidence regarding the acquisition (bid preparation) and
Contract No. XX-XXX-XX
performance of this Agreement, for examination, audit, or reproduction, until three (3)
years after final payment under this Agreement or for any longer period required by
statute or by other clauses of this Agreement. In addition:
i. If this Agreement is completely or partially terminated, the Consultant shall make
available records relating to the work terminated until three (3) years after any
resulting final termination settlement; and
ii. The Consultant shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals, litigation, or claims are finally resolved.
(F) The provisions in this section shall apply to the Consultant, its officers, agents,
employees, subcontractors and suppliers. The Consultant shall incorporate the
provisions in this section in all subcontracts and all other agreements executed by the
Consultant in connection with the performance of this Agreement.
(G) Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities. The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Consultant or third parties.
10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING
Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or
service under this Agreement without the prior written consent of the City Manager, which
consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this
Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as
approved pursuant to this section, and any attempt to make such assignment (unless
approved) shall be void.
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR
7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes
with the City's Procurement Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Services, the Consultant shall not exclude from
participation in, deny the benefits of, or subject to discrimination anyone on the grounds of
race, color, national origin, sex, age, disability, religion, income or family status.
Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights
Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time,
prohibiting discrimination in employment, housing, public accommodations, and public
services on account of actual or perceived race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital and familial status, age, disability,
ancestry, height, weight, domestic partner status, labor organization membership, familial
situation, or political affiliation.
Contract No. XX-XXX-XX
10.6 CONFLICT OF INTEREST
Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County
Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County
Code, as may be amended from time to time; and by the City of Miami Beach Charter and
Code, as may be amended from time to time; both of which are incorporated by reference as if
fully set forth herein.
Consultant covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly, which could conflict in any manner or degree with the performance of the
Services. Consultant further covenants that in the performance of this Agreement, Consultant
shall not employ any person having any such interest. No member of or delegate to the
Congress of the United States shall be admitted to any share or part of this Agreement or to
any benefits arising therefrom.
10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida
Statutes, as may be amended from time to time.
(B) The term "public records" shall have the meaning set forth in Section 119.011(12), which
means all documents, papers, letters, maps, books, tapes, photographs, films, sound
recordings, data processing software, or other material, regardless of the physical form,
characteristics, or means of transmission, made or received pursuant to law or
ordinance or in connection with the transaction of official business of the City.
(C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the
definition of 'Contractor" as defined in Section 119.0701(1 xa), the Consultant shall:
(1) Keep and maintain public records required by the City to perform the service;
(2) Upon request from the City's custodian of public records, provide the City with a
copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, Florida Statutes or as otherwise provided by law;
(3) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed, except as authorized
by law, for the duration of the contract term and following completion of the
Agreement if the Consultant does not transfer the records to the City;
(4) Upon completion of the Agreement, transfer, at no cost to the City, all public
records in possession of the Consultant or keep and maintain public records
required by the City to perform the service. If the Consultant transfers all public
records to the City upon completion of the Agreement, the Consultant shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the Consultant keeps and
maintains public records upon completion of the Agreement, the Consultant shall
meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the City, upon request from the City's
custodian of public records, in a format that is compatible with the information
technology systems of the City.
10
Contract No. XX-XXX-XX
(D) REQUEST FOR RECORDS; NONCOMPLIANCE.
(1) A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City. If the City does not possess the
requested records, the City shall immediately notify the Consultant of the
request, and the Consultant must provide the records to the City or allow the
records to be inspected or copied within a reasonable time.
(2) Consultant's failure to comply with the City's request for records shall constitute a
breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally
terminate the Agreement; (2) avail itself of the remedies set forth under the
Agreement; and/or (3) avail itself of any available remedies at law or in equity.
(3) A Consultant who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s. 119.10.
(E) CIVIL ACTION.
(1) If a civil action is filed against a Consultant to compel production of public records
relating to the City's contract for services, the court shall assess and award
against the Consultant the reasonable costs of enforcement, including
reasonable attorneys' fees, if:
a. The court determines that the Consultant unlawfully refused to comply with
the public records request within a reasonable time; and
b. At least 8 business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the
Consultant has not complied with the request, to the City and to the
Consultant.
(2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of
public records and to the Consultant at the Consultant's address listed on its
contract with the City or to the Consultant's registered agent. Such notices must
be sent by common carrier delivery service or by registered, Global Express
Guaranteed, or certified mail, with postage or shipping paid by the sender and
with evidence of delivery, which may be in an electronic format.
(3) A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
(F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION: RAFAEL E. GRANADO, CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
E-MAIL: RAFAELGRANADOCdMIAMIBEACHFL.GOV
PHONE: 305-673-7411
10.8 FORCE MAJEURE
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.
10.9 E-VERIFY
(A) Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility"
("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify
Statute, commencing on January 1, 2021, Consultant shall register with and use the E-
Verify system to verify the work authorization status of all newly hired employees during
the Tenn of the Agreement. Additionally, Consultant shall expressly require any
subconsultant performing work or providing services pursuant to the Agreement to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the subconsultant during the
contract Term. If Consultant enters into a contract with an approved subconsultant, the
subconsultant must provide the Consultant with an affidavit stating that the
subconsultant does not employ, contract with, or subcontract with an unauthorized
alien. Consultant shall maintain a copy of such affidavit for the duration of the
Agreement or such other extended period as may be required under this Agreement.
(B) TERMINATION RIGHTS.
(1) If the City has a good faith belief that Consultant has knowingly violated Section
448.09(1), Florida Statutes, the City shall terminate this Agreement with
Consultant for cause, and the City shall thereafter have or owe no further
obligation or liability to Consultant.
(2) If the City has a good faith belief that a suboonsultant has knowingly violated the
foregoing Subsection 10.9(A), but the Consultant otherwise complied with such
subsection, the City will promptly notify the Consultant and order the Consultant
to immediately terminate the Agreement with the subconsultant. Consultant's
failure to terminate a subconsultant shall be an event of default under this
Agreement, entitling City to terminate the Consultant's contract for cause.
(3) A contract terminated under the foregoing Subsection (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 suboonsultant may file an action with the Circuit or
County Court to challenge a termination under the foregoing Subsection (B)(1) or
(B)(2) no later than 20 calendar days after the dale 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
i{'itd:CR[d 4-'1d:IrL1Nr]YIUI: F:
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 WAIVEROFOREACH
A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of
such provision or modification of this Agreement. A party's waiver of any breach of a provision
of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Agreement.
12.4 JOINT PREPARATION
The parties hereto acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for them to form a full and complete understanding of all rights
and obligations herein and that the preparation of this Agreement has been a joint effort of the
parties, the language has been agreed to by parties to express their mutual intent and the
resulting document shall not, solely as a matter of judicial construction, be construed more
severely against one of the parties than the other.
12.5 ENTIRETY OF AGREEMENT
The City and Consultant agree that this is the entire agreement between the parties. This
Agreement supersedes all prior negotiations, correspondence, conversations, agreements or
understandings applicable to the matters contained herein, and there are no commitments,
agreements or understandings concerning the subject matter of this Agreement that are not
14
Con=t No. XX-XXX-XX
contained in this document. Title and paragraph headings are for convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
15
Contract No. XX-XXX-XX
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACH, FLORIDA
ATTEST:
By:
Rafael E. Granado, City Clerk Alina T. Hudak, City Manager
Date:
FOR CONSULTANT:
By:
Print Name and Title
Date:
16
Conuwt 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, 3rd Floor
Miami Beach, Florida 33139
INSURANCE REQUIREMENTS
The vendor shall maintain the below -required insurance in effect prior to awarding the Contract and
for the duration of the Contract. The maintenance of proper insurance coverage is a material element
of the Contract and failure to maintain or renew coverage may be treated as a material breach of the
Contract, which could result in withholding of payments or termination of the Contract.
A. Workers' Compensation Insurance for all employees of the Contractor as required
by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no
less than $1,000,000 per accident for bodily injury or disease. Should thetontrector
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 (n) 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 contractors insurance.
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not
be canceled, except with notice to the City of Miami Beach Go EXIGIS Insurance Compliance
Services.
