Whiteview Parkway Improvements

Similar documents
REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Request for Proposal #15-07 Professional Engineering Services for Milwaukee Avenue Streetscape Improvements - Monroe Street to Greenwood Avenue

University of Central Florida Component Units

The Town will manage the project, administer funding and review project material.

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUOTATIONS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

Facilities Condition Assessment

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ZONING CODE UPDATE

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

AREA 1 AREA 2 AREA 3. NATIONAL CALL to ARTISTS Palm Tran South County Facility Bus Transit Headquarters 100 N Congress Avenue, Delray Beach, Florida

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

4:00 p.m. on May 6, 2016

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Energy Efficiency Programs Process and Impact Evaluation

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR RIGHT OF WAY RE MONUMENTATION SERVICES FOR HIGHWAY DEPARTMENT

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Wastewater Master Plan Request for Proposals May 20, 2014

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

CITY OF JOPLIN, MISSOURI

Request for Qualifications (RFQ) For Consultant Design Phase Services Texas City/La Marque New Freedom Improvements

January 19, To Whom It May Concern:

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

REQUEST FOR PROPOSALS

Colquitt Regional Medical Center

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposal # Housing Services Corporation. Web and Graphic Design Services. Housing Services Corporation

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

CRAWFORD MEMORIAL PARK

THREE CREEKS CONFLUENCE Public art project at 1300 South 900 West, District 2

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR INFORMATION Generating Alternative Energy from Philadelphia Waterways CITY OF PHILADELPHIA. Issued by: THE Philadelphia Energy Authority

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION DEPARTMENT CIVIL ENGINEERING DIVISION REQUEST FOR PROPOSALS

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Qualifications CULTURAL COMPETENCY TRAINING

CITY OF INGLEWOOD Residential Sound Insulation Program

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

City of Gainesville State of Georgia

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

REQUEST FOR QUALIFICATIONS

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

THE CITY OF DALLAS. SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Request for Proposals. Community Needs Assessment Primary Data Collection: Surveys Focus Groups Photovoice RFP

REQUEST FOR PROPOSALS

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Pierce County Community Connections

INSTRUCTIONS TO BIDDERS for ATST Polarization Optics. AURA, Inc. Operating the National Solar Observatory Tucson, Arizona. RFQ Polarization Optics

REQUEST FOR PROPOSALS RFP# CAFTB

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP) THIS IS NOT AN ORDER

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Transcription:

March 13, 2018 THE CITY OF PALM COAST, FLORIDA REQUEST FOR LETTER OF INTEREST (LOI) CD-18-32 FOR PROFESSIONAL SERVICES FOR Whiteview Parkway Improvements 1

March 13, 2018 A. INVITATION TO RESPOND The City of Palm Coast is seeking Letters of Interest (LOI-CD-18-32) from firms selected by the City to provide Engineering Design Services per RFQ-CD-CM-14-08 and RFQ-CD-CM-14-04. Costs for responding to this (LOI) are entirely the obligation of the consultant(s) and shall not be chargeable in any manner to the City of Palm Coast. Scope of Services: Responses shall be prepared based upon the Continuing Services Agreement and this Scope of Services. Bid/Proposal submittals shall be received electronically through the City s Procurement Portal Web Page (https://palmcoastgov.bonfirehub.com/portal) by the specified time and date. No other method of submission will be allowed or considered (i.e. mailed, emailed, or hand delivered). Any emailed, mailed, or hand delivered submittals will be returned to the sender and not be considered. Your submission must be uploaded, submitted, and finalized through the City s Procurement Portal Web Page prior to the specified time and date. We strongly recommend that you give yourself sufficient time and at least ONE (1) hour before Closing Time to begin the uploading process and to finalize your submission. No submissions through the City s Procurement Portal Web Page will be allowed or considered after the specified time and date. If you need general assistance, please contact Central Services Division staff at least one business day in advance. For technical questions related to your submission, please contact Bonfire at Support@GoBonfire.com. There shall be a maximum page limit of 40 pages not including the front and back cover. Due Date/Time: Your submission must be uploaded, submitted, and finalized prior to the Closing Time of April 5, 2018 2:00 PM EST. We strongly recommend that you give yourself sufficient time and at least ONE (1) day before Closing Time to begin the uploading process and to finalize your submission. Upload your submission at: https://palmcoastgov.bonfirehub.com/opportunities. Requests for Clarifications or Interpretations: All Bidders/Proposers shall carefully examine the bid/proposal documents. Any ambiguities or inconsistencies shall be brought to the attention of the City Central Services Division prior to the due date in writing through the City s Procurement Portal Web Page (https://palmcoastgov.bonfirehub.com/portal); failure to do so, on the part of the Bidder/Proposer, will constitute an acceptance by the Bidder/Proposer of any subsequent decision. Any questions concerning the intent, meaning and interpretations of the bid/proposal documents including the attached draft agreement, shall be requested in writing through the City s Procurement Portal Web Page (https://palmcoastgov.bonfirehub.com/portal) at least three (3) calendar days prior to the due date. The City shall not be responsible for any oral statement or instructions Letter of Interest Design Services 2

