1.             DELEGATION OF AUTHORITY – CONTRACTS AWARDED FOR THE PERIOD OCTOBER 1 TO DECEMBER 31, 2009, AND LEGAL OUTSOURCING COSTS

 

DÉLÉGATION DE POUVOIR – CONTRATS ACCORDÉS POUR LA PÉRIODE DU 1er            OCTOBRE AU 31 DÉCEMBRE 2009 ET FRAIS LÉGAUX D’IMPARTITION

 

 

 

COMMITTEE RECOMMENDATION

 

That Council receive the report for information.

 

 

RecommandationS du ComitÉ

 

Que le Conseil prenne connaissance du rapport.

 

 

 

 

 

DOCUMENTATION

 

1.         City Treasurer’s report dated 22 March 2010 (ACS2010-CMR-FIN-0017).

 


Report to/Rapport au :

 

Corporate Services and Economic Development Committee

Comité des services organisationnels et du développement économique

 

and Council / et au Conseil

 

22 March 2010/ le 22 mars 2010

 

Submitted by/Soumis par : Marian Simulik, City Treasurer/Trésorière municipale

 

Contact Person/Personne ressource : Jeff Byrne, Manager, Supply / Gestionnaire, Approvisionnement

Finance Department/Service des finances

(613) 580-2424 x25175, Jeff.Byrne@ottawa.ca

 

City Wide/à l'échelle de la Ville

Ref N°: ACS2010-CMR-FIN-0017

 

 

SUBJECT:

DELEGATION OF AUTHORITY – CONTRACTS AWARDED FOR THE PERIOD OCTOBER 1 TO DECEMBER 31, 2009, AND LEGAL OUTSOURCING COSTS

 

 

OBJET :

DÉLÉGATION DE POUVOIR – CONTRATS ACCORDÉS POUR LA PÉRIODE DU 1er OCTOBRE AU 31 DÉCEMBRE 2009 ET FRAIS LÉGAUX D’IMPARTITION

 

 

REPORT RECOMMENDATION

 

That the Corporate Services and Economic Development Committee table this report to be received and discussed at the next scheduled meeting of CSEDC, and then forwarded to Council for information.

 

 

RECOMMANDATION DU RAPPORT

 

Que le Comité des services organisationnels et du développement économique dépose le présent rapport qui sera discuté à la prochaine réunion prévue du CSODE, puis transmis au Conseil municipal pour information.

 

 

BACKGROUND

 

The Purchasing by-law requires the Supply Branch to report to Council on a quarterly basis.   Each quarterly report: 

 

1.      contains information on contracts exceeding $10,000 awarded under delegated authority;

2.      identifies all contracts categorized as:

 

(a)    Consulting Services

(b)   Professional Services

(c)    Follow-on Contracts

(d)   Amendments  

 

3.      identifies the reason for outsourcing in accordance with the definitions discussed below.

4.      includes details about the Legal Outsourcing Costs.

 

 

DISCUSSION

 

Document 1

 

The contracts approved for the period of October 1 to December 31, 2009 are listed in Document 1.

 

Where appropriate, staff used the following definitions as outlined in the Purchasing By-law to identify the contract category, the outsourcing reason and the non-competitive exception.  

 

Professional Services

 

Professional Services means services requiring the skills of professionals for a defined service requirement or for a specific project related deliverable including but not limited to the areas of engineering, architecture, design, planning, information technology, financial auditing and fairness commissioners.

 

Consulting Services

 

Consulting Services means assistance to management, including but not limited to the areas of strategic analysis, organizational design, change management, policy development, feasibility studies and other services intended to assist decision making within the organization.

 

Amendment

 

An amendment is an increase in the scope of an approved contract, which is unanticipated.  Those amendments that are both greater than $50,000 and 50% of the original contract will be identified in the quarterly report. 

 


Follow-on Contract

 

A follow-on contract differs from an amendment in that the original contract or bid solicitation document recognizes the fact that it is likely that the initial defined contract scope may be expanded to include a number of related phases that are either included in the tender document, or are customary in relation to the work assignment. Rates charged for the follow-on contract are reviewed by the Supply Branch, and must be based on those rates proposed by the service provider in the original competitive “bid”.

