Report to: General Committee Report
Date:
SUBJECT: Staff Awarded Contracts for the
Month of February 2010
PREPARED BY: Alex Moore, Ext. 4711
RECOMMENDATION:
1.
THAT
the report entitled “Staff Awarded Contracts for the Month of February 2010” be
received;
And that Staff be authorized and directed to do all
things necessary to give effect to this resolution
EXECUTIVE SUMMARY:
Council at its meeting of
To
Community &
Fire Services
Award Details |
Description |
Lowest Priced Supplier |
· 338-Q-09 Relocation of
Traffic Signal Controller · 351-T-09 Supply and
Installation of Recycling Moloks · 309-T-09 Short Term Rental of
Vehicles for 2010 |
Highest Ranked /
Second Lowest Priced Supplier |
· 353-Q-09 |
Preferred
Supplier |
· 005-S-09 Supply and delivery
of Two Sanitary Pumps for the Calvert Road Lift Station |
Corporate Services
Award Details |
Description |
Preferred Supplier |
· 389-S-09 Advertising Services
for 2010 |
Development Services
Award Details |
Description |
Highest
Ranked/Second Lowest Priced Supplier |
· 307-Q-09 Employment Area
Intensification Study |
STAFF AWARD REPORT
Page 1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
338-Q-09 Relocation of Traffic Signal
Controller |
Date: |
|
Prepared
by: |
Michael Larbi, Technical Coordinator
Ext. 2475 Patti Malone, Senior Buyer Ext. 2239 |
PURPOSE
To obtain approval
to award the contract for the replacement and/or relocation of traffic signal
controllers at twelve (12) intersections throughout the Town.
Recommended Supplier |
Beacon
Utility Contractors Limited (Lowest Priced Supplier) |
|
Current
Budget Available |
$ 17,897.79 $ 32,616.93 $ 50,514.72 |
050-6150-8181-005 2008 LED Traffic Signal Displays 050-6150-9169-005 Traffic Signals Upgrade |
Less cost of award |
$ 52,125.00 |
Price inclusive of PST, exclusive of
GST |
Budget
Remaining after this award |
$ (1,610.28) |
* |
*Budget shortfall will be funded from account
050-6150-8148-005 (Mowatt Court Fence Replacement) that has a favourable
balance remaining of $6,550.00. After
completion of the project, the remaining balance of $4,940.00 ($6,550.00 -
$1,610.00) in account 050-6150-8148-005 will be returned to the original
funding source.
Note: The financial considerations do not include HST as works are targeted to
be completed prior to the July 2010 implementation of the HST.
BACKGROUND
The project involves the replacement of
traffic signal controllers at twelve (12) Town intersections:
INTERSECTION POLE MOUNTED
RELOCATE
1. Highway
48 and
Milliken
/
/
Mollory Ave
* Transferring the existing unit from
Birchmount and
Note: This work is for the labour
only. The controllers have been
purchased on a separate contract for an estimated cost of $110,000.
At present, traffic signal controllers at
the above referenced intersections are mounted to street light poles. The
subject installations are located in close proximity to roadways and
sidewalks. The current locations are not
preferred as they are subject to frequent accident damage caused by vehicles
leaving the traveled portion of the road.
Completing the recommended work will
decrease cost of operating our traffic signal infrastructure, prevent future damage
as well reduce visibility obstructions.
338-Q-09 Relocation of Traffic Signal Controller Page
2 of 2
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
3 |
PRICE SUMMARY
Suppliers |
Price (inclusive of
PST, exclusive of GST) |
Beacon Utility
Contractors Limited |
$52,125.00 |
Black & Macdonald Limited |
$97,802.64 |
Guild Electric Limited |
$113,876.91 |
STAFF AWARD REPORT Page 1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
|
Date: |
|
Prepared
by: |
Doug Henderson, Area Supervisor Parks
Ext.7997 Rosemarie Patano, Senior Buyer Ext.2990 |
Recommended Supplier |
Pine
Valley Enterprises Inc (Lowest Priced Supplier) |
|
Budget Available for
Award |
$ 82,861.16 $ 115,653.35 $ 198,514.51 |
059-6150-9200-005 Townwide park furniture
Amenities (2009) 059-6150-10227-005 (See Financial Attachment) |
Less cost of award |
$ 163,296.00 |
Total Cost of Award Exclusive of GST |
Budget Remaining after this award |
$
35,218.51 |
* |
*The remaining
balance of $1,213.16 in the 2009 account 059-6150-9200-005 will be returned to
the original funding source upon payment of the final invoice. The remaining balance of $34,005.35 in the 2010 account 059-6150-10227-005 will
be used to purchase additional Parks furniture and amenities, including but not
limited to benches, picnic table frames, wood and hardware, recycling
receptacles, BBQ repairs/refurbishing as budgeted for within this account.