Waiver of Subrogation — The Vendor agrees to obtain any endorsement that may be necessary to
affect the waiver of subrogation on the coverages required. However, this provision applies
regardless of whether the City has received a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating
of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds
(i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do
insurance business in the Stale 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
Go EXIGIS Insurance Compliance Services
P.O. Box 4668 — ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, and exemption letters to our servicing
agent, EXIGIS, at:
Certificates-miamibeachng.riskworks.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 Page Intentionally Leff Blank
ATTACHMENT
SUNBIZ & PROPOSAL RESPONSE TO RFQ
o��s�o� or Conconnr�orvs
� JI`/171011 /f
7ru4 0/ ld.raW a Aner
Qa WnmBef of %aa I Div s on of Corp I Search Records I S,,,h al ELLEIN Nomber l
Detail by FEI/EIN Number
Florida Limited Liability Company
L.M. GENUINE SOLUTIONS LLC
Filing Information
Document Number
L18000154792
FEI/EIN Number
83A052257
Date Filed
O6125/2018
Effective Date
0624/2018
Stale
FL
Status
ACTIVE
457 SW 27th Road
MIAMI, FL 33129
Changed: 01/24/2024
tlaigaY Addresa
457 SW 27th Road
Miami, FL 33129
Changed: 05/17/2021
Reg191ered.Agent Name &Address
MARTINEZ, LISA M
457 SW 27th Road
MIAMI, FL 33129
Address Changed: 05/172021
Authorized versonlelpetail
Name & Address
TIIe AMBR
Martinez, Lisa M
457 SW 27th Road
Miami, FL 33129
Annual Regold,
Report Year Filed Date
2022 04/18/2022
2023 03/14/2023
2024 01/2412024
0xument Imaggg
01124Y024 - ANNUAL REPORT View imp in PDF bmrat
0 14=3-ANNUAL REPORT New image in PDF bnnet
All W022-ANNUAL REPORT Yew im39e in PDF blmet
0211MO21-ANNUAL REPORT Mm image in POP bmiet '
W117Q020-ANNUAL REPORT Mew Image in PDF brmel
OWW2019-ANNUALREPORT Mew image in PDF formal
O W2018-Fiend, Lmed LaEN Viawimae in POF Mmat
BID SUBMITTAL QUESTIONNAIRE
SECTION 1 — Br TIFICATr
This document is a REQUIRED FORM be slin._ 1 and sfim. "Cc!
Saiatetion No: Solicitation Title:
BID NUMBER PROJECT TITLE
BIODERs NEME: LMGmijimS ,S,m
NO. OF VEBRS IN BUSMESB'. B
NO OF Y— IN BUSINESS LCGLLLYB NO. C£EMPLOVEES'.1
OTRER NMAE{SIBIODER RPS OPERATED UNDER INTRE i IO VEPA5'. NIB
BIDDER PRIM AUURESS (NEAUOUBRIERS): 457vx PMN
cnV M.,
E. FbN
it POOOEt 110
TELEPHONE NO: 181WHlrMM
TOLL FREE NO.:]WSMM
FANNO.: M
BIDDER LOCAL ADDRESS: ASr eA SM N
.1 N e.,
ETAI FbNW
OPCOW x3in
Pffl M CCOUNT REPRESEMATNE FOR TPIS ENGAUEMIENI URRIB Iw
ADDOUNT REP TELEPHONE NO: TMSTpM
ACCOUNT REP TOLL FREE NO.: ]1IRRYB"
ACCOUNT REP EMML INEgln uNwW4s.
FEDERA.WIDONTIFICArONNO 55-1111
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 Stale 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 documents) 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:
Lisa Martinez Lisa Martinez
SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM
After issuance of solicitation, the City may release one or more addendum to the
solicitation, which may provide additional information to bidders or alter solicitation
requirements. The City will strive to reach every bidder having received solicitation
through the City's e-procurement system. However, bidders are solely responsible for
assuring they have received any and all addendum issued pursuant to solicitation. This
Acknowledgement of Addendum section certifies that the bidder has received all
addendum released by the City pursuant to this solicitation. Failure to obtain and
acknowledge receipt of all addenda may result in proposal disqualification.
Enter Initial
to Confirm
Receipt
Enter Initial
to Confirm
I Receipt
I
Enter Initial to
Confirm
I Recei
LM
Adtlendum 1
Addendum 6
Addendum 11
LM
Addendum 2
Addendum 7
Adtlendum 12
Addendum 3
1
Addendum 8
1
Addendum 13
Addendum 4
1
1 Addendum 9
1
1 Addendum 14
Addendum 5
1
1 Addendum 10
1
1 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
SECTION 3 - CONFLICT OF INTEREST
All bidders must disclose the name(s) of any officer, director, agent, or immediate
family member (spouse, parent, sibling, and child) who is also an employee of the City
of Miami Beach. Further, all bidders must disclose the name of any City employee who
owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder
entity or anv of its affiliates.
FIRST AND LAST NAME
RELATIONSHIP
1
WA
WA
2
3
4
5
6
A :111111 I14i111E, III of I! ���>•i�J f�H��%Iyjla�
of MmAsLBidder 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:
baps://su pp) ffportal.dnb.com/webapo/wcs/stores/servlet/SupplierPortal7
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: Miami Homes For All
Contact Individual Name and Title: Annie Lord, Executive Director
Address: 3250 SW 3rd Ave Miami, FL 33129
Telephone: 3053212663
Contact's Email: alord@miamihomesforall.org
Narrative on Scope of Services Provided, Project Budget, and Project Dates:
The Connecting Capital and Community (3C) initiative addresses the racial inequities at
the core of the housing ecosystem. Five cities across the country are using community
investment to support housing preservation, homeownership, and wealth -building. Miami
is one of these cities. The 3C initiative helps teams strengthen local community investment
ecosystems and advance racial equity through safe, affordable housing. LM Genuine
Solutions serves as the team lead for the initiative on behalf of Miami Homes for All.
Using the Center for Community InvestmentA¢A-A.-s Capital Absorption Framework,
multisector stakeholders in Miami collaborate to achieve ambitious results that go beyond
individual projects to systems change. The three-year initiative is working to scale
affordable housing and redress the ways structural racism has shaped American housing
systems with dramatically negative consequences for many communities of color. For
more information, please visit www.centerforcommunityinvestment.org/our-
work/initintives/connecting-capital-and-community/.
Services Engaged:
STRATEGIC LEADERSHIP & PROBLEM SOLVING
STRATEGIC RELATIONSHIP BUILDING
PROJECT MANAGEMENT
ORGANIZATIONAL SUPPORT AND MANAGEMENT
NEGOTIATIONS AND/OR GOVERNMENTAL RELATIONS
ORGANIZATIONAL GOVERNANCE & POLICY
GRANT RELATED ACTIVITIES
GROUP FACILITATIONS
ADMINISTRATIVE SUPPORT
Budget: $5,000,000
Project Dates: 1/15/2022- Present
Reference No.2
Firm Name: Health Foundation of South Florida
Contact Individual Name and Title: Dr. Janisse Schoepp, Chief Strategy Officer
Address: 2 S Biscayne Blvd STE 1710 Miami, FL 33131
Telephone: 305-807-0100
Contact's Email: jschoepp@hfsf.org
Narrative on Scope of Services Provided, Project Budget, and Project Dates:
LM Genuine Solutions has facilitated the South Florida Anchor Alliance on behalf of the
Health Foundation of Florida, alongside more than 23 member entitiesA¢A_ALJ various
supporting partners. SFAA harnesses the power of anchor institutions to build a healthier,
stronger Florida. This work seeks to level inequities through local hiring and build
capabilities by creating connections. For more information, please visit
www.southfloridaanchoralliance.org.
Services Engaged:
STRATEGIC LEADERSHIP & PROBLEM SOLVING
STRATEGIC RELATIONSHIP BUILDING
PROJECT MANAGEMENT
ORGANIZATIONAL SUPPORT AND MANAGEMENT
NEGOTIATIONS AND/OR GOVERNMENTAL RELATIONS
ORGANIZATIONAL GOVERNANCE & POLICY
GROUP FACILrfATIONS
GRANT RELATED ACTIVITIES
ADMINISTRATIVE SUPPORT
Commenced: 2020 Completed: On -going
Total Cost: Approximately $2 million total with all funded projects
Reference No.3
Firm Name: Miami Dade County Public Schools
Contact Individual Name and Title: Raul Perez, Chief Facilities Officer
Address: 1450 NE 2nd AVE STE 300 Miami, FL 33132
Telephone: 3059952319
Contact's Email: RPerez6@dadeschools.net
Narrative on Scope of Services Provided, Project Budget, and Project Dates:
LM Genuine Solutions established public -private partnerships involving the use or sale of
unencumbered or surplus School Board properties and the exploration and development
of additional public -private partnerships for the benefit and interest of the School Board.
Additionally, LMGS leads, facilitates, supports, and informs strategic solutions, initiatives
and partnerships on behalf of MDCPS at the discretion of the Superintendent.
Services Engaged:
STRATEGIC LEADERSHIP & PROBLEM SOLVING
STRATEGIC RELATIONSHIP BUILDING
PROJECT MANAGEMENT
ORGANIZATIONAL SUPPORT AND MANAGEMENT
NEGOTIATIONS AND/OR GOVERNMENTAL RELATIONS
ORGANIZATIONAL GOVERNANCE & POLICY
COMMUNICATIONS AND PUBLIC RELATIONS
FUND DEVELOPMENT & ASSET MANAGEMENT
GROUP FACILITATIONS
GRANT RELATED ACTIVITIES
ADMINISTRATIVE SUPPORT
Project Budget: $100,000,000+
Project Dates: 7/1/2018-Present
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 p0 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?
