Agenda - Finance Advisory Committee - 20211012Town of Aurora
Finance Advisory Committee
Meeting Agenda
Date:October 12, 2021
Time:5:45 p.m.
Location:Video Conference
Pages
1.Procedural Notes
This meeting will be held electronically as per Section 19. i) of the Town's
Procedure By-law No. 6228-19, as amended, due to the COVID-19 situation, and
will be live streamed at https://www.youtube.com/c/Townofaurora/videos.
2.Approval of the Agenda
3.Declarations of Pecuniary Interest and General Nature Thereof
4.Receipt of the Minutes
4.1.Finance Advisory Committee Meeting Minutes of September 27, 2021 1
That the Finance Advisory Committee meeting minutes of September 27,
2021, be received for information.
5.Delegations
Note: Anyone wishing to provide comment on an agenda item is encouraged to
visit www.aurora.ca/participation for guidelines on electronic delegation.
6.Matters for Consideration
6.1.Memorandum from Senior Financial Management Advisor; Re: Fiscal
Strategy Strategic Action Plan
4
That the memorandum regarding Fiscal Strategy Strategic
Action Plan be received; and
1.
That the Finance Advisory Committee comments regarding the
strategic action plan be received and referred to staff for
consideration and further action as appropriate.
2.
6.2.Memorandum from Manager, Financial Management; Re: Proposed 2022 12
Budget Introduction
That the memorandum regarding Proposed 2022 Budget
Introduction be received; and
1.
That the Finance Advisory Committee comments regarding the
proposed 2022 budget be received and referred to staff for
consideration and further action as appropriate.
2.
6.3.Memorandum from Director, Finance; Re: Procurement Modernization
Project Update
15
That the memorandum regarding Procurement Modernization
Project Update be received; and
1.
That the Finance Advisory Committee comments regarding the
procurement modernization project update be received and
referred to staff for consideration and further action as
appropriate.
2.
7.New Business
8.Adjournment
1
Town of Aurora
Finance Advisory Committee
Meeting Minutes
Date:
Time:
Location:
Monday, September 27, 2021
5:45 p.m.
Video Conference
Committee Members: Councillor Harold Kim (Chair)
Mayor Tom Mrakas
Councillor Michael Thompson
Other Attendees: Doug Nadorozny, Chief Administrative Officer
Rachel Wainwright-van Kessel, Director of Finance
Jason Gaertner, Manager, Financial Management
Elizabeth Adams-Quattrociocchi, Manager, Financial Reporting
and Revenue
Ishita Soneji, Council/Committee Coordinator
_____________________________________________________________________
1. Procedural Notes
This meeting was held electronically as per Section 19. i) of the Town's
Procedure By-law No. 6228-19, as amended, due to the COVID-19 situation.
The Chair called the meeting to order at 5:47 p.m.
2. Approval of the Agenda
Moved by Councillor Thompson
Seconded by Mayor Mrakas
That the agenda as circulated by Legislative Services, be approved.
Carried
Page 1 of 49
2
3. Declarations of Pecuniary Interest and General Nature Thereof
There were no declarations of pecuniary interest under the Municipal Conflict of
Interest Act, R.S.O. 1990, c. M.50.
4. Receipt of the Minutes
4.1 Finance Advisory Committee Meeting Minutes of June 8, 2021
Moved by Mayor Mrakas
Seconded by Councillor Thompson
That the Finance Advisory Committee meeting minutes of June 8, 2021,
be received for information.
Carried
5. Delegations
None.
6. Matters for Consideration
6.1 Memorandum from Manager, Financial Reporting and Revenue; Re: Optional
Small Business Subclass – Property Tax
Staff provided an overview of the memorandum and background
information regarding the small business property tax subclass as a relief
measure to mitigate the financial constraints caused by the pandemic.
The Committee inquired about the potential taxes the discount rate would
represent and staff provided clarification. The Committee and staff
discussed about the application process, eligibility criteria, and the
intended timeline of the initiative. The Committee sought clarification on
the responsibility of the appeal hearing process, and staff advised that all
appeals would be managed by the Region. There was further discussion
about the available options to absorb the financial impact resulting from
the proposed small business property tax subclass. Staff advised that the
development of a policy and consistent eligibility criteria is ongoing in
collaboration with York Region and all nine lower tier municipalities, with
more details forthcoming.
Page 2 of 49
3
Moved by Councillor Thompson
Seconded by Mayor Mrakas
1. That the memorandum regarding Optional Small Business Subclass -
Property Tax be received for information.