made by any employee(s) of the City in regard to this bid/proposal. Any oral statements or instructions given before the bid/proposal due date will not be binding. Note: All prospective proposers are hereby cautioned not to contact any member of the City of Palm Coast staff other than Central Services Procurement. Failure to adhere to this requirement shall result in disqualification. Issuance of Addenda: Should revisions to the bid/proposal documents become necessary; the City shall post addenda information on the City s Procurement Portal Web Page (https://palmcoastgov.bonfirehub.com/portal). All Bidders/Proposers should check the City s Procurement Portal Web Page at least one (1) calendar days before the date fixed to verify information regarding Addenda. Failure to do so could result in rejection of the bid/proposal submittal as unresponsive. Proposer shall sign, date, and return all addenda with their bid/proposal submittal. Addenda information will be posted on the City s Procurement Portal Web Page. It is the sole responsibility of the Bidder/Proposer to ensure he/she obtains information related to Addenda. Award of Contract: The City reserves the right to accept or reject any or all proposals with or without cause, to waive technicalities, or to accept the LOI, which, in its judgment, bests serves the interest of the City. Persons with disabilities needing assistance to participate in any of these proceedings should contact the City Personnel Office ADA Coordinator (386) 986-3718 forty-eight (48) hours in advance of the meeting(s). The City shall rank all Proposers in order of preference and submit this ranking as its final recommendation to the City Manager. The City Manager will make a recommendation to the City Council. The City Council s decision will be final. Evaluation of Proposals: In the event a Work Order is to be awarded, it will be to the consultant who has the highest overall score after the Evaluation Team ranking as indicated in section below, who will thereafter enter into a written Agreement with the City. Fees will be negotiated with the firm that is selected as most qualified. Should the City be unable to agree to a fee with the selected firm the City reserves the right to formally terminate negotiations with the selected firm, and after a seventy-two (72) hour cooling off period, to contact the next closest ranked firm. Evaluation Method: The City shall negotiate the award to the responsive and responsible proposer who submits a proposal package that is most advantageous to the City. The City Manager will appoint an Evaluation Committee to evaluate proposals. In determining the most advantageous proposal, the City reserves the right to consider criteria such as, but not limited to, cost, customer service, quality, and standardization, past experience, delivery, Page 3 of 10

discount, past performance and/or service reputation, and service capability. The City may opt to establish alternate selection criteria to protect its best interest or meet performance or operational standards. Each Evaluation Committee member will evaluate the below factors to determine which Proposers will be short-listed. Each member will assign a criterion score ranging from the minimum points scale allowed to the maximum points scale allowed for each rating factor. The City Central Services Division will compile the scores from each Evaluation Committee member for each Proposer. After accumulating the members scores, the firm with the highest score shall be ranked first, the next highest shall be ranked second, and so on. The City reserves the right to contact references provided by the Proposer or visit projects listed in the proposals. Information supplied by client references or obtained upon site visits may be used in determining the relative merits of the Proposer under any and all of the Evaluation Criteria. The right is reserved to make a separate award of each item, group of items or all items, and to make an award, in whole or in part, whichever is deemed in the best interest of the City. Formal Oral Presentations (if required): If Consultant presentations are deemed necessary, the Consultants will be contacted to schedule their presentations. Presentations will be a total of 45 minutes. Each consultant will have up to 30 minutes for their presentation and 15 minutes for questions and answers with the Selection Committee. Proposal Submission requirements: Letter of Introduction: The letter of introduction shall be addressed to the City of Palm Coast Central Services Division of no more than two (2) pages and shall include at a minimum the following: Name of Individual, Partnership, Company, or Corporation submitting LOI; (If a Proposer is a corporation, it must be certified with the Florida Secretary of State and have a corporate status in good standing, and in the case of out-of-state corporation, they must present evidence of authority to do business in the State of Florida & the City of Palm Coast.) City s LOI Name: LOI-CD-18-32 Whiteview Parkway Improvements Design Services Page 4 of 10

