5.         REVISED PROCUREMENT STRATEGY AND ASSOCIATED AMENDMENTS TO THE PURCHASING BY-LAW

 

RÉVISION DE LA STRATÉGIE D’APPROVISIONNEMENT ET MODIFICATIONS CONNEXES AU RÈGLEMENT SUR LES ACHATS

 

 

 

 

Committee RecommendationS

 

That Council approve:

 

1.   The overall procurement strategy in relation to the selection of professional service providers, as outlined in this report; and

 

2.      The amendment to the purchasing by-law, attached as Document 1, to enable implementation of the several contract award mechanisms previously approved by Council. 

 

 

RecommandationS du comité

 

Que Conseil approuve :

 

1.   la stratégie d’approvisionnement générale concernant la sélection de fournisseurs de services professionnels, comme l’explique le présent rapport; et

 

2.   la modification du Règlement municipal sur les achats, présentée ci-joint comme document 1, permettant de mettre en place plusieurs mécanismes d’attribution de marchés préalablement approuvés par le Conseil.

 

 

Documentation

 

1.   City Treasurer’s report dated 10 November 2008 (ACS2008-CMR-FIN-0049)

 

2.   Extract of Draft Minutes


 

Report to/Rapport au :

 

Corporate Services and Economic Development Committee

Comité des services organisationnels et du développement économique

 

and Council / et au Conseil

 

10 November 2008 / le 10 novembre 2008

 

Submitted by/Soumis par :  Marian Simulik City Treasurer / trésorière municipale  

 

Contact Person/Personne ressource : Phil Andrews, Manager, Supply Management Division Finance (613) 580-2424 x 25176, phil.andrews@ottawa.ca

 

City Wide/à l'échelle de la Ville

Ref N°: ACS2008-CMR-FIN-0049

 

 

SUBJECT:

REVISED PROCUREMENT STRATEGY AND ASSOCIATED AMENDMENTS TO THE PURCHASING BY-LAW

 

 

OBJET :

RÉVISION DE LA STRATÉGIE D’APPROVISIONNEMENT ET MODIFICATIONS CONNEXES AU RÈGLEMENT SUR LES ACHATS

 

REPORT RECOMMENDATIONS

 

That the Corporate Services and Economic Development Committee recommend Council approve:

 

1.         The overall procurement strategy in relation to the selection of professional service providers, as outlined in this report; and

 

2.         The amendment to the purchasing by-law, attached as Document 1, to enable implementation of the several contract award mechanisms previously approved by Council.

 

 

RECOMMANDATIONS DU RAPPORT

 

Que le Comité des services organisationnels et du développement économique recommande au Conseil d’approuver :

 

1.         la stratégie d’approvisionnement générale concernant la sélection de fournisseurs de services professionnels, comme l’explique le présent rapport; et

 

2.         la modification du Règlement municipal sur les achats, présentée ci-joint comme document 1, permettant de mettre en place plusieurs mécanismes d’attribution de marchés préalablement approuvés par le Conseil.

 

 

BACKGROUND

 

On October 22, 2008, in conjunction with the Quarterly Report - Efficiency Savings Program, 01 April to 30 June 2008, City Council approved a number of procurement strategies and contract award mechanisms recommended by staff.  During the analysis of the procurement issues, the City Manager had also invited the Consulting Engineers of Ontario (CEO) to propose industry initiated strategies that may assist the City in moving forward with it's cost savings agenda.

 

As a result, Council amended the staff recommendation to require that staff also adopt the strategies proposed by the CEO, and directed staff to report back on the "over-all strategy and any amendments to the Purchasing By-Law that are required to enable these to be implemented."

 

 

DISCUSSION

 

Overall procurement strategy in relation to the selection of professional service providers

 

Supply Management staff are committed to achieving the approved procurement savings over the period ending December 31, 2010.  One of the eleven savings opportunities approved by Council was to authorize the Manager of Supply to leverage a number of cost weighting strategies in the evaluation of proposals for professional services, including but not limited to engineering consultants and architects. 

 

The City had previously used a point system that allocated 80% for technical and qualitative criteria, and 20% for cost.  The revised approach would permit a full range of financial evaluations, which would be selected for the Request for Proposal process in relation to the risk level or complexity of the assignment.  In simple terms, a more complex assignment would have an increased focus on experience, qualifications, methodolody and innovation, while more routine projects, considered less risky, would include an elevated emphasis on cost.