 

An extension to a contract is not categorized as an amendment or a follow-on contract.  An extension is a contract term allowing the City to continue purchasing the good or service for an extended period of time where the option to extend the contract was outlined in the bid document, or is deemed to be in the best interest of the City. 

 

Reasons for Outsourcing the Work

 

The reason Consulting and Professional Service contracts are let is identified as follows:

 

(a)        workload related or lack of internal resources by a “W”;

(b)        need for specialized expertise by an “E”;

(c)        need for independent third party oversight by an “I”;

(d)       regulatory requirement by an “R”;

(e)        proprietary service or unique market position by a “P”; and

(f)        business model required outsourcing by an “O”.

 

The following table summarizes the total number and value of the contracts as well as the different categories under which the applicable contracts fall.

 

 

Total # of Contracts

Total $ Value

# Prof. Services

# Consulting
Services

Workload
related "W"

Specialized
expertise "E"

Independent third party oversight "I"

Regulatory
Requirement "R"

Proprietary
Service "P"

Business model outsourcing "O"

AG

5

$228,640.70

5

-

-

5

-

-

-

-

CM

55

$12,104,812.97

21

1

-

18

1

-

-

3

CO

338

$40,747,154.19

85

7

-

81

1

-

-

10

ISCS

459

$193,686,842.36

178

5

-

32

2

-

1

148

Total

857

$246,767,450.22

289

13

-

136

4

-

1

161

 

Non-Competitive Purchases

22(1)  The requirement for competitive bid solicitation for goods, services and construction may be waived under joint authority of the appropriate Director and the Supply Branch and replaced with negotiations  under the following circumstances:

a.       where competition is precluded due to the application of any Act or legislation or because of the existence of patent rights, copyrights, technical secrets or controls of raw material,

b.      where due to abnormal market conditions, the goods, services or construction required are in short supply,

c.       where only one source of supply would be acceptable and cost effective,

d.      where there is an absence of competition for technical or other reasons and the goods, services or construction can only be supplied by a particular supplier and no alternative exists,

e.       where the nature of the requirement is such that it would not be in the public interest to solicit competitive bids as in the case of security or confidentiality matters,

f.       where in the event of a "Special Circumstance" as defined by this By-law, a requirement exists, 

g.      where the possibility of a follow-on contract was identified in the original bid solicitation,

h.      where the total estimated project cost for professional services does not exceed $50,000, or

i.         where the requirement is for a utility for which there exists a monopoly.

 

Document 1 identifies all non-competitive purchases as well as references the appropriate subsection 22(1).

 

Supply Branch certifies that all the contracts awarded under Delegation of Authority for the period of October 1 to December 31, 2009, are in compliance with the Purchasing By-law.

 

Since previous reports have been based on a reporting threshold of $25,000, and this report, as well as all subsequent reports, include contracts with a value of $10,000 or more, statistical comparisons should be viewed within that context.

 

In an effort to enhance the revised reporting methodology approved by Council 22 April 2009, and add perspective to the data, staff provided the following overview.

 

Highlights and Summary of Q4 Purchasing 2009

 


Purchases $10,000 - $25,000, and > $25,000

 

2009 Q4

Total Contracts

% of Total Contracts

Total Amount

% of Total Amount

Purchases 10K – 25K

308

35.9%

$5,053,098.33

2.0%

Purchases 25K - above

549

64.1%

$241,714,351.89

98.0%

Total

857

100%

$246,767,450.22

100%

 

2009 Q4 Purchases by Type

 

Type

 # of Contracts

Contract Value

 

Fleet

94

$35,079,455.92[1]

Construction & Technical Services

261

$165,891,635.88[2]

Professional Services

302

$31,226,437.75[3]

Goods

200

$14,569,920.67

Total

857

$246,767,450.22

 

 

Professional and Consulting Services Contracts > $10,000

 

2009 Q4

 

Total Contracts

Total Value

Professional Services

289

$30,607,701.71

Consulting Services

13

$618,736.04

Total

302

$31,226,437.75

 

Document 2

 

Legal costs paid for the fourth Quarter 2009 are listed in Document 2. 