Statement that all terms and conditions of the LOI are understood and acknowledged by the undersigned. The letter shall name the person or persons authorized to make representations for the Proposer and give address (es) and telephone number(s) for same. Signature(s) of representative(s) legally authorized to bind the Proposer. A brief history of your company Core services you provide A brief organizational structure of your firm Years in business Table of Contents: There shall be a Table of Contents for material included in the Proposal. Include section numbers, section names, and page numbers. Project Team: Submit a staffing plan, which clearly illustrates the key elements of the organizational structure of the entire design team. Identify the project team members, including major and minor sub-consultants, and provide their contact information and technical resumes. Project management and key personnel within each area of required services shall be identified and past experience of each, as it relates to this project, shall be discussed. The City must approve any changes to the Project Management & Key Personnel. This section should include information only on the individuals who will perform work on this project. Qualifications and Experience with Similar Projects: Describe your staff and team s capacity to complete projects in a timely and efficient manner, while providing high quality workmanship and organization. Provide a listing of projects, maximum of five, by a team member who is specifically part of the team proposed in the response. Identify the team member(s) specific role & responsibilities on each project. Provide client references. Project Understanding: Indicate knowledge of the scope of the project. Provide identification of unique project issues. Describe the management and quality assurance process to be undertaken. Page 5 of 10

Schedule & Availability: Provide a realistic, comprehensive and logical schedule that minimizes contract duration. Proper attention should be provided to the project s critical path elements. Schedule should take into Consideration City of Palm Coast 14-day design review at 30%, 60%, 90%, and 100% completion. *End of proposal submission requirements section* Evaluation Criteria for Ranking of Consultants: The award subsequent to the opening and evaluation of this qualification will be made to the Consultant who in the opinion of the City of Palm Coast is selected as most qualified per the following criteria: Project Team (maximum of 30 Points) Credit shall be given for organization of the Proposer s team, including sub-consultants for the staffing of the project, including the key staff s experience (must denote specific roles & responsibilities with past projects) and skills relevant to the proposed assignments and teams that have worked together on previous projects. Qualifications and Experience with Similar Projects (maximum of 30 Points) Describe your staff and team s capacity to complete projects in a timely and efficient manner, while providing high quality workmanship and organization. Provide a listing of projects, maximum of five, by a team member who is specifically part of the team proposed in the response. Identify the team member(s) specific role & responsibilities on each project. Provide client references. Project Understanding (maximum of 30 Points): Understanding of the scope of the project up to 10 points. Identification of unique project issues up to 10 points. Management and Quality Assurance up to 10 points Schedule and Availability (maximum of 10 Points): Credit shall be given based upon the availability of the proposed staff as well as for a realistic, comprehensive and logical schedule that minimizes contract duration. Proper attention should be provided to the project s critical path elements. Page 6 of 10

B. PROJECT DESCRIPTION Whiteview Parkway Improvements Design Services Project description/invitation to respond The City of Palm Coast is seeking professional engineering services for design and construction plans for the Improvements along Whiteview parkway. The project area is approximately 3.5 miles long and broken down into two sections: Whiteview Pkwy from US 1 to White Mill Drive: Length 0.85 Miles, improvements to include extension of existing multiuse path and intersection improvements. The roadway will need to be reduced from four to two lanes to fit and support a new path and drainage. White Mill Drive to Pritchard Drive: Length 2.65 Miles, intersection improvements Complete list of intersection improvements: Intersection Proposed Lane/Changes Total Turn Lane Length Whiteview Pkwy at Princess Rose Dr. EB Left turn Lane 255 Whiteview Pkwy at Ravenwood Dr. WB Left Turn Lane 340 EB Right Turn Lane 340 NB Right Turn Lane 255 Whiteview Pkwy at Wippoorwill Dr. EB Left Turn Lane 340 WB Right Turn Lane 300 Whiteview Pkwy at Whitemill Dr. EB Left Turn Lane 245 WB Right Turn Lane 285 SB Right Turn Lane 245 Whiteview Pkwy at Woodbury Dr. WB Right Turn Lane 150 Close existing median n/a break Add median break east of 200 Woodbury Dr. with EB Left and WB Left Turn lanes Whiteview Pkwy at Wood Aspen Ln. Close median n/a Whiteview Pkwy at Rolling Sands Dr. Maintain 2 lanes WB on n/a Whiteview Dr. to US1 Add median break 245 Whiteview Pkwy at Wood Ash Ln. EB Left Turn Lane and add a merge lane EB on Whiteview Drive 245 Concept images of the proposed improvements are attached in exhibit A Page 7 of 10