 

In considering the over-all strategy, our partners in the CEO provided advice and options which staff have summarized below:

 

  1. Refine project scope and work program after consultant selection to reduce fees by 3 to 5%;
  2. Add “Potential cost savings" criteria in the RFP;
  3. Minimize consultant travel time by hosting project meetings at consultant’s offices;
  4. Minimize Public Consultation to comply with (not exceed) required standards;
  5. Increase standing offer limit;
  6. Revise terms of reference to re-allocate some tasks to City staff, better define scope, and better adhere to schedules;
  7. Re-consider how and when geotechnical expertise is provided in the work schedule.

 

Some of these strategies have already been adopted, and others are being analyzed by the user departments at the City to determine feasibility, and the City has appreciated all the efforts and helpful feedback provided by the local engineering community.

 

Additionally, staff in Supply Management have engaged the Office of the Auditor General in this discussion, in that the concept of an increased focus on cost in engineering assignments was introduced by the AG in the 2005 Audit of Procurement.  One of the several AG recommendations at that time was that:

 

"Adoption of evaluation methodologies that better reflect price differences in proposals for professional services, such as standard deviation, low bid or price per point could lead to significant cost savings."

 

As a result, and with input from the main City users of these types of professional services, staff propose that the following general strategies for the weighting of cost in professional service contract awards be adopted, with some examples of the associated risk categories provided:

 


 

Risk

Examples

Strategies

High

·        large complex studies, such as the Transportation Master Plan

·        EA studies or other assignments that are multidisciplinary, involving many agencies, stakeholders, and include challenging public consultation

·        most large bridge design assignments

·        larger capital projects which may include a requirement for the vendor to provide additional insurance

·        public consultation with stakeholders, or presentations to Committee and Council are key

·        multi-member proponent team or consortium, requiring specialized sub-consultants

·        work plan or contract  schedule is critical.

·        80% of points are devoted to non-financial criteria, and 20% are cost based

·        the preferred partner (highest points) would be called upon to reduce the city cost by an amount between 3% to 5%. 

Medium

·        low risk projects but with large capital budgets

·        some of the more prescriptive studies, wherein tasks are legislated, such as some EA's

·        some requirement for public consultation, and for specialized sub-consultants, although the project is not considered complex

 

·        "cost per point" where the initial evaluation is 100% non-financial, including issues such as firm experience, qualifications of key team members, work plan and methodology, potential for cost savings, level of effort and schedule, innovation, etc., and the pass grade for compliance is in the 75% range. 

·        the financial proposal is sealed in a separate envelope, and cost is divided by point score for only those firms achieving the minimum pass grade, with award to the proponent offering the lowest cost per point.  This approach tends to allocate 50% to cost weighting.

·        lowest responsive bid approach described below

Low

·        routine road, water, and sewer rehailitation projects

·        local street projects

·        small intersection planning and design studies

·        small capital budget with little or no public consultation

·        limited involvement of specialized sub-consultants

 

 

 

·        using a pre-qualification process, or   a proposal with a qualifications based minimum pass grade, or in most instances both, in order to ensure that vendor experience, qualifications of key team members, project scope, work program, and level of effort are acceptable to the City.

·        once a proponent passes the qualifications based evaluation,  only those sealed financial proposal envelopes are opened, with the award at that point to the proponent providing the lowest responsive bid. 

·        cost per point described above

 

In assigning the evaluation method, an initial staff analysis would seek to determine the level of risk or complexity associated with each individual assignment, and only then consider the most appropriate procurement strategy.  Although these methods will be used in the majority of cases, it is also recognized that other ratios of cost weighting may be appropriate for some Request for Proposal and Request for Standing Offer opportunities.

 

The governing concepts for assigning financial weighting in engineering proposals will be to ensure design quality, obtain environmental and economic sustainability, and to leverage the unique market position of the City as the major local consumer of consulting engineering services to control spending. 

 

Purchasing By-Law amendment 

 

In addition to reporting to Council on the over-all strategy for the cost focus in awarding contracts as a result of the Request for Proposal process, the revision to the purchasing by-law attached as document 1 will serve to formalize the several procurement strategies approved by Council on 22 October 2008.

 

 

CONSULTATION

 

The Purchasing By-law amendment was prepared by Legal Services, and the report also incorporates input received from the Consulting Engineers of Ontario.

 

 

FINANCIAL IMPLICATIONS

 

The concepts discussed, and the by-law amendments have a direct relation to the procurement savings targets approved by Council as part of the Corporate Efficiency Savings Program.

 

 

SUPPORTING DOCUMENTATION

 

Amendment to the Purchasing By-law  - Document 1.