Carried
6.2 Memorandum from Project Management Office; Re: Town’s Major Capital
Projects Update
Staff provided an overview of the memorandum highlighting aspects of
the five major capital projects underway. The Committee referred to the
committed contingency amount for the Aurora Town Square project and
sought clarification regarding the allocated amount in comparison to the
forecasted contingency cost at completion. Staff advised that any future
and upcoming risks are yet to be determined at this stage. The Committee
expressed preference for the Fire Hall 4-5 construction project
contingency presentation format and suggested that more details be
provided regarding the allocated contingency amounts in future reports,
and staff agreed to follow up.
Moved by Councillor Thompson
Seconded by Mayor Mrakas
1. That the memorandum regarding Town’s Major Capital Projects
Update be received for information.
Carried
7. New Business
None.
8. Adjournment
Moved by Councillor Thompson
Seconded by Mayor Mrakas
That the meeting be adjourned at 6:18 p.m.
Carried
Page 3 of 49
100 John West Way
Aurora, Ontario
L4G 6J1
(905) 727-3123
aurora.ca
Town of Aurora
Memorandum
Finance
Re: Fiscal Strategy Strategic Action Plan
To: Finance Advisory Committee
From: Sandeep Dhillon, Senior Financial Management Advisor
Date: October 12, 2021
Recommendation
1. That the memorandum regarding Fiscal Strategy Strategic Action Plan be received;
and
2. That the Finance Advisory Committee comments regarding the strategic action plan
be received and referred to staff for consideration and further action as appropriate.
Background
As outlined in the fiscal strategy approved in June 2021, a detailed strategic action plan
to achieve long term financial sustainability for the town has been developed. This
memo provides an overview of the work to be accomplished over the course of next
three years to ensure strong longer term financial management. The strategic action
plan includes analytical and policy development work that supports the high-level
strategic objectives as mentioned in the fiscal strategy.
A comprehensive action plan for the four pillars of the fiscal strategy has been
developed and is summarised in Attachment 1. This detailed strategic plan is a living
document which will be monitored and updated regularly as the work outlined in the
plan is completed and rolled out. The policy and the analytical work outlined in the
action plan will establish the financial targets for asset management, reserve
management and the use of debt to support town’s future capital needs. The strategic
actions which will require council approval are identified in the action plan in
attachment 1.
Page 4 of 49
Fiscal Strategy Strategic Action Plan
October 12, 2021 Page 2 of 2
Reporting and monitoring progress will be important to long-term financial sustainability
Another important component for the draft fiscal strategy is reporting and monitoring
the progress of the plan. The fiscal strategy needs to be responsive to changes within
the community and remain flexible with a long-term. The progress on the effectiveness
of the strategic objectives needs to be reviewed at least annually as part of the multi-
year budget process. This will ensure that the planning and decision making included in
the budget process support long-term fiscal goals.
This action plan will be a “living document” which will define the actions to ensure the
town sets and stays on a financially sustainable path.
Attachments
Attachment #1: Draft Strategic Action Plan
Page 5 of 49
ATTACHMENT 1
Note: * Council decision is required.
Strategic Action Plan
The following shows the planned timing for the completion of the strategic actions
identified in the Fiscal Strategy.
Strategic Actions Proposed
Timeline
Capital Planning
1 Development of a capital budget framework/policy Q4 2021
2 Asset Management Plan – Development & operationalization:
I. Develop a second-generation asset management plan,
including definitions of levels of service for core assets
(e.g. roads and sewers) and meeting legislative
requirements.
Q3 2021
II. Develop levels of service for the non-core asset
categories*
Q1 2023
III. Development of desired performance targets for all
asset category level of service measures and its
affordability*
Q1 2024
IV. Operationalize the asset management Plan to align with
the 10 Year Capital Plan
Q4 2024
3
The Next DC Study: DC Study and capital plan alignment
I. Town staff to ensure that the growth capital projects in
the 10-year capital plan are aligned with existing DC
study
Q4 2022
II. Development of upcoming 2023 DC charge study* Q1 2023
Page 6 of 49
Note: * Council decision is required.
Strategic Actions Proposed
Timeline
4 Review the affordability of strategic plans and studies to support long-term
capital planning
I. Staff to estimate the financial and levels of service impacts
of each existing master, strategic plans, and studies
Various
II. Staff to update and track the land acquisition needs for
growth related projects based on existing and future
master/ strategic plans
Various
5 Develop a longer-term capital forecast
III. Reconciliation of asset in citywide to asset owner record Q4 2022
IV. Interim R&R long term capital forecast based on the
estimated useful life of town’s asset
Q3 2023
V. R&R Long tern capital forecast should span up to minimum
of 80 years to ensure all asset replacements are forecasted
at least once to aid in long-term planning for reserves
Q2 2025
Reserve Management
6 Develop a reserve management policy* Q3 2022
7 Review reserve definitions and update capital reserve bylaws
I. An initial administrative review of existing reserves
should be done to eliminate reserves which are no longer
required*
Q3 2021
Page 7 of 49
Note: * Council decision is required.