 

Although the City Clerk and Solicitor is required by the Purchasing By-law to identify those law firms in receipt of an annual cumulative total of $100K or more, in an effort to be completely transparent the Department has identified all of the law firms providing external legal services to the City during 2009, as well as identifying disbursement and GST costs for that same period of time as per Sections 13(1) and (2) of the Purchasing By-law.  Also included in this report are the amounts paid to external law firms with respect to litigated insured claims.  These amounts represent legal fees and disbursements associated with litigation, which are funded by the City's Self-Insurance account and therefore, are not paid from the Legal Services' budget.   Similarly, the amounts reported for external legal services provided with respect to the Light Rail project and litigation are not paid from the Legal Services’ budget, but rather, are paid from the North-South Light Rail budget within the Infrastructure Services and Community Sustainability Department.

 

The information provided in Document 2, is a summary of external legal services costs for each of the four quarters in 2009 and provides a year-end total on the second page.

 

There were a number of Council-driven initiatives in 2009, which resulted in significant legal costs.  The table below summarizes a number of those projects and expenditures:

 

Council-driven Initiative

2009 Legal Costs

Lansdowne Partnership Plan and Injunction

$260,250

Minto-Manotick (OMB and Judicial Review)

$176,280

Pay and Display Contract

$161,470

ATU Interest Arbitration 2009

$151,820

The School of Dance

$  65,780

Plasco Energy Group

$  59,900

Smart Bus

$  51,550

Voice Over Internet (VOIP) Contract

$  51,540

Orgaworld Canada Inc. Contract

$  42,390

Integrated Street Furniture

$  25,295

 

In addition, there were several litigation matters, which resulted in significant expenditures, including the $10M claim by the Ottawa Lynx and the $3M claim by the Ottawa Rapidz against the City ($95,950 and $20,700 in legal costs respectively); the claim by the City for $600K in emergency repair costs and the $2M claim against the City for loss of business associated with Somerset House ($98,110 in legal fees); Employment law issues associated with the Keefer Regulator ($74,164 in legal fees) and D. Wilson ($61,540 in legal fees).

 

The vast majority of outsourced work is with the City’s three Strategic Standing Offer firms, i.e. Borden, Ladner, Gervais (Corporate, Commercial and Development files); Heenan, Blaikie (Litigation files); and Hicks, Morley (Labour and Employment Law files).  Work may be outsourced to external law firms for the following reasons:

 

1.      Specialized area of expertise not available in-house (i.e. defamation);

2.      Professional conflict of interest that would prohibit in-house lawyers from carriage of file/matter;

3.      Second opinion required to protect City’s interest;

4.      Volume/Scope/Magnitude of file/matter that requires resources beyond those available in-house;

5.      Workload issues – in-house resources are not available by virtue of existing workloads;

6.      Sensitivity of issue;

7.      Direction from City’s insurer.

 

Legal Services will be negotiating a new Strategic Standing Offer for the provision of external legal services later this year.

 

 

RURAL IMPLICATIONS

 

There are no rural implications.

 

 

CONSULTATION

 

The preparation of this report is required by the Purchasing By-law and as such no public consultation is required.

 

 

LEGAL/RISK MANAGEMENT IMPLICATIONS:

 

There are no adverse legal or risk management implications as the information is required to be disclosed pursuant to the Purchasing by-law.

 

 

FINANCIAL IMPLICATIONS

 

Prior to a contract approval, Supply Branch staff confirms that the appropriate funds are available in the budget, based on receipt of a funded requisition in SAP.  The availability of funds is a condition of approval under the Purchasing By-Law.

 

 

SUPPORTING DOCUMENTATION

 

Document 1 -     List of Contracts with a value of $10K or more, awarded under delegated authority for the period October 1 to December 31, 2009 (Previously distributed and held on file).

 

Document 2 -     Expenditures for outsourcing legal services in the first, second, third and fourth quarters of 2009 (Previously distributed and held on file).

 

 

DISPOSITION

 

Report forwarded for information pursuant to the Purchasing By-law. 

 

 

 



[1] Includes the rental of dump trucks and dump trailers for snow removal for 2009/2010 – $6.0 M

[2] Includes:

·         Hazeldean Road Widening (Phase 1 and Phase 2) - $40.1 M

·         Baseline Station Transitway Tunnel, College Avenue Overpass and Navaho Drive Overpass - $29.4 M

·         Construction of a Central Archives and Ottawa Public Library Materials Centre - $26.3 M

[3] Includes:

·         Engineering Services – $17.5 M