 

 

DISPOSITION

 

Following Council approval, the Supply Management Division will manage the implementation of the revised procurement strategies and contract award mechanisms, and continue to report on procurement savings realized as a result.

 

 


Document 1

 

BY-LAW NO. 2008-

 

A by-law of the City of Ottawa to amend By-law No. 50 of 2000 with respect to the purchasing of goods, services and construction for the City of Ottawa.

 

The Council of the City of Ottawa enacts as follows:

 

1.                     Section 20 of By-law No. 50 of 2000 entitled “Being a By-law respecting the purchasing of goods, services and construction for the City of Ottawa”, as amended, is amended by adding the following subsection thereto:

 

            20.       (12)      Supply Management shall determine the most appropriate cost weighting assignment in specific Request for Proposal calls in accordance with, not limited to, the following general criteria:

(a)                20% of the evaluation criteria for more complex or high risk assignments;

(b)               50% cost weighting (cost per point) in the evaluation for medium risk assignments; or

(c)                lowest cost compliant proposal where a prequalification, a technical pass grade or a standing offer is in place.

 

2.                     Section 21 of the said By-law No. 50 of 2000 is amended by adding the following subsection immediately after subsection (4):

 

            21.       (4a)      In circumstances where competition results in a large number of offers from vendors, which offers exceed the needs of the City, Supply Management is authorized to approach the highest ranked vendors to negotiate lower unit rates for the goods or services in return for a reduction in the number of firms authorized to provide the goods or services to the City or the offer of a firm contractual commitment by the City.

 

3.                     Section 21 of the said By-law No. 50 of 2000 is further amended by adding the following subsections immediately after subsection (8):

 

            21.       (9)        A call-up against a standing offer may be made in an amount to a maximum of $150,000 and exceptions to this maximum amount may be made by Supply Management, where it is of the opinion that there is a financial advantage to be achieved by the City.

 

                                    (10)      All standing offers for Professional Services shall include wording that the hourly, per diem or other unit rates offered by the proponent will apply for call ups up to a maximum of $100,000 and for call-ups greater than $100,000, the hourly, per diem or other unit rates will be discounted by a minimum of five percent (5%).

 

4.                     Section 24 of the said By-law No. 50 of 2000 is repealed and the following Section is substituted therefor:

 

            24.       (1)        Where a reasonable likelihood exists that, on completion of a Contract, it will be necessary to award a follow-on Contract for goods or services to the existing supplier,  Supply Management shall ensure that the possibility of a follow-on Contract will be identified in the original bid solicitation. 

 

                        (2)        All Request for Proposal documents for Professional Services should include wording that the hourly, per diem or other unit rates offered by the proponent will apply for the initial Contract award and that for a follow-on Contract, the hourly per diem or other unit rates will be discounted by minimum of five percent (5%).

 

5.                     Subsection (2) of Section 32 of the said By-law No. 50 of 2000 is repealed and the following subsections are substituted therefore:

 

            32.       (2)        Where a Contract contains no option for renewal, Supply Management is delegated the authority to extend the Contract for a period of time no greater than two years from the date of expiration provided that:

(a)                Supply Management and the Director agree that based on market conditions or an analysis of future conditions cost savings or cost avoidance can be obtained by a renewal; and

(b)               the supplier’s performance and vendor relations with the supplier have both exceeded the requirements of the Contract.

                       

                        (3)        The authorization of the Director pursuant to subsections (1) or (2) shall include a written explanation of why the renewal is in the best interest of the City and shall include comments on the market situation and trends.

 

                        (4)        Inflationary increases for Contract renewal shall be limited to fifty percent (50%) of the Statistics Canada annual Consumer Price Index unless, the supplier can demonstrate, to the satisfaction of Supply Management, that the supplier’s costs have increased significantly from the original Contract price and the supplier’s cost increases can be independently verified by the City.

 

 

6.                     The said By-law No. 50 of 2000 is amended by adding the following headings and  Sections immediately after Section 42:   

 

                        STRATEGIC SOURCING

 

            43.       (1)        The City may consider procuring goods and services using e-auction or reverse auction bidding strategies in situations where,

                                                (a)        the goods or services are standard commodity items which can be clearly identified;

                                                (b)        a strong competitive vendor base exists;

                                                (c)        vendors can be invited initially to participate through a transparent process such as the internet and be prequalified; and

                                                (d)        on-line training is available to all participants in advance of the actual event.   

 

                                    (2)        Where the possibility of a Best and Final Offer (BAFO) phase has been introduced in the procurement solicitation document, the City may invite two or more of the highest rated short-listed firms to take part in the BAFO phase where each firm will be given the opportunity to improve on their initial bid or proposal.