Strategic Actions Proposed
Timeline
II. A comprehensive review of all town's existing reserves
should be undertaken
Q4 2022
8 Develop a long-term reserve forecast
I. Development of interim longer- term reserve forecast
and required contributions to all reserves to maintain full
cost recovery based on available estimated useful life
information of the town Assets
Q3 2023
II. Staff to develop a final longer-term reserve requirement
forecast and required contributions to all reserves which
should span up to 80 years to align with the Town's
longer term capital forecast.
Q3 2025
Debt Management
9 Develop a comprehensive debt management policy* Q1 2022
10 Develop process flows and guidelines for debt management
including debt acquisition and managing debt transactions
Q2 2022
11 Develop a longer-term debt forecast
I. Interim debt forecast for DC funded debt and tax funded
debt to align with long-term Capital forecast
Q4 2022
II. Long-term debt forecast based on final long term capital
plan
Q3 2025
Page 8 of 49
Note: * Council decision is required.
Strategic Actions Proposed
Timeline
Revenue Management
12 Develop a strategy to explore opportunities to increase grant revenue
I. Develop a process flow of the current and future state
grant management program
Q2 2023
II. A review of Aurora’s existing grant management capacity
including the possibility of third-party service providers
Q3 2023
III. Staff to develop a prioritized list of projects that are
“ready-to-go” as grant timing can be short
Q3 2023
13 Improve investment income on reserves by becoming a prudent investor
I. Staff to review and update the existing investment policy* Q2 2022
II. Staff to continue the process to move forward with joining
the ONE JIB (joint investment board) *
Q2 2022
III. Staff to review and update the existing investment income
allocation policy
Q3 2022
14 Align future development charge studies with projected growth and a funding
strategy
I. Development of a process maps and guidelines for the
collection and use of development charge and community
benefit charge revenues
Q1 2022
Page 9 of 49
Note: * Council decision is required.
Strategic Actions Proposed
Timeline
II. Staff to develop a comprehensive tax assessment growth
forecast model
Q3 2022
III. Development of comprehensive DC revenue forecast model Q3 2023
15 Develop a revenue management policy Q3 2025
16 Develop a longer-term planning approach to user rates for water, wastewater and
storm water
I. Town staff to conduct comprehensive rate setting study for
a) Storm Water
b) Water & Wastewater
Q3 2022
Q3 2023
II. Develop a longer-term water, wastewater and stormwater
revenue forecasting model
Q3 2022
17 Review and update operating budget principles
I. Staff to update the annual budget principle to include a
municipal price index to capture the true inflationary
pressures for the town
Q4 2022
II. Staff to ensure that the budget principles accurately reflect
the current multi-year budget process and identify any
improvements
Q3 2022
Page 10 of 49
Note: * Council decision is required.
Appendix A
Existing Master, strategic plans and studies
Description Timelines
1 Accessibility Plan Q4 2022
2 Active Transportation Plan Q4 2022
3 Asset Management Plan Q1 2025
4 Aurora Promenade Plan Q1 2022
5 Community Energy Plan Q4 2023
6 Community Improvement Plan Q4 2022
7 Corporate Environmental action Plan Q4 2023
8 Cultural Master Plan Q2 2022
9 Customer Service Strategy and Implementation Plan Q4 2021
10 Development Charge Study Q1 2023
11 Economic Development Strategic Plan Q1 2024
12 Energy Conservation and Demand Management Plan Q3 2023
13 Fleet Study Q2 2022
14 Green Fleet Action Plan Q2 2022
15 Information Technology Strategic Plan Q2 2023
16 Museum Plan Q1 2022
17 Official Plan Q1 2022
18 Parkland Dedication Bylaw Q4 2022
19 Parks & Recreation Master Plan Q4 2022
20 Sports Field Development Strategy Q1 2022
21 Sports Plan Q2 2022
22 Storm Water Management Master Plan Q3 2022
23 Stream Management Master Plan & Tannery Creek Flood
Relief Study
Q1 2022
24 Trail Master Plan Q1 2022
25 Transportation Master Plan Q1 2022
26 Urban Forest Management Policy Q4 2023
Page 11 of 49
100 John West Way
Aurora, Ontario
L4G 6J1
(905) 727-3123
aurora.ca
Town of Aurora
Memorandum
Finance
Re: Proposed 2022 Budget Introduction
To: Finance Advisory Committee
From: Jason Gaertner, Manager Financial Management
Date: October 12, 2021
Recommendation
1. That the memorandum regarding Proposed 2022 Budget Introduction be received;
and
2. That the Finance Advisory Committee comments regarding the proposed 2022
budget be received and referred to staff for consideration and further action as
appropriate.