Responses should be prepared based upon the Continuing Services Agreement and the provided Scope of Services. All plans and design documents are to be prepared with Standard English values in accordance with all applicable FDOT manuals and guidelines. Scope of work: Services should include: Specifications Package Preparation prepare specifications package based on FDOT Standard Specifications and City of Palm Coast Standards. Survey work necessary to prepare and complete design of the project. Roadway design and analysis to include new path construction in accordance with ADA regulations, existing path extension & modification, curb extensions, milling and resurfacing. Roadway Plans to include plan drawings, pay items, quantities, computations, details, typical sections, design calculations. Drainage drainage design incidental to roadway and sidewalk plans and any modifications necessary to accommodate proposed improvements. Utility Coordination provide all utility coordination for project and any final utility relocation/adjustment plans and utility work schedules necessary to complete construction. Signing and Pavement Markings provide analysis and plans for all necessary signing and pavement markings. Street Lighting Design for entire length of Whiteview Parkway and Whitemill Drive based on FPL LED street lights. Landscape & Irrigation provide landscape plans for Whiteview Parkway corridor to address impacts to existing landscaping due to proposed improvements, infilling areas where landscaping has failed, as well as new landscape plans between Whitemill and US1. In addition, provide landscape and irrigation design at new City Entry Gateway Sign to be placed at US1. Entry Gateway Sign provide design for a new Entry Gateway Sign based on existing city standard design. Apply for and obtain all necessary permits. Post-Design Services including: 1. Attend pre-bid meeting 2. Assist with Addenda preparation 3. Respond to Contractor RFI s 4. Review bid tabs Page 8 of 10

5. Attend pre-construction meeting 6. Review and approve shop drawings 7. Attend Construction meetings 8. Approve Pay Applications 9. Perform Substantial and Final Completion Inspections Objective The main objective is for the Consultant to prepare a set of construction plans to be used by the City and Contractors to completely construct the proposed improvements, and by the City to ensure the project is built as designed and to specifications. The Consultant shall provide survey services, analyze the existing roadway and storm water system and include any necessary modifications, pavements design, cost estimate and all necessary incidental items to complete the proposed design. The consultant is expected to apply for and obtain all necessary permits and the City will be responsible for any fees associated with the required permits. Project Schedule Below is a tentative schedule for the selection of the Design Team: 1. LOI Published March 14, 2018 2. Submission of Qualifications Proposals April 5, 2018 3. 4. 5. 6. 7. 8. 9. Evaluation Committee Meeting and Final Ranking of Firms April 13, 2018 Top Ranked Firm to submit Draft Scope & Fee to City for Review May 2, 2018 City to provide comments regarding the Draft Version of Scope & Fee May 11, 2018 Top Ranked Firm to submit Final Version of Scope & Fee May 18, 2018 City Council Workshop Meeting to discuss proposed Design Contract May 29, 2018 City Council Meeting for Award of Design Contract June 5, 2018 Anticipated Execution of Contract by Proposer & City June 15, 2018 Page 9 of 10

10. Design Kick-Off Meeting June 18, 2018 11. Design duration: Refer to Evaluation Criteria City Engineering Contact: The City Project Manager for this project is: Alena Dvornikova, Project Coordinator City of Palm Coast Community Development Department Construction Management & Engineering Division 160 Lake Ave Palm Coast, Florida 32164-3216 [tel]: (386) 986-3740 [email]: AYDvornikova@palmcoastgov.com Page 10 of 10