Note: The financial considerations do not include HST as works are targeted to
be completed prior to the July 2010 implementation of the HST.
The project is to expand recycling capabilities in
parks where large amounts of recyclable materials are generated, particularly
adjacent to sports fields. The Molok
in-ground recycling containers are now being purchased and will be placed
beside the garbage Molok in-ground waste receptacles at locations prioritized
by demonstrated need. These new
containers will facilitate a large amount of bottles, cans and other
recyclables to significantly reduce litter in parks and the frequency of
emptying receptacles at those locations.
OPTIONS/DISCUSSIONS
This is the 2nd time in three (3) months
that this project has been released to the market place. In September 2009, Staff released quotation #
260-Q-09 to the market for supply and installation of twenty (20) Moloks and only received one (1) bid
response. After internal assessment and
review of the 2010 budget, Staff cancelled # 260-Q-09 and re-released a new
quotation to the market place for supply and installation of Forty (40) Moloks which leveraged both
budget year (2009 & 2010) requirements.
In comparing prices received upon bid opening, the new quote 351-T-09 is
approx 2% lower in cost than the price received on bid opening for 260-Q-09.
Advertised |
|
Bids closed on |
|
Number picking up bid documents |
10* |
Number responding to bid |
2 |
*
PRICE SUMMARY
Supplier |
Qty |
Unit Price |
Total Price * |
Pine Valley
Enterprises Inc. |
40 |
$4,082.40 |
$163,296.00 |
|
40 |
$4,295.00 |
$171,800.00 |
* Inclusive of PST but exclusive
of GST
351-T-09 Supply and Installation of Recycled Moloks Page 2 of 2
FINANCIAL ATTACHMENT
STAFF AWARD REPORT
Page 1 of 2
To: |
Brenda
Librecz, Commissioner, Community & Fire Service |
Re: |
309-T-09 Short Term Rental of Vehicles
for 2010 |
Date: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet &
Supplies, ext 4896 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the contract
for the short term rental of vehicles for 2010 seasonal requirements.
Recommended Supplier
(s) |
Sommerville
National Leasing & Rentals Ltd.(Lowest Priced Supplier), Item 1 & 2 Enterprise
Holdings Inc. (Lowest Priced Supplier), Item 3 |
|
Current Budget
Available |
$ 259,887.00 |
750
752 5500 Vehicle Rent/Lease (2010) |
Less
cost of award |
$ 139,654.80 $
57,093.12 $ 196,747.92 |
Inclusive
of PST, Exclusive of GST (Sommerville, 22 vehicles) Inclusive
of PST, Exclusive of GST ( Total
Cost of Award |
Budget Remaining after this award |
$ 63,139.08
|
* |
*Balance remaining to be spent on other rentals or
other operating expenses as required and budgeted for under this account.
Note: The financial considerations include PST (8%), any monies expended after
July 2010 will be subject to the implementation of the HST.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
14 |
Number responding to bid |
3 |
*
PRICE SUMMARY (Inclusive of PST, Exclusive GST) – Prices
are monthly rental costs
Vehicle Type |
Qty |
Months |
Start Date |
End Date |
HERTZ EQUIPMENT RENTAL |
|
ENTERPRISE HOLDINGS INC. |
9200 lbs GVW
Crew Cab Pickups (Item 1) |
12 |
7 |
Apr-01 |
Oct-31 |
No Bid |
$1,042.20 |
$1,510.92 |
9200 lbs GVW
Crew Cab Pickups (Item 2) |
10 |
5 |
Apr-01 |
Aug-31 |
No Bid |
$1,042.20 |
$1,510.92 |
1/2 ton Regular
Cab Pickups (Item 3) |
14 |
4 |
May-01 |
Aug-31 |
$1,500.00 |
No Bid |
$1,019.52 |
*As compared to the previous contract (2009), these
prices represent an approximate 1.5% decrease in the monthly costs.