YES NO
SECTION 8 - LGBT BUSINESS ENTERPRISE CERTIFICATION
Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned
firms that have been certified as an LGBT Business Enterprise by the National Gay
and Lesbian Chamber of Commerce (NGLCC).
Does bidder possess LGBT Business Enter 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-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the
Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
The undersigned Contractor certifies or affirms the truthfulness and accuracy of each
statement of its cerlifiwtion and disclosure, if any. In addition, the Contractor understands and
agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and
disclosure, if any.
By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -Lobbying
Amendment Certification.
Name and Title of Bidder's Authorized Signature of Bidder's Authorized
Representative: Representative:
Lisa Martinez, CEO Lisa Martinez
SEC i ION 10 - SUSPENSION AND DEBARMENT CERTIFICATION
The Contractor acknowledges that:
(1) This Contract is a covered transaction for purposes of 2 C.F.R. pl. 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. pl. 3000, subpart
C and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fad relied upon by the City. If it is later
determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C. in addition to remedies available to the City, the Federal Government may
pursue available remedies, including but not limited to suspension and/or Debarment.
(4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2
C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The Contractor further agrees to include a provision requiring
such compliance in its lower tier covered transactions."
By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and
Debarment Certification.
Name and Title of Bidder's Authorized Signature of Bidder's Authorized
Representative: Representative:
Lisa Martinez, CEO Lisa Martinez
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:/llibrarv.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR_S2486COSI
Any communication or inquiry in reference to this solicitation with any City employee or
City official is strictly prohibited with the of exception communications with the
Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to
matters of process or procedure regarding the solicitation. Communications regarding
this solicitation are to be submitted in writing to the Procurement Contact named herein
with a copy to the City Clerk at f@f glgranadQ@miamibeagftggy .
By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of
Silence Ordinance, pursuant to Section 2486 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 hjW,//wvvw.miamibeachfi.gov/city-
hall/procuremen procurement-related-ordfinance-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?
p0 YES 0 NO
SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN
CONTRIBUTION REQUIREMENTS
This solicitation is subject to, and all bidders are expected to be or become familiar
with, all City lobbyist laws, including lobbyist registration requirements and prohibition
on campaign contributions, including:
• Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City
Code
(btMs:/Aibrary.municodecom/f/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO_DIV3LO)
• Campaign Contribution Requirements sections 2-487 and 2-488 of City Code
(hH r rymunicode comAVmiami 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:
b.Ups:/AibraMmunocode.com/ft/miam6 beachloodes/code of ordinances?
nodeld=SPAGEOR CH2AD _ARTVIPR_DIV3COPR S2-375NSCCOREWA
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section
2-375 of the City of Miami Beach City Code.
SECTION 15 — FAIR CHANCE REQUIREMENT
The Fair Chance Ordinance No. 2016-4012 is available at:
hffpaSJiI2rarv.municode.com/Wmiami beach/codes/code of ordinances?
nodeld=SPAGEOR CH62HURE ARTVFACHOR
By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards
consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with
supporting documentation evidencing its compliance upon request. Bidder further agrees that
any breach of the representations made herein shall constitute a material breach of contract,
and shall entitle the City to the immediate termination for cause of the agreement, in addition to
any damages that may be available at law and in equity.
SECTION 16 — PUBLIC ENTITY CRIMES
Please refer to Section 287.133(2)(a), Florida Statutes, available at:
https://www.fisenate.goy/Laws/Statutes/2012t287,133
By virtue of submitting bid, bidder agrees withthe requirements of Section 287.133, Florida
Statutes, and certifies it has not been placed on convicted vendor list.
SECTION 17 — VETERAN BUSINESS ENTERPRISES PREFERENCE
Pursuant to City of Miami Beach Ordinance No. 2011-
3748, hops.//Iibrarymunioode.comAl/miami beach/codes/code of ordinances?
nodeld=SPAGEORCH2AD ARTVIPR DIV3COPR S2-
374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and
responsible bidder which is a small business concern owned and controlled by a
veteran(s) or which is a service -disabled veteran business enterprise, and which is
within five percent (5%) of the lowest and best bidder, by providing such bidder an
opportunity of providing said goods or contractual services for the lowest responsive
bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of
two (2) or more bidders which are a small business concern owned and controlled by a
veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid
pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such
bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service -disabled veteran business
enterprise.
Is the bidder a service -disabled veteran business enterprise certified by the State of Florida?
YES p� NO
Is the bidder a service -disabled veteran business enterprise certified by the United States
Federal Govemment'r
= YES p� NO
SECTION 18 - EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES
AND EMPLOYEES WITH DOMESTIC PARTNERS
When awarding competitively solicited contracts valued at over $100,000 whose contractors
maintain 51 or more full time employees on their payrolls during 20 or more calendar work
weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain
contractors doing business with the City of Miami Beach, who are awarded a contract pursuant
to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as
they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the
Contractor's employees located in the United States, but outside of the City of Miami Beach
limits, who are directly performing work on the contract within the City of Miami Beach.
Does bidder provide or offer access to any benefits to employees with spouses or to spouses
of employees?
O= YES p� 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?
O= YES Q� NO
Please check all benefits that apply to your answers above and list in the "other section any
additional benefits not already specified. Note: some benefits are provided to employees
because they have a spouse or domestic partner, such as bereavement leave; other benefits
are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT
Bidder Provides for
Employees with
Spouses
Bidder Provides for
Employees with
Domestic Partners
Bidder does not
Provide Benefit
Health
Yes
Sick Leave
Yes
Family Medical Leave
Yes
Bereavement Leave
Yes
If Bidders cannot offer a benefit to domestic partners because of reasons outside your control,
(e.g., there are no insurance providers in your area willing to offer domestic partner coverage)
you may be eligible for Reasonable Measures compliance. To comply on this basis, you must
agree to pay a cash equivalent and submit a completed Reasonable Measures Application with
all necessary documentation. Your Reasonable Measures Application will be reviewed for
consideration by the City Manager, or his designee. Approval is not guaranteed and the City
Manager's decision is final. Further information on the Equal Benefits requirement is available
at lUprQqummenUpmcurement-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 FJ-2-] NO
If yes, explain.
�r COVER LETTER
5 TABLE OF
CONTENTS
d UNDERSTANDING
YOUR NEEDS
rr t CONTENTS:
TAB 1: Cover Letter & Table Of Contents ..............................3
/ TAB 2: Experience & Qualifications ....................................... 6
TAB 3: Approach & Methodology............................................24
NUINE,/
TLOHs
WE CATALYZE
PROGRESS THROUGH
COLLABORATION
July 1, 2024
Natalia Delgado
Procurement Department
City of Miami Beach
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Subject: Submission of Qualifications- RFQ-2024-005-ND- Economic Development Consultant Services
Dear Ms. Delgado,
We are pleased to submit our qualifications for the Request for Qualifications
(RFQ) issued by the City of Miami Beach for Economic Development Consultant
Services. LM Genuine Solutions (LMGS) seeks to be part of the newly established
prequalified pool of multidisciplinary consultant teams. Our firm is uniquely
positioned to deliver exceptional outcomes, given our extensive experience in
comprehensive economic development strategic planning, asset -based and
sustainable development, leadership and organizational development models,
business development strategies, prospect identification and outreach, and
community engagement.
Our commitment to impactful community outcomes is at the core of our work. We believe in fostering
sustainable changes that benefit all stakeholders through thoughtful engagement and innovative
solutions. Our approach leverages data -driven methodologies, inclusive stakeholder participation, and
advanced facilitation techniques to ensure all voices are heard. Additionally, our expertise in public -private
partnerships, small business support, and capacity building enhances our ability to develop actionable
strategies that align with the City's goals and community aspirations.
For all matters related to this RFQ please contact our CEO and primary point of contact, Lisa Martinez, at
lisa@LMGenuineSolutions.com.We are excited about the opportunityto collaborate with the Cityof Miami
Beach and are confident that our experience and strategic approach will be invaluable in developing plans
that truly reflect the needs and aspirations of the Miami Beach community. Thank you for considering our
qualifications. We look forward to discussing this further.
Sincerely,
,Ld�
EXPERIENCE 5
QUALIFICATIONS
LMGS
ORGANIZATIONAL CHART
CEO
Overall leadership, strategic direction, major
decisions, stakeholder communication, main
client contact, and leads client -facing work.
Operations Manager
Administrative and operational management,
business development, client relationship
management, and marketing strategy.
Accountant
Financial management, bookkeeping, and
payroll -
Communications Associate
Client relationship management, growth
strategy support, and communication quality
control.
Project Associates (2)
Project support, stakeholder liaison, task
management, deadline management, and
client work support.