 

                        SUBSTANTIVE COMPLIANCE

 

                        44.                   Supply Management is authorized to include a clause in competitive bid solicitations permitting the award of a contract to a low bidder where, in the sole opinion of Supply Management and the Director, although the specifications are not technically met, the vendor response is substantively compliant or the non-compliance of the response is immaterial to meeting the performance outcome.

 

                        VENDOR INITIATIVE

 

                        45.       (1)        After the procurement process is complete and a Contract has been awarded, the City will permit the successful vendor to propose operational or strategic improvements that result in cost savings, which cost savings do not, in the opinion of the Director, have a negative impact on service delivery.

 

                                    (2)        Approval of an operational or strategic improvement is conditional upon the vendor quantifying the cost savings and agreeing to share the cost saving equally with the City.

 

(3)               Any approval pursuant to subsections (1) and (2) will be recorded in the contract file and a revised purchase order will be prepared.

 

 

 

                        ENACTED AND PASSED this           day of             , 2008

 

 

 

 

                                    CITY CLERK                         MAYOR


            REVISED PROCUREMENT STRATEGY AND ASSOCIATED AMENDMENTS TO THE PURCHASING BY-LAW

RÉVISION DE LA STRATÉGIE D’APPROVISIONNEMENT ET MODIFICATIONS CONNEXES AU RÈGLEMENT SUR LES ACHATS

ACS2008-CMR-FIN-0049                                city-wide / À l’Échelle de la ville

 

Responding to questions from Councillor El-Chantiry with respect to a pre-qualification process when awarding contracts, Mr. Kent Kirkpatrick, City Manager, indicated the current report did not propose any changes in terms of the pre-qualification approach.  He referenced discussions held at the previous meeting, at which time staff had committed to bringing forward a report in the new year on how the City managed its overall capital projects as well as how the City contracted for engineering services and pre-screened these services on the basis of past experience.  Further, he referenced the memo from the City Solicitor, listed as an Information Previously Distributed item on the present agenda, and the fact that the City’s Purchasing By-law contained a clause with respect to supplier performance.  Therefore, he submitted that the By-law would not need to be amended, but staff would provide a technical briefing session and meet with Councillors to talk about how the By-law was applied. 

 

Councillor Deans felt the proposed overall procurement strategy was far superior to what the City originally had and that it addressed the concerns expressed by the industry in terms using a different ratio for high risk, complex projects versus low-risk projects.  In closing, she asked that staff report back to Committee in a year to show how well the strategy had worked. 

 

Councillor Wilkinson referenced Mr. O’Connor’s memo and asked if a clause should be added in the by-law regarding litigation exclusion.  Mr. Kirkpatrick suggested addressing this in the new year, through the report he referenced earlier.  Mr. Carey Thomson, Manager of Legal Services, concurred with the City Manager’s proposal in this regard.  

 

Councillor Wilkinson referenced a letter from the Consulting Engineers of Ontario (CEO) and a statement contained therein with respect to engineering typically being 10% of total project costs and the CEO’s suggestion that reducing engineering cost by 5% would typically lead to an overall increase of average construction costs by about 5% on a $1M project.  She wondered why this would be the case.  Mr. David McManus, representing the Consulting Engineers of Ontario, explained that more effort expended in design and construction administration would directly result in cost reductions at construction, at about a 10 to 1 payback.  Therefore, he submitted that if the City limited the efforts in engineering design, it could end up paying more for construction costs. 

 

Councillor Desroches felt that in procurement, the City benefited from healthy competition between bidders.  He believed that in a healthy market, companies would be hungry for work and would submit their best bid; one that combined their skills and an awareness of price.  Mr. Guy Cormier, representing the Consulting Engineers of Ontario, indicated that what the Councillor referenced was the difference between healthy competition and cut-throat competition.  He submitted that the CEO was warning Committee that perhaps the sector was approaching this line.  He noted that engineers were obliged by law to protect the public but they were not obliged to protect the interests of the public.  He re-iterated that this was the fine line the CEO was putting to the City; engineers’ professional obligation versus their interest in doing a good job.

 

Following these exchanges, Committee voted to approve the report recommendations.

 

That the Corporate Services and Economic Development Committee recommend Council approve:

 

1.   The overall procurement strategy in relation to the selection of professional service providers, as outlined in this report; and

 

2.   The amendment to the purchasing by-law, attached as Document 1, to enable implementation of the several contract award mechanisms previously approved by Council.

 

                                                                                                CARRIED