309-T-09 Short Term Rental of Vehicles for 2010 Page
2 of 2
Vehicle Type |
Qty |
Months |
Monthly |
Extended |
9200 lbs GVW
Crew Cab Pickups |
12 |
7 |
$1,042.20 |
$87,544.80 |
9200 lbs GVW
Crew Cab Pickups |
10 |
5 |
$1,042.20 |
$52,110.00 |
1/2 ton Regular
Cab Pickups |
14 |
4 |
$1,019.52 |
$57,093.12 |
Total Cost
(Inclusive of PST, Exclusive GST) |
|
$196,747.92 |
The following is the changes in quantities from 2008
to the 2010 contract:
Vehicle Type |
2008 Qty |
2009 Qty |
2010 Qty* |
9200 lbs GVW
Crew Cab Pickups |
20 |
22 |
22 |
1/2 ton Regular
Cab Pickups |
20 |
19 |
14 |
Totals |
40 |
41 |
36 |
* In an effort to reduce the budget impact
for short term vehicle rentals, Fleet staff will be keeping five units that
were recently replaced in the 2009 corporate fleet replacement program to
reduce the need for five ˝ ton regular cab rental pick-ups. This reduction in rental for five ˝ ton
regular cab rental pick-ups will reduce the award amount by $27,472. These five vehicles will be deemed surplus
and sold by auction in November 2010.
E3
Project
An E3 project was proposed that would look
into options to purchase used vehicles a
STAFF
AWARD REPORT Page 1 of 3
To: |
Brenda Librecz , Commissioner, Community & Fire
Services |
Re: |
353-Q-09 |
Date: |
|
Prepared by: |
David Huynh,
Infrastructure Project Engineer, Ext. 2400 Patti Malone ,
Senior Construction Buyer , Ext. 2239 |
PURPOSE
To obtain approval to award the contract for design, construction
administration and inspection for looping and disconnection works at 14
existing watermain locations over the Town of
RECOMMENDATION
Recommended Supplier |
Chisholm Fleming & Associates (Highest Ranked / Second Lowest Priced
Supplier) |
|
Current Budget Available |
$ 828,275.39 |
053-6150-7666-005 Water System
Upgrades |
Less cost of award |
$ 95,000.00 $ 4,750.00 $ 99,750.00 |
Detailed Contingency (5%) Total Award |
Budget Remaining after this award |
$ 728,525.39 |
* |
*The balance remaining will be
used for construction of looping/ disconnection works in distribution
watermains as budgeted for within this account.
Note: The financial considerations include PST (8%), any monies expended after July
2010 will be subject to the implementation of the HST.
In compliance
with the requirements of Ontario Drinking Water Quality Standards and Drinking
Water Systems, O.Reg 169/03 & 170/03, manual flushing must be performed
regularly at all dead-ends of the distribution system. With the growth of the
system, manual flushing exposes several drawbacks as it is a time consuming
process, causing sudden pressure drops, wasting of large amount of water, and
requiring an intensive workload from operation and maintenance staff in year-round
schedule.
In 2007-2008,
Advertised, place and date |
Electronic Tendering Network (ETN) |
Bids closed on |
|
Number picking up bid documents |
22 |
Number responding to bid |
8* |
*One submission was disqualified the bid form had erasures that were
not initialed. As per our general terms
section 20 “Erasures, overwriting or strike-outs shall be initialed by the
person signing on behalf of Bidder”. All
requirements referred to with the term “shall” are mandatory requirements and
failure to comply shall cause a bid to be declared improper and shall be
rejected.
353-Q-09
The evaluation team was comprised of staff
from the
Consultant |
Total Score |
Rank |
Chisholm Fleming &
Associates (CFA) |
87.1 |
1 |
AE Associated |
76.5 |
2 |
Wardrop |
75.0 |
3 |
Schaeffers Consulting Engineers |
71.1 |
4 |
AECOM |
67.1 |
6 |
Genivar |
66.5 |
7 |
Fabian Papa & Partners Inc. |
58.5 |
8 |
Note: Prices ranged
from $69,860.00 - $ 259,010.00 for this project.