Production Support
Production assistance, quality control, and
project deadline support
City of Miami Beach - Submission of Qualifications - Economic Development Consultant Services- RFQ-2W4-W5-ND
FIRMBIO
LM Genuine Solutions (LMGS) was founded on the fundamental
concept that great ideas and great leaders must unite to solve the
challenges within their communities. LMGS is a strategic management
and business -consulting firm, specializing in serving the needs of
governmental, educational, non-profitand private sectorentities. LMGS
is creating exponential impact across sectors and has a commitment
to continue evolving and assisting leaders to improve their own
communities; ultimately making successful change and progress in a
rapidly changing world.
LMGS is able to realize a vision and develop essential coalitions to build
support and work in unison under the dedication of capable leadership.
LMGS delivers a full -service team that looks at each project holistically and
provides the right strategic and tactical solutions to ensure a successful
outcome for each of their clients. The target market of clients consists of
businesses, both for profit and nonprofit, that need support in identifying
and moving through a strategic planning process to create positive and
sustainable change in their communities.
This harmonious collaboration orchestrated by LMGS is the cornerstone ....
of unified achievements. The founder and CEO brings over 25 years of
experience working with complex goals, and has the ability to ask the
right questions, deviate from the 'normal processes', and take calculated
risks. Complex goals become possible through key relationships, problem -
solving, and connecting all individuals and stakeholders under one
common goal.
LMGS is a Limited Liability Company, S-Corporation located in Miami,
Florida. The target market consists of businesses, both for profit and
nonprofit, that need supportand direction in identifying and implementing
a strategic planning process that leads to positive and sustainable change
in their communities.
LMOENUIN ESOLUTIONS.COM
REFERENCES
Reference No. 1
FIRM NAME
TELEPHONE
Miami Homes For All
(305) 321-2663
CONTACT INDIVIDUAL NAME &TITLE
CONTACTSEMAIL
Annie Lord, Executive Director
alord@miamihomesfomil.org
ADDRESS
3250 SW 3rd Ave Miami, FL 33129
Narrative on Scope
The Connecting Capital and Community (3C) initiative addresses the racial
inequities at the core of the housing ecosystem. Five cities across the country are
using community investment to support housing preservation, homeownership,
and wealth -building. Miami is one of these cities. The 3C initiative helps teams
strengthen local community investment ecosystems and advance racial equity
through safe, affordable housing. LM Genuine Solutions serves as the team lead
for the initiative on behalf of Miami Homes for All.
Using the Center for Community Investment's Capital Absorption Framework,
multisector stakeholders in Miami collaborate to achieve ambitious results that go
beyond individual projects to systems change. The three-year initiative is working to
scale affordable housing and redress the ways structural racism has shapedAmerican
housing systems with dramatically negative consequences for many communities
of color. For more information, please visit www.centerforcommunityinvestment.
org/our-work/initiatives/connecting-capital-and-community.
Services Engaged
• Strategic Leadership & Problem
Solving
• Strategic Relationship Building
• Project Management
• Organizational Support and
Management
• Negotiations and/or Governmental
Relations
Budget: $5,000,000
Project Dates: 1/15/2022- Present
• Organizational Governance &
Policy
• Grant Related Activities
• Group Facilitations
• Administrative Support
City of Miami Beach - Submission of Qualifications - Economic Development ConsuRant Services - RFQ-2024005-ND
REFERENCES (continued)
Reference No. 2
FIRM NAME
TELEPHONE
Health Foundation of South Florida
(305) 807-0100
CONTACT INDIVIDUAL NAME &TITLE
CONTACTS EMAIL
Dr. Janisse Schoepp, Chief Strategy Officer
jschoepp@hfsf.org
ADDRESS
2 S Biscayne Blvd STE 1710
Miami, FL 33131
Narrative on Scope
LM Genuine Solutions has facilitated the South Florida Anchor Alliance on behalf
of the Health Foundation of Florida, alongside more than 23 member entities and
various supporting partners. SFAA harnesses the power of anchor institutions to
build a healthier, stronger Florida. This work seeks to level inequities through local
hiring and build capabilities by creating connections. For more information, please
visit www.southforidaanchoralliance.org.
Services Engaged
• Strategic Leadership & Problem
Solving
• Strategic Relationship Building
• Project Management
• Organizational Support and
Management
• Negotiations and/or Governmental
Relations
• Organizational Governance &
Policy
• Grant Related Activities
• Group Facilitations
• Grant Related Activities
• Administrative Support
Total Cost: Approximately $2 million total with all funded projects
Project Dates: 1/1/2020- Present
9 City of Miami Beach- Submission of qualificatluns- Economic Development Consultant Services-RFp-2024-WS-ND
REFERENCES (continued)
Reference No. 3
FIRM NAME
Miami Dade County Public Schools
CONTACT INDIVIDUAL NAME & TITLE
Raul Perez, Chief Facilities Officer
ADDRESS
1450 NE 2nd AVE STE 300
Miami, FL 33132
TELEPHONE
(305)995-2319
CONTACT'S EMAIL
RPerez6@dadeschools.net
Narrative on Scope
LM Genuine Solutions established public -private partnerships involving the use
or sale of unencumbered or surplus School Board properties and the exploration
and development of additional public -private partnerships for the benefit and
interest of the School Board. Additionally, LMGS leads, facilitates, supports, and
informs strategic solutions, initiatives and partnerships on behalf of MDCPS at the
discretion of the Superintendent.
Services Engaged
• Strategic Leadership & Problem
Solving
• Strategic Relationship Building
• Project Management
• Organizational Support and
Management
• Negotiations and/or Governmental
Relations
• Organizational Governance &
Policy
Project Budget: $100,000,000+
Project Dates: 7/i/2016-Present
• Communications and Public
Relations
• Fund Development &Asset
Management
• Grant Related Activities
• Group Facilitation
• Grant Related Activities
• Administrative Support
10 City of Miami Beach- Submission of qualifications - EconomicD alopmentConsultant Services -RFq-2024-005-ND
LMGS TEAM
Lisa Martinez
CEO/Founder, L.M. Genuine Solutions LLC
Lisa Martinez, Founder and CEO of LM Genuine Solutions (LMGS), is a Miami native
who began her Career as an elementary school teacher. During her 30 years in the
classroom, problem -solving skills emerged as a necessity and her strength. She sought
out ways to bridge gaps, not just with student learning, but with critical partners to
education. In 2002, supporting vulnerable youth and connecting them to resources
and opportunities in their local community.
With the success of this innovative work, she was recruited to join the City of
Miami Mayor's Office to lead citywide education initiatives. Over four years, her
responsibilities grew, and she led a comprehensive programmatic, policy, and
legislative portfolio as the Mayor's Director of Policy and Legislation. Ms. Martinez
was then recruited by Miami -Dade County Public Schools' leadership to spearhead
efforts in Intergovernmental Affairs and Grants, as well as Human Resources, which
evolved to a robust understanding of program development/management, grants,
government relations, and community engagement. She successfully led districtwide
programs, parent and stakeholder advocacy campaigns, funding strategies, policy
development, and legislative work at all levels of government. Through this position,
she developed a stronger understanding of the importance of systems collaboration.
Subsequently, she was recruited to join Miami -Dade County's leadership team and
oversaw the Departments of Cultural Affairs, Parks, Recreation and Open Spaces, and
the County Public Schools directly leading the development and management of the
district's 5-year strategic plan, assisting the Superintendent of Schools in creating,
communicating, Opportunities. In these varied roles, she has consistently served the
community by developing and leading the implementation of change and innovation
across Miami -Dade County.
Relevant Experience
LM Genuine Solutions, CEO/Founder 2018-Present
Miami -Dade County Public schools, Office of the Superintendent Chief Strategy Officer 2014-2018
Independent Consultant, 2014
Miami -Dade County, Office of the Mayor, 2011-2014
Chief of Staff
Senior Advisor (Overseeing Parks, Libmries, Cultural Affairs, & Children's Initiatives)
Miami -Dade County Public Schools, 2007-2011
Office of Human Resources, Executive Director -Human Resources Office of Intergovernmental
Affairs and Grants Administration, Director
City of Miami. Office of the Mayor, 2003-2007
Director of Policy & Legislation Senior Advisor on Education Policy Director of Mayor's Mentoring
Initiative
Miami -Dade County Public Schools, Coconut Grove Elementary School
Teacher 1994-2003
11 City of Miami Beach- Submission of Qualifications- Economic Development Consultant Services - RFQ-2024-WS-ND
LMGS TEAM (continued)
Juan Ramirez
Operations Manager
Role
Juan Ramirez will support the project by handling logistics and ensuring
efficient project execution.
Experience
Juan, a Miami native and University of Central Florida alumnus, has been
integral to LM Genuine Solutions, managing client and subcontractor invoicing,
leading talent acquisition, and maintaining consistent operations. His strategic
approach to operations management ensures seamless communication and
collaboration between the CEO and subcontractors. Juan's role involves
overseeing day-to-day activities, supporting business development strategies,
and ensuring that project logistics are handled efficiently.
Qualifications
Juan has extensive experience in operations management, logistics, and
business development, making him well -suited to managing the logistical
aspects of the project.