The evaluation confirmed Chisholm, Fleming & Associates
(CFA) to be the overall highest ranked proponent. CFA was scored highest in the
technical evaluation process, and was the second lowest priced bidder ($25,140
more than low bidder) in price evaluation process, respectively.
CFA
provides a strong background experience in municipal waterworks design
and construction administration projects across
With good quality assurance/ quality control policy in-place, sound
project management and engineering experience, CFA commits to provide the deliverables
on-time, within budget and at the Town’s expected quality.
References have been checked with favourable responses from Asset
Management staff, who was the project manager in a 2009 watermains replacement
project, in which CFA provided construction administration services.
ATTACHMENTS
Appendix
A – List of works for the 14 locations
353-Q-09
APPENDIX A- LIST OF WORKS
No |
Location ID/
Map |
Node ID/ Code |
Street Name/ |
|
Descriptions of Works |
1 |
2/ 5D2 |
N03475 |
Town Hall / Markham
Theatre |
|
Loop- Extend watermain
from Node N03475 connecting to the main on |
2 |
3/ 5D1 |
N03199 |
|
|
Disconnect- Relocate
hydrant on |
3 |
8/ 7B4 |
N00524 |
|
|
Loop- Extend watermain
from Node N00524 connecting to the main on |
4 |
16/ 6B1 |
N48967 |
|
|
Loop- Extend watermain
from Node N48967 connecting to the main on Royal Orchard at Node N06139, 50m
ND150; |
5 |
20/ 5E2 |
N04608 |
|
|
Loop- Extend watermain
from Node N04608 connecting to the main on Krifchoff Ave at Node N04610, 150m
of ND150; Abandon section from Node N04608 to N48980; |
6 |
21/ 6H4 |
N06866 |
|
|
Loop- Extend watermain
from Node N06866 through Magill Street connecting to the main on Rouge Street
at Node N50893, 110m of ND150; |
7 |
22/ 5J1 |
N49464 |
9th Line, east side, south
of |
|
Disconnect- Relocate
hydrant at Node N49464 to reconnect to the main ND400 on the 9th line;
Abandon watermain section from Node N49463 to Node N49464; |
8 |
23/ 4H1 |
N07727 |
6230 - |
|
Loop- Extend watermain
from Node N07727 connecting to the main on |
9 |
33/ 7F2 |
N10100 |
|
|
Loop- Connect watermain
ND150 on |
10 |
40/ 5F3 |
N04972 |
|
|
Disconnect- the two loops by abandon watermain ND200
section from Node N04972 to N04973; |
11 |
38 & 39/
7B3 |
N00615 &
N00646 |
|
|
Disconnect- Relocate two
hydrants at Node N00615 and N00646; Abandon sections of watermain from Node
N07669 to N00615 and from N00646 to N00664; |
12 |
36 & 37/
6F3 |
N06710 |
|
|
Disconnect- Abandon
watermain section ND150 from Node N06710 to N06711 if service connection at |
13 |
41 & 42/
5F3 |
N10069 & N24752 |
Paddock Road and |
|
Loop/ Disconnect- Connect
two Nodes N10069 and N24752 by new watermain section 90m ND200 to form a new
loop; Disconnect mains on Paddock Lane and Carlton Rd to the Central Park Drive; |
14 |
43/ 5F3 |
N24756 &
N24757 |
|
|
|
STAFF AWARD
REPORT Page 1 of 2
To: |
|
Re:
|
005-S-10 Supply and Delivery of Two Sanitary Pumps
for the |
Date: |
|
Prepared by: |
Eddy Wu, Acting Manager Operations & Maintenance
(Waterworks) Diogo Oliveira, Supervisor Water/Wastewater
(Waterworks) |
PURPOSE
To
obtain approval to award the contract for the replacement and installation of a
submersible sanitary sewage pumps compatible with the existing pump
installation and controls at the Calvert Road sanitary sewage pumping station.
Recommended Supplier |
|
|
Current Budget Available |
$ 120,000.00 |
|
Less cost of award |
$ 79,742.88 |
Total Cost of Award, Inclusive of PST, Exclusive of GST |
Budget
Remaining after this award |
$ 40,257.12 |
* |
* Remaining balance is to be returned to
the original funding source.
Note:
In August 2009, Staff approved report # 210-S-09 for the purchase of two
(2) of the four (4) pumps required for the identified station within this
report. There is four (4) pumps per station and the original plan was to
procure two (2) pumps through the 2010 budget, and the remaining two (2) pumps
through the 2011 budget. However, as identified within report 210-S-09 and due
to the urgent need to replace the pumps immediately. Staff approved the purchase of two (2) pumps
in 2009 with the remaining two (2) pumps requirements completed upon approval
of the 2010 budget and this award report.
The supplier has maintained their price for the additional two (2) pumps.
Note: The financial considerations do not include HST as works are targeted to
be completed prior to the July 2010 implementation of the HST.
Staff further recommends:
THAT the tendering process be waived in
accordance with
The
However the pumps
in the station have had a history of becoming partially blocked from debris on
the inlet side of the pump. This was due to the development of the subdivision
where construction material along with stone and sand made its way into the sanitary
sewer and the pumping station. As a
result these pumps are not able to reach the expected lifecycle and all four
(4) pumps are originally planned for replacement in 2010 and 2011 in order to
maintain the service level provided. The replacement of the remaining two (2)
pumps in this project is just to complete the entire project with one year
ahead of the original schedule.
OPTIONS/DISCUSSIONS
The Town has
standardized the use of Flygt Submersible Pumps in all Town of
005-S-10 Supply and Delivery of Two
Sanitary Pumps for the
With the Cachet
Woods sub-division more developed now, it is expected the amount of debris going
into the sanitary sewer to be much less, and therefore the life span of the new
pumps are to be longer and closer to the projected lifecycle.
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re: |
389-S-09 Advertising Services for 2010 |
Date: |
|
Prepared
by: |
Dennis Flaherty,
Manager, Communications and Community Relations Ext. 7520 |
PURPOSE
The purpose of this report is to obtain approval to award
the contract for the 2010 publication of various Town advertisements and
notices published in the Markham Economist and Sun and the Thornhill Liberal.
Recommended
Supplier |
York
Region Media Group (Preferred Supplier) |
|
|
Line rate of $1.38 |
Council
approved 2010 Operating budget |
2010 Budget Available |
$174,880.00 |
795 796 5810 - 795 796 5874 – Markham
Life Distribution (incl |
Less cost of
award |
$171,899.00 |
Inclusive of
PST, Exclusive of GST |
Budget Remaining after this award |
$2,981 |
Upset limit –
budget of $174,880.00 |
Note: The financial considerations include PST (8%), any monies expended after
July 2010 will be subject to the implementation of the HST.
Staff
further recommends:
THAT
the tendering process be waived in accordance with
The Town of
This contract also provides
the Town with the same advertising rates for other YRMG publications including
the Thornhill/Richmond Hill Liberal and the Aurora/Newmarket Era Banner (if
required).
DISCUSSION
Markham Economist
and Sun and The Thornhill Liberal are the only weekly English print advertising
vehicles for local community notices and the promotion of meetings, events and
programs.
York Region Media Group (YRMG)
is charging the same line rate in 2010 as it charged in 2009. YRMG increased
its line rate by $0.04 per line, effective January 2009 and the newspaper
modified its page layout size during the year, as part of a cost saving measure.
The change in page size has resulted in a slightly lower per page cost for
2010.
389-S-09 Advertising Services for 2010
FINANCIAL
CONSIDERATIONS
Town of
|
2005 |
2006
- 2008 |
2008 |
2009 |
2010 |
Markham/Thornhill
Line Rate |
1.30 |
1.34 |
$1.34 |
$1.38 |
$1.38* |
Cost per Town
Page (before taxes) |
$2,293.20 |
$2,363.76 |
$2,363.76 |
$2,434.32 |
$2,415.00 |
Lines Per Page |
1,764 |
1,764 |
1,764 |
1,764 |
1,750 |
# of |
51 |
51 |
51 |
51 |
51 |
Total Annual
Cost of Town page (incl. of PST) |
$126,309.46 |
$130,195.90 |
$134,082.35 |
$134,082.35 |
$133,018.20 |
Annual cost to
Distribute (incl. of PST) |
|
|
$21,638.00** |
$27,699.00*** |
$38,880.00 |
Total Cost of
2010 Award |
|
|
|
|
$171,898.20 |
* Town staff has negotiated a
line rate of 1.38 for the 2010 season.