Duties for the City
Juan will manage the logistics of the project, coordinate with subcontractors
(translators as needed), coordinate follow-up with the team and ensure smooth
operational execution.
12 City of Miami Beach- Submission of Qualifications- Fsonomic Development Consultant SeMces-RFQ-2024-M5-ND
LMGS TEAM (continued)
Sara Wilkins
Project Associate/Administrative Assistant
Role
Sara Wilkins will assist with data management, meeting summary notes and
administrative tasks to support the CEO and project activities.
Experience
Sara is a multifaceted professional with a strong background in communication,
education, and project management She holds an undergraduate degree in
Communication and a master's degree in education. Sara's career began with a
five-year dedication to educationaljustice and equity, teaching underprivileged
students at Title I schools. Transitioning into project management, Her
expertise in critical thinking and communication, combined with her passion
for advocacy, makes her a valuable asset to the team.
Qualifications
Sara's skills in project management, data analysis, and communication are
complemented by her educational background and experience in managing
complex projects.
Duties for the City
Sara will manage data -related tasks, handle administrative responsibilities,
support communication efforts, and assist in coordinating project activities.
13 City of Miami Beach - Submission of Qualifications - Economic Development Consultant Services - RFQ-2024-0 5-IV13
LMGS TEAM (continued)
Marcus Ortega
Production Manager
Role
Marcus Ortega will oversee the design and production of materials, ensuring
they meet high -quality standards and are visually engaging.
Experience
Marcus brings extensive experience in project production and design, with
a strong background in communication and marketing. He currently serves
as the Director of Student Services, Projects, and Initiatives at Miami Dade
College, where he manages college -wide initiatives and projects. Previously,
he served as Executive Director of Magnet Schools at Miami -Dade County
Public Schools, overseeing community outreach and development of school
choice programs. Marcus has a rich history in creative roles, having worked
as a Senior Art Director and Designer, where he managed design concepts,
marketing strategies, and project executions.
Qualifications
Marcus holds an MFA in Digital Media from Savannah College of Artand Design
and a BFA in Graphic & Interactive Communications from Ringling College of
Art and Design.
Duties for the City
Marcus will be responsible for the production and design of project materials,
ensuring they are visually appealing and meet the project's standards.
14 City of Miami Beach- submission of qualifications- Economic Development Consultant Services-RFQ-2024-0 5-1,113
QUALIFICATIONS
OF BIDDER
LM Genuine Solutions (LMGS) has a robust track record of delivering a wide range
of services to public sector agencies and non-profit organizations. Our experience
spans contract negotiations, community outreach, engagement, education,
workforce and affordable housing, and capacity building. Below are detailed
examples of our projects and the methodologies we employed to achieve success
for our clients.
CONTRACT NEGOTIATIONS
South Florida Anchor Alliance (SFAA)
Client Description: The Health Foundation of South Florida leads the South
Florida Anchor Alliance, a coalition aimed at economic inclusion by leveraging the
collective purchasing, hiring, and investment power of anchor institutions. SFAA
comprises over 20 public sector anchors, including Broward County, Miami -Dade
County, cities, school districts, public universities, and hospitals.
Scope of Services: LMGS facilitated agreements and approvals for participation
in SFAA, negotiated agreements for the South Florida Anchor Alliance regional
marketplace, and helped anchors negotiate with the technology provider for
the marketplace. Our comprehensive research ensured all agreements were
legally sound and financially viable. Open communication strategies and conflict
resolution techniques led to collaborative negotiations and clear, comprehensive
contracts. We provided ongoing support to monitor compliance and address
issues, resulting in successful implementation of the alliance's initiatives.
Miami -Dade County Public Schools (M-DCPS)
Client Description: M-DCPS, the third largest school district in the United States,
serves over 350,000 students in Miami -Dade County.
Scope of Services: LMGS established public -private partnerships involving the
use or sale of surplus School Board properties. We performed detailed analyses to
understand legal and financial implications, facilitated transparent communication
among stakeholders, and managed conflicts through mediation. LMGS drafted
clear contracts that outlined performance metrics and responsibilities and
provided continuous monitoring to ensure adherence to agreements, enhancing
local hiring and procurement from minority -owned businesses.
15 CiN of Miami Beach- Submission of qualifications- Economic Dedooment Consultant Sennoes- 111`0--=4-05-ND
QUALIFICATIONS
OF BIDDER ,continued)
Future Bound Miami Children's Savings Accounts
Client Description: Future Bound Miami is a countywide community initiative
that creates savings accounts for children to encourage higher education and
economic stability. Partners include Miami -Dade County, the City of Miami, and
public school districts.
Scope of Services: LMGS negotiated contracts for the initiative involving
financial institutions, schools, and local governments. Our process included
comprehensive research to understand the initiative's financial and operational
requirements, facilitating open dialogue among stakeholders, and addressing
conflicts through creative solutions. We drafted precise contracts detailing the
roles and responsibilities of each party and provided ongoing monitoring to
ensure compliance and successful implementation.
COMMUNITY OUTREACH/EDUCATION/ENGAGEMENT
Friends of the Underdeck/Underdeck Committee
Client Description: The Underdeck project is a 33-acre public open space project
under the reconstructed 1-395, designed to connect Miami's historic Overtown
neighborhood to Biscayne Bay.
Scope ofServices: LMGS led thedevelopment ofcomprehensive recommendations
for funding, design, naming, management, business goals for small and local
businesses, and workforce initiatives. We remain the lead facilitator as a
sustainable organization, Friends of the Underdeck, is being developed. LMGS
ensured that residents, business owners, and community leaders from Overtown
were actively involved in the planning stages through needs assessments,
stakeholder identification, and inclusive engagement strategies. We organized
town hall meetings, focus groups, and community forums, using digital tools and
social media to reach a broader audience. Continuous feedback was gathered
to refine and improve the engagement process, ensuring the Underdeck project
reflected the needs and aspirations of the local community.
16 City of Miami Beach- Submission of Qualifications- Economic Development Consultam, Services-RFQ-2W4-W5-ND
QUALIFICATIONS
OF BIDDER (continued)
Together for Children
Client Description: Together for Children is a collaborative initiative aimed at
reducing youth violence and improving community safety. Public sector partners
include Miami -Dade County Public Schools, Miami -Dade County, the Department
of Children and Families (DCF), the State Attorney's Office, the Public Defender's
Office, and police departments.
Scope of Services: LMGS facilitated the development of governance structures
in six neighborhoods, allowing them to determine how to work together and
what to focus on. These neighborhoods then created a countywide governance
structure that included anchor institutions and a common strategic action plan,
also facilitated by LMGS. We conducted needs assessments, mapped and analyzed
stakeholders, and implemented inclusive engagement strategies. Educational
programs and workshops were designed to build community capacity, and
clear, consistent messaging was maintained through comprehensive reports and
effective communication channels.
Unity on the Bay
Client Description: Unity on the Bay is a community -driven initiative focused on
fostering unity and collaboration among diverse groups in Miami.
Scope of Services: LMGS conducted a comprehensive needs assessment and
stakeholder analysis as part of developing a five-year strategic plan for Unity on
the Bay. We organized town hall meetings, workshops, and community forums
to provide platforms for all voices to be heard, employed digital tools and social
media to reach a broader audience, and designed educational programs to build
community capacity. Continuous feedback and regular updates ensured the
initiative remained aligned with community expectations and fostered a sense of
ownership and collaboration among participants.
17 City of Miami Beach- Submission of Qualifications- Economic Development Consultant Services -RFQ-202 0W5-ND
QUALIFICATIONS
OF BIDDER Icontinuedj
Talent Forge
Client Description: Talent Forge is an initiative aimed at enhancing workforce
development and economic inclusion in Miami. Broward County Public Schools
was a main initial client and collaborator for Talent Forge.
Scope of Services: LMGS conducted needs assessments to identify workforce
challenges, mapped and analyzed stakeholders, and developed inclusive
engagement strategies. We organized town hall meetings, workshops, and
focus groups to ensure diverse community participation, designed educational
programs to build community capacity, and maintained clear and consistent
messaging through comprehensive reports and engaging narratives. Regular
feedback sessions and updates ensured continuous improvement and alignment
with community expectations.
WORKFORCE/AFFORDABLE HOUSING
3Cs Initiative for Miami Homes for All
Client Description: Miami Homes forAll focuses on addressing Miami's affordable
housing crisis, particularly in Black, brown, and immigrant neighborhoods
characterized by smaller -scale multifamily affordable housing and a significant
population of renters.
Scope of Services: As the team lead for the 3Cs initiative, LMGS coordinates
all aspects of the effort, including supporting legacy and small landowners in
rehabbing or developing smaller -scale affordable housing. We coordinate the
efforts of various partners to provide technical assistance, financial products,
and connections to residents. The team currently has six projects with a total of
42 units under development, including the preservation of naturally occurring
affordable rentals, new mixed -use projects, and a community land trust project
focused on affordable home ownership. We also facilitate communication and
engagement strategies tailored to neighborhood needs, ensuring development
aligns with community priorities.
18 City of Miami Beach- submission of Qualifkadons- Economic DealopmeM Consultant Services - RFQ-=MY 5-ND
QUALIFICATIONS
OF BIDDER continued)
Miami -Dade County Public Schools (M-DCPS)
Client Description: M-DCPS, one of the largest public school districts in the
nation, is addressing the housing needs of its workforce to recruit and retain
talented professionals.
Scope of Services: LMGS collaborates with M-DCPS on various affordable
housing projects aimed at providing housing solutions for public employees. This
includes coordinating partnerships with Miami -Dade County's Public Housing
& Community Development Department to develop affordable apartments for
teachers and other employees earning less than 80% of the area median income.
LMGS oversees the integration of these housing projects with new or renovated
school campuses and quality early childhood programs, ensuring enhanced and
more affordable living options for the workforce. With several projects in the
pipeline expected to yield over 1,000 units, LMGS ensures that these initiatives
are executed according to plan and that progress is monitored, measured, and
adjusted as needed to ensure success.
Broward County Public Schools
Client Description: Broward County Public Schools, one of the largest public
school districts in the United States, serves over 270,000 students in Broward
County.
Scope of Services: LMGS collaborates with Broward County Public Schools on
workforce housing projects aimed at providing affordable housing solutions for
school district employees. Our services include conducting research and best
practice sharing, coordinating partnerships, and developing strategic plans to
address housing needs. LMGS ensures these initiatives are executed according to
plan, and progress is monitored and adjusted as needed for success.
19 City of Mumi Beach- Submission of Qualifications- Economic Development Consultant Semices-RFQ-2024-005-ND
QUALIFICATIONS
OF BIDDER 'continued)
CAPACITY BUILDING
Capacity Building for Non -Profit Organizations
Client Description:
• HIP (Housing and Infrastructure Projects): A non-profit organization focused
on developing affordable housing and infrastructure projects to improve the
quality of life in underserved communities.
• Junior Achievement of Greater Miami: Anon -profit organization dedicated to
providing young people with the knowledge and skills to succeed in a global
economy.
• Catalyst Miami: A non-profit organization that empowers communities
through civic engagement, leadership development, and advocacy.
• Touching Miami with Love: A non-profit organization that aims to inspire,
educate, and empower the children, youth, and families in the Overtown and
West Homestead neighborhoods.
• Unity on the Bay: A non-profit organization focused on fostering unity and
collaboration among diverse groups in Miami and developing strategic plans
for sustainable growth.
Scope of Services: LMGS begins by assessing each non -profit's unique needs
through interviews, surveys, and document reviews to identify gaps and capacity -
building areas. We then develop customized training programs tailored to specific
needs, covering leadership development, strategic planning, project management,
community engagement, public sector relationship building, fund development,
business practices, partnership development, and business development. Our
coaching and mentoring include one-on-one sessions, group workshops, and
ongoing support, along with toolkits, policies, and best practices to enhance
operational efficiency and compliance. We engage partners from local business
associations, economic development agencies, and educational institutions for
additional resources and continuously refine our approach based on feedback and
performance metrics to ensure non -profits achieve their capacity -building goals
and reduce reliance on consultants. Our non -cookie -cutter approach ensures that
our services are always refined based on the client's evolving needs.
20 City of Miami Bexb- Submission of qualifications - Economic Development ConSUbW Services-RF¢Y0]4-05-ND
QUALIFICATIONS
OF BIDDER ,continued,
Capacity Building for Collective Groups
1. Aspen Institute Latinos and Society Miami City Action Lab
Client Description: The Aspen Institute's Latinos and Society Program aims to
improve outcomes for Latinos through public education, leadership development,
and policy innovation.
Scope of Services: LMGS worked with the Miami City Action Lab to develop a
strategic plan for entrepreneurs. We conducted a needs assessment, identified
key stakeholders, and developed inclusive engagement strategies. LMGS provided
training and mentoring to enhance the capabilities of local entrepreneurs. We
facilitated the development of partnerships with business associations and
economic development agencies. The strategic plan developed by LMGS is now
being used by the Miami Foundation to lead the initiative.
2. South Florida Anchor Alliance (SFAA)
Client Description: The South Florida Anchor Alliance is a coalition of anchor
institutions committed to economic inclusion and community development.
Scope of Services: LMGS facilitated the development of an assessment tool and
a referral process to support capacity building within the alliance. We conducted
a comprehensive needs assessment and developed customized training programs
for member institutions. LMGS provided coaching and mentoring to staff
members, helping them navigate procurement processes and improve operational
efficiency. We engaged partners from local business associations and educational
institutions to support the capacity -building efforts. The assessment tool and
referral process developed by LMGS are currently being piloted in both Miami
and Broward counties.
21 City of Miami Beach- Submission of Qualifications- Economic Development Consultant Services-RFQ-2o24-W5-ND
QUALIFICATIONS
OF BIDDER ,continued)
STRATEGIC MEETING MANAGEMENT
All Clients
Scope of Services: LMGS is adept at managing both "one-off" or singular meetings
and established consortiums or collective impact groups that require ongoing
strategic direction to move a common agenda forward. For one-off meetings,
we focus on achieving specific objectives and outcomes within a single session.
For consortiums or collective impact groups, we facilitate ongoing strategic
meetings that align with long-term goals and ensure continuous progress toward
shared objectives. Our services include developing clear and concise agendas,
skilled facilitation, effective use of technology, thorough documentation, and
continuous improvement based on participant feedback. All clients previously
referenced benefit from LMGS's strategic meeting management as part of their
comprehensive scope of services.
22 City of Miami Beach -Submission of Qualifications -Economic D opmemt Conwhant Services-RFQ-2024-W5-ND
'APPROACH
METHODOLOGY
LMGS
METHODOLOGY
CONTRACT NEGOTIATIONS
1. Comprehensive Research:
LMGS begins the contract negotiation process with thorough research to
understand the legal, financial, and operational aspects relevant to the agreement.
This involves conducting a detailed analysis of the contract's subject matter,
including any applicable laws, regulations, and industry standards. We review
the financial implications of the contract to ensure sustainability and profitability
for all parties, and gather background information on all stakeholders involved,
including their interests, priorities, and negotiation styles.
2.Open and Transparent Communication:
Effective communication is critical to successful contract negotiations. LMGS
prioritizes open and transparent dialogue among all stakeholders to build trust and
foster collaboration. Our communication strategy includes organizing preliminary
meetings to establish communication channels and set the tone for collaborative
negotiations. We ensure all stakeholders are well-informed about the negotiation
process, timelines, and key milestones, and facilitate regular updates and check -
ins to address any emerging concerns and maintain momentum.
3. Conflict Resolution Techniques:
Negotiations often involve conflicting interests that need to be addressed
constructively. LMGS employs a range of conflict resolution techniques to manage
disagreements and find common ground. This includes identifying potential
areas of conflict early in the process through stakeholder analysis and proactive
engagement, utilizing mediation and facilitation skills to encourage open dialogue
and mutual understanding, and proposing creative solutions and compromises
that address the core concerns of all parties involved.
4. Drafting Clear and Concise Contracts:
The final stage of our negotiation process involves drafting contracts that are
clear, concise, and comprehensive. LMGS ensures that all terms and conditions
are explicitly outlined to prevent misunderstandings and future disputes. This
process includes developing draft contracts that incorporate all agreed -upon
terms, conditions, and performance metrics, reviewing the draft contracts
with legal advisors to ensure compliance with applicable laws and regulations,
and presenting the draft contracts to all stakeholders for feedback and making
necessary revisions based on their input.
24 City of Miami Beach- Submission of Qualifiwtlons- Economic Development Consultant Services-RFQ-2024005-ND
LMGS
METHODOLOGY ,continued)
5. Implementation and Monitoring:
After finalizing the contracts, LMGS supports the implementation phase by
providing guidance and resources to ensure compliance and smooth execution.
We establish monitoring mechanisms to track performance and adherence
to contractual terms, facilitating periodic reviews and updates to address any
changes in circumstances or emerging issues.
EXAMPLE OF LMOS PROJECTS
LMGS has successfully provided contract negotiation services for a range of
clients by employing a comprehensive and methodical approach. Our methodology
includes thorough research, open communication, conflict resolution, clear contract
drafting, and continuous monitoring. Below are detailed examples of how LMGS
has accomplished the required scope of services for key clients:
South Florida Anchor Alliance (SFAA):
Client Description: The Health Foundation of South Florida leads the South
Florida Anchor Alliance, a coalition aimed at economic inclusion by leveraging the
collective purchasing, hiring, and investment power of anchor institutions.