**In 2008 -- four (4) issues
distributed; all four (4) issues via The Recreation and Culture Guide
***In 2009 -- four (4) issues
distributed; two (2) issues via The Recreation and Culture Guide and two (2)
larger issues via Markham Life.
Note: Calculations
for line rates are based on
1,750 lines for 2010 (1,750 x 1.38 = $2,415.00)
Calculations for
line rates are based on 1,764
lines for 2009 (1,764 x 1.38 = $2,434.32)
The advertising rates apply to advertising
that may be undertaken by the cultural sites and various departments in YRMG publications, which might arise in 2010
and be project specific. The funding will come from department budgets as
needed and the Communications and Community Relations Department will continue
to act as the liaison between the client departments and YRMG on advertising.
Communications and Community Relations have also negotiated special advertising
rates for significant events where the Economist and Sun serves as a media
partner, such as Canada Day, Milliken Children’s Festival. In this case,
As part of monitoring the evolving nature
of
In 2009, the new Markham Life publication began to provide a more sophisticated
print medium for advertising and promotion. As part of the Markham Life
initiative we discontinued our involvement in Living in Markham with the
Economist and Sun, and
The Town page evolved in 2009 with a more
reader friendly format for notification about Town activities and public
meetings. As
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
307-Q-09 Employment Area Intensification
Study |
Date: |
|
Prepared
by: |
Elisabeth Silva Stewart, Senior Planner
Ext. 3115 Tony Casale, Senior Buyer Ext. 3190 |
PURPOSE
To obtain approval
to award the contract for the Employment Area Intensification Study.
Recommended Supplier |
Meridian
Planning Consultants Inc. - (Highest
ranked / 2nd lowest priced supplier) (Metropolitan Knowledge International,
Planning |
|
Current Budget
Available |
$ 0.00 |
|
Less cost of award |
$ 76,317.75 $ 3,682.25 $ 80,000.00 |
Cost of Award exclusive of GST Contingency Total Award exclusive of GST |
Budget
Remaining after this award |
$ (80,000.00) |
* |
*The
funding for this award will come from account 620-1015699-9079 ($200,000.00)
Growth Management Employment Lands and will be reimbursed through a request in
the 2011 Capital Budget process. This
study was requested by Council as a result of the first Employment Lands
Strategy Study (Phase 1); Phase 2 has not yet begun.
Note:
Metropolitan Knowledge International,
Planning
BACKGROUND
The Employment Area Intensification Study is
a component of the Employment Lands Strategy.
It will determine how many additional Employment Land Employment (ELE)
jobs allocated to the Town of
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
34 |
Number responding to bid |
5 |
PROPOSAL EVALUATION
The Evaluation Team was comprised of staff
from the Planning and Economic Development Departments with
The five (5) suppliers were further invited
for interviews. The interview was
evaluated by staff from the Planning and Economic Development departments based
on three (3) pre-established questions and one (1) additional question for a
total of fifteen (15) additional points available.
Supplier |
Score (100 Marks) |
Total Score (115 Marks) Incl. of interview |
Rank |
|
88.27 |
101.63 |
1 |
Metropole
Consultants |
82.97 |
93.77 |
2 |
Hemson
Consulting Ltd. |
82.32 |
93.45 |
3 |
Cushman
&Wakefield Ltd. |
78.30 |
87.55 |
4 |
Eco-Industrial
Solutions Ltd. |
74.74 |
83.74 |
5 |
Note:
Prices ranged from $76,000.00 - $84,260.00 exclusive of GST.
307-Q-09 Employment Area Intensification Study Page
2 of 2
Meridian Planning was $317.75 higher than
the lowest supplier. However, based on
the pre established evaluation criteria with the resulting scores shown above,
Meridian Planning Consultants achieved the highest overall score. They have balanced experience with employment
area studies, land use planning, employment forecasting and knowledge of
[EQW1]Waterworks did not provide this estimate on this
Staff Award Report, so not sure where