Scope of Services: LMGS facilitated agreements and approvals for participation
in SFAA, negotiated agreements for the South Florida Anchor Alliance regional
marketplace, and helped anchors negotiate with the technology provider for the
marketplace. We conducted comprehensive research to ensure all agreements
were legally sound and financially viable. Our open communication strategy and
conflict resolution techniques ensured collaborative negotiations, resulting in
clear and comprehensive contracts. We provided ongoing support to monitor
compliance and address any issues, leading to the successful implementation of
the alliance's initiatives.
25 City of Miami Reach- Submission of Qualifications- Economic Development ConsuRan[Services-aFQ-2029W5-ND
LMGS
METHODOLOGY (continued)
Miami -Dade County Public Schools (M-DCPS):
Client Description: M-DCPS is the 3rd largest school districts in the United States,
serving over 350,000 students in Miami -Dade County.
Scope of Services: LMGS established public -private partnerships involving
the use or sale of surplus School Board properties. We performed detailed
analyses to understand the legal and financial implications, facilitated
transparent communication among stakeholders, and managed conflicts through
mediation. LMGS drafted clear contracts that outlined performance metrics and
responsibilities, and provided continuous monitoring to ensure adherence to
the agreements, enhancing local hiring and procurement from minority -owned
businesses.
Future Bound Miami Children's Savings Accounts:
Client Description: Future Bound Miami is a countywide community initiative
that creates savings accounts for children to encourage higher education and
economic stability.
Scope of Services: LMGS negotiated contracts for the initiative, involving
financial institutions, schools, and local governments. Our process included
comprehensive research to understand the initiatives financial and operational
requirements, facilitating open dialogue among stakeholders, and addressing
conflicts through creative solutions. We drafted precise contracts detailing the
roles and responsibilities of each party, and provided ongoing monitoring to
ensure compliance and successful implementation.
26 City of Miami Beach- Submission of Qualifirtcros- Economic Development Consultant Semices - RFQ-2024-W5-ND
LMGS
METHODOLOGY (continued)
COMMUNITY OUTREACH/EDUCATION/ENGAGEMENT
1. Needs Assessment and Goal Setting:
LMGS begins by conducting comprehensive needs assessments to understand
the client's requirements and aspirations. This involves gathering data through
different strategies which could include meetings, surveys, interviews, and focus
groups to identify key issues and set clear goals for the outreach and engagement
process.
2. Stakeholder Mapping and Analysis:
We identify and analyze all relevant stakeholders, including community members,
local leaders, businesses, and governmental entities. This helps in understanding
their interests, concerns, and influence, ensuring that our outreach strategies are
inclusive and effective.
3. Inclusive Engagement Strategies:
LMGS develops and implements inclusive engagement strategies that ensure
diverse community participation. This includes organizing town hall meetings,
workshops, focus groups, and community forums, providing platforms for all
voices to be heard. We also employ digital tools and social media to reach a
broader audience.
4. Education and Capacity Building:
We design educational programs and workshops to build the community's
capacity to engage effectively in the development process. This includes providing
information on relevant topics, training on advocacy and leadership skills, and
facilitating access to resources.
5. Clear and Consistent Messaging:
LMGS ensures that messaging is clear, consistent, and tailored to the needs of
different stakeholder groups. This includes developing comprehensive reports,
engaging narratives, digital outreach, visual aids, and interactive platforms. We
facilitate the utilization of storytelling techniques to highlight success stories and
the impact of initiatives, making complex data more relatable and understandable.
27 City of Miami Beach - Submission of Qualifications - Economic D Ihupment Consultant Services - RFQ-2024-005-Itl1D
LMGS
METHODOLOGY (continued)
6. Effective Communication Channels:
We leverage multiple communication channels to reach diverse audiences. This
includes traditional media outlets, social media, digital platforms, public meetings,
newsletters, and interactive webinars. Our approach ensures that all stakeholders
have access to the information they need to participate effectively in the projects.
7. Feedback and Continuous Improvement:
LMGS prioritizes regular updates and feedback sessions to address emerging
concernsand adaptstrategiesas needed. Wefacilitate periodic reviewsand updates
to ensure continuous improvement and alignment with client expectations. We
can establish mechanisms for regular feedback, such as surveys and suggestion
boxes, and ensure that community members are informed about how their input
has influenced decisions and actions.
EXAMPLE OF LMGS PROJECTS
Friends of the Underdeck/Underdeck Committee:
Client Description: The Underdeck project is a 33-acre public open space project
under the reconstructed 1-395 designed to connect Miami's historic Overtown
neighborhood to Biscayne Bay.
ScopeofServices: LMGS led the developmentof comprehensive recommendations
for funding, design, naming, management, business goals for small and local
businesses, and workforce initiatives. We remain the lead facilitatoras a sustainable
organization, Friends of the Underdeck, is being developed. LMGS ensured that
residents, business owners, and community leaders from Overtown were actively
involved in the planning stages. We conducted needs assessments, identified key
stakeholders, and developed engagement strategies to ensure diverse community
participation. LMGS organized town hall meetings, focus groups, and community
forums, employing digital tools and social media to reach a broader audience.
Educational programs and workshops were designed to build community capacity,
and clear, consistent messaging was maintained through comprehensive reports
and engaging narratives. Continuous feedback was gathered to refine and improve
the engagement process, ensuring the Underdeck project reflected the needs and
aspirations of the local community.
28 City of Miami Reach- Submission of Qualifications- Economic Development Consultant Services-RFQ-2024-W"D
LMGS
METHODOLOGY icontinued)
Together for Children:
Client Description: Together for Children is a collaborative initiative aimed at
reducing youth violence and improving community safety.
Scope of Services: LMGS facilitated the development of governance structures
in six neighborhoods, allowing them to determine how to work together and
what to focus on. These neighborhoods then created a countywide governance
structure that included anchor institutions and a common strategic action plan,
also facilitated by LMGS. We conducted comprehensive needs assessments
to identify key issues and set clear goals for the outreach and engagement
process. We mapped and analyzed stakeholders, including community members,
local leaders, and governmental entities. Inclusive engagement strategies were
implemented, organizing town hall meetings, workshops, and focus groups to
ensure diverse community participation. LMGS ensured clear and consistent
messaging through comprehensive reports, engaging narratives, and effective
use of communication channels. Regular feedback sessions and updates were
conducted to address emerging concerns and adapt strategies as needed, ensuring
continuous improvement and alignment with community expectations.
Unity on the Bay:
Client Description: Unity on the Bay is a community -driven initiative focused on
fostering unity and collaboration among diverse groups in Miami.
Scope of Services: LMGS conducted a comprehensive needs assessment and
stakeholder analysis as part of developing a five-year strategic plan for Unity on
the Bay, which was looking for a new location after selling its previous site. We
developed inclusive engagement strategies, organizing membership -wide and
leadership meetings, workshops, and community forums to provide platforms for
all voices to be heard. Clear and consistent messaging was maintained through
comprehensive reports, engaging narratives, and effective use of communication
channels. Continuous feedback and regular updates ensured the initiative
remained aligned with client expectations and fostered a sense of ownership and
collaboration among participants.
29 City of Miami Beach- Submission of qualifications -Fcananic Development Consultant Services-RFQ-2024-W5-ND
LMGS
METHODOLOGY (continued)
WORKFORCE/AFFORDABLE HOUSING
1. Needs Assessment:
LMGS begins by conducting comprehensive needs assessments to identify
housing and workforce challenges in the community. This involves collecting and
analyzing data on housing availability, affordability, and workforce demographics.
2. Stakeholder Engagement:
We engage key stakeholders, including community members, housing authorities,
developers, and local businesses, to gather input and build support for housing
and workforce initiatives. This involves organizing town hall meetings, focus
groups, and workshops to ensure that all voices are heard and integrated into the
planning process.
3. Strategic Planning:
Based on the needs assessment and stakeholder input, LMGS develops strategies
that incorporate best practices in housing and workforce development. These
plans outline clear objectives, action steps, and timelines to address identified
challenges and achieve desired outcomes.
4. Collaboration and Partnership Development:
We facilitate the development of collaborations and partnerships between public
and private sector entities to secure funding and resources for housing and
workforce initiatives. This includes negotiating agreements and developing joint
ventures to maximize impact.
5. Implementation and Monitoring:
LMGS supports the implementation of housing and workforce initiatives,
ensuring that projects are executed according to plan. We establish monitoring
mechanisms to track progress, measure impact, and make necessary adjustments
to ensure success.
30 City of Miami Beach- Submission of qualifications - EconomicD elooment Consulted Services-RFQ-3W4-005-ND
LMGS
METHODOLOGY (continued)
EXAMPLE OF LMGS PROJECTS
3Cs Initiative for Miami Homes for All:
Client Description: Miami Homes forAll focuses on addressing Miami's affordable
housing crisis, particularly in Black, brown, and immigrant neighborhoods
characterized by smaller -scale multifamily affordable housing and a significant
population of renters.
Scope of Services: As the team lead for the 3Cs initiative, LMGS coordinates
all aspects of the effort, including supporting legacy and small landowners in
rehabbing or developing smaller -scale affordable housing. LMGS coordinates
the efforts of various partners to provide technical assistance, financial products,
and connections to residents. The team currently has six projects with a total of
42 units under development, including the preservation of naturally occurring
affordable rentals, new mixed -use projects, and a community land trust project
focused on affordable home ownership. The initiative offers grants for various
development stages and creates a technical assistance program to support small-
scale Black and brown developers and owners. A critical element of the 3Cs
approach is the "ground game," where community -based organizations serve as
liaisons between developers and residents in five neighborhoods. These liaisons
deploy communication and engagement strategies tailored to neighborhood
needs to ensure development aligns with community priorities.
Looking ahead, the 3Cs team plans to scale theirstrategy by exploring partnerships
for financial products, technical assistance, and community engagement, and align
with the Greater Miami Housing Alliance on policy efforts to expand access for
small and nonprofit developers.
31 City of Miami Beach- Submission of Qualifications- Economic Development ConsuRnt Services-RFQ-2024-W5-ND
LMGS
METHODOLOGY (continued)
Miami -Dade County Public Schools (M-DCPS):
Client Description: M-DCPS, one of the largest public school districts in the
nation, is addressing the housing needs of its workforce to recruit and retain
talented professionals.
Scope of Services: LMGS collaborates with M-DCPS on various affordable
housing projects aimed at providing housing solutions for public employees. This
includes coordinating partnerships with Miami -Dade County's Public Housing
& Community Development Department to develop affordable apartments for
teachers and other employees earning less than 80% of the area median income.
LMGS oversees the integration of these housing projects with new or renovated
school campuses and quality early childhood programs, ensuring enhanced and
more affordable living options for the workforce. With several projects in the
pipeline expected to yield over 1,000 units, LMGS ensures that these initiatives
are executed according to plan and that progress is monitored, measured, and
adjusted as needed to ensure success.
32 City of Miami Beach- Submission of Qualifications- Economic DevelopmentConsultant Services-RFQ-2024-MS-ND
LMGS
METHODOLOGY (continued)
CAPACITY BUILDING
1. Assessment of Organizational Needs:
LMGS begins by assessing the organizational needs of our clients to identify
areas where capacity building is required. This involves conducting interviews,
surveys, and reviews of organizational documents and practices to understand
their current capabilities and identify gaps.
2. Customized Training Programs:
Based on the assessment, we can customize training programs tailored to
the specific needs of the organization. These programs cover areas such as
leadership development, strategic planning, project management, and community
engagement. Additionally, we focus on building skills that enhance small business
readiness to grow and successfully contract with public and private sector entities.
3. Coaching and Mentoring:
LMGS provides coaching and mentoring to key staff members to enhance their
skills and capabilities. This involves one-on-one sessions, group workshops, and
ongoing support to ensure that staff members can apply what they have learned
effectively. Our coaching also includes guidance on navigating public and private
sector procurement processes, ensuring businesses are well -prepared to secure
and manage contracts.
4. Resource Development:
We assist organizations in developing the resources they need to build capacity.
This includes creating toolkits, developing policies and procedures, and providing
templates and guides for best practices. We also focus on resources that improve
their operational efficiency and compliance with public and private sector
contracting requirements.
5. Developing and Engaging Partners:
LMGS actively develops and engages partners to support capacity building and
referrals. We collaborate with local business associations, economic development
agencies, and educational institutions to provide a network of support for small
businesses. These partnerships help facilitate access to additional resources,
funding opportunities, and specialized training programs.
33 City of Miami Beach- Sutmission of Qualifications- Economic Development consultant Services-RFQ-2024-005-ND
LMGS
METHODOLOGY (continued)
6. Evaluation and Continuous Improvement:
LMGS evaluates the effectiveness of capacity -building initiatives through
feedback from participants, performance metrics, and impact assessments. We
use this information to make continuous improvements to our programs and
ensure that organizations achieve their capacity -building goals. Our evaluation
process also includes assessing the readiness of small businesses to engage in
growth opportunities and successfully contract with larger entities.
_ ...... .... ................. ........ ................ ...................... ......... ............................. .......__........
EXAMPLE OF LMOS PROJECTS
Client Description:
• HIP (Housing and Infrastructure Projects): HIP trains high school juniors and
seniors to teach health education to their freshmen peers.
• Junior Achievement of Greater Miami: A non-profit organization dedicated to
providing young people with the knowledge and skills to succeed in a global
economy.
• Catalyst Miami: A non-profit organization that empowers communities
through civic engagement, leadership development, and advocacy.
• Touching Miami with Love: A non-profit organization that aims to inspire,
educate, and empower the children, youth, and families in the Overtown and
West Homestead neighborhoods.
• Unity on the Bay: A non-profit organization focused on fostering unity and
collaboration among diverse groups in Miami and developing strategic plans
for sustainable growth.
Scope of Services: LMGS begins by assessing each non -profit's unique needs
through interviews, surveys, and document reviews to idendfygaps and capacity -
building areas. We then develop customized training programs tailored to specific
needs, covering leadership development, strategic planning, project management,
community engagement, and more. Our coaching and mentoring include one-
on-one sessions, group workshops, and ongoing support, along with toolkits,
policies, and best practices to enhance operational efficiency and compliance.
We engage partners from local business associations, economic development
agencies, and educational institutions for additional resources and continuously
refine our approach based on feedback and performance metrics to ensure non-
profits achieve their capacity -building goals and reduce reliance on consultants.
34 Ciryof Miami Beach -Submission of Qualificumns-Economic Development Consultant Se,vices-RFQ-2024-005-ND
LMGS
METHODOLOGY (continued)
Aspen Institute Latinos and Society Miami City Action Lab:
Client Description: The Aspen Institute's Latinos and Society Program aims to
improve outcomes for Latinos through public education, leadership development,
and policy innovation.
Scope of Services: LMGS collaborated with the Miami City Action Lab to create a
strategic plan for entrepreneurs. The plan involved conducting a comprehensive
needs assessment, identifying key stakeholders, and developing inclusive
engagement strategies. LMGS facilitated the development of the plan, which
includes strategies for forming partnerships with business associations and
economic development agencies, enhancing business networking, and improving
access to capital. This strategic plan will be implemented bythe Miami Foundation
to drive the initiative
South Florida Anchor Alliance (SFAA):
Client Description: The South Florida Anchor Alliance is a coalition of anchor
institutions committed to economic inclusion and community development.
Scope of Services: LMGS facilitated anchors and partners in the development of
an assessment tool and a referral process to support capacity building within the
alliance.. We engaged partners from local business associations and educational
institutions to support the capacity -building efforts. The assessment tool and
referral process facilitated through the SFAA are currently being piloted in both
Miami and Broward counties.
35 City of Miami Beach -Submission of qualifiations- Economic Development Consultant Services -RFQQ024-005-ND
LMGS
METHODOLOGY ;continued)
STRATEGIC MEETING MANAGEMENT
LMGS is adept at managing both 'one-off" or singular meetings and established
consortiums or collective impact groups that require ongoing strategic direction
to move a common agenda forward. For one-off meetings, we focus on achieving
specific objectives and outcomes within a single session. For consortiums or
collective impact groups, we facilitate ongoing strategic meetings that align with
long-term goals and ensure continuous progress toward shared objectives.
1. Clear Agenda Development:
LMGS starts by developing clear and concise agendas for each meeting, ensuring
that all key topics and objectives are outlined. This includes identifying the desired
outcomes, setting priorities, and allocating time appropriately for each discussion
point.
2. Skilled Facilitation:
Our team employs skilled facilitators to guide discussions, manage time, and
ensure that all participants have the opportunity to contribute. Facilitators are
trained to keep the meetings focused, productive, and aligned with the agenda.
3. Effective Use of Technology:
We leverage technology to enhance meeting participation and efficiency. This
could include video conferencing tools, collaborative platforms, and digital
whiteboards to ensure that all stakeholders can participate, regardless of their
location.
4. Documentation and Follow -Up:
LMGS ensures that all meetings are thoroughly documented. We prepare detailed
minutes and action items, which are distributed to all participants promptly.
Follow-up meetings and check -ins are scheduled to track progress and address
any ongoing issues.
5. Continuous Improvement:
We regularly review and refine our meeting management processes based on
feedback from participants. This iterative approach helps us to continuously
improve the effectiveness and efficiency of our strategic meetings.
36 City of Miami Reach- Submission of qualifications- Economic Development Consultant Services-RFQ-2024-0 S-ND
LMGS
METHODOLOGY (continued)
EXAMPLE OF LMGS PROJECTS
All clients previously referenced benefitfrom LMGS's strategic meeting management
as part of their comprehensive scope of services.
37 City of Miami Beach -Submission of Qualifications -Economic Development Consultant Services RFQ-2024-WS-ND
CONTACT:
Lisa Martinez
Founder & CEO
2929 SW 3rd Avenue Unit 512
Miami, Florida 33129
Office: 786-457-0964
lisa@LMGenuineSolutions.com