Background
On June 18, 2019, Council adopted the Town’s updated budget principals and
processes. One key change to these documents included the adoption of a multi-year
budget framework for the Town of Aurora. The Town’s multi-year budgeting framework
aligns with each Council’s term. Council approves the first year’s budget of its term and
receives an accompanying forecast of the next three budgets. In the second year of its
term, Council will approve a three-year operating budget, including all related tax
impacts. Year’s three and four of this budget will be re-affirmed by Council prior to their
commencement. A similar process is followed for its rate funded operations.
On December 10, 2019 Council approved its first three-year multi-year operating budget
for 2020, 2021 and 2022. It has now reached the fourth year of its budget lifecycle being
the reaffirmation of the previously approved 2022 operating budgets as shown in Table
1.
Page 12 of 49
Proposed 2022 Budget Introduction
October 12, 2021 Page 2 of 3
Table 1
Multi-year Key Milestones
On April 28, 2020 Council approved a series of changes to the Town’s budget process
and format to be phased in over next two year’s budget processes. Furthermore, on
December 14, 2020 Council reaffirmed the Town’s 2022 operating budget which
included a planned tax rate increase or 2.9 percent.
Over the first half of 2021, in support of the 2022 reaffirmation process staff have
undertaken an in-depth review of the proposed operating and capital budget to ensure
its continued relevance.
Analysis
Staff have spent the past several months on the development of the proposed 2022
budget and 10-year capital plan to be presented to Council on October 26th, 2021. Both
the operating and capital budgets used the 2021 to 2022 Budget and 10-Year Capital
Plan as the basis for the budget development.
The proposed 2022 capital budget continues to follow the new capital budget principles
established last year. This includes requesting capital budget authority for capital
projects and capital programs for repair and replacement capital in facilities, fleet, roads
and sewer. This budget proposes a total of $192.4 million in capital budget authority
which is made up of $181.7 million in previously approved capital projects and $10.7
million for net new budget authority requests. Of this budget authority $83 million is
planned to be spent in 2022.The capital budget also proposes a 10-year plan totalling
$300.8 million.
Year Action Status
One Approve 2019
Receive 2020 to 2021
Two Approve 2020 to 2022 Complete
Three Re-affirm 2021 to 2022 Complete
Four Re-affirm 2022 In Progress
Complete
Page 13 of 49
Proposed 2022 Budget Introduction
October 12, 2021 Page 3 of 3
The operating budget for 2022 continues to experience pressures related to COVID-19.
While Safe Recovery grant funding from the province will manage to mitigate many of
these pressures, particularly in Community Services, there is also an impact to
assessment growth in 2021. The 2021 to 2022 Budget included an assumption for
assessment growth of 2.2%. COVID-19 driven construction delays has resulted in the
need to revise this down to 1.2%. This resulted in a budget pressure of $521,100 or one
percent on the tax levy. Staff have worked diligently to contain this pressure, among
other pressures, to meet the tax levy of 2.9% approved last year.
Water and wastewater rates are proposed to increase compared to those approved in
the 2021 to 2022 Budget. This increase is driven by York Region Council’s recent
decision to increase wholesale rates for water and wastewater to 3.3 percent for next
several years. Last years budget assumed an increase of 2.9 percent.
The 2022 budget is based on information known when this budget was initially being
developed. In recent months the Consumer Price Index (CPI) for the Toronto area has
increased significantly. The CPI year-over-year increase as of August 31, 2021 was 3.3%
for Toronto and 4.0 percent for Ontario. The current recommended 2022 tax rate
increase includes 1.9% for town operations, including its management of inflation on
existing good and service purchases. It is staff’s intention to manage any excess
inflationary operating pressures experienced in 2022 within the overall proposed
budget. However, should inflationary pressure remain at these levels, this strategy will
not be sustainable.
The current proposed operating budget also continues to meet the direction set by
Council to not exceed overall tax rate increase 3.0% per year including 1% for the
Town’s fiscal strategies of contributing to asset management reserves and reducing the
reliance upon non-sustainable revenues such as supplementary taxes (in-year tax
growth).
Attachments
None.
Page 14 of 49
100 John West Way
Aurora, Ontario
L4G 6J1
(905) 727-3123
aurora.ca
Town of Aurora
Memorandum
Finance Department
Re: Procurement Modernization Project Update
To: Finance Advisory Committee
From: Rachel Wainwright-van Kessel, Director, Finance
Date: October 12, 2021
Recommendation
1. That the memorandum regarding Procurement Modernization Project Update be
received; and
2. That the Finance Advisory Committee comments regarding the procurement
modernization project update be received and referred to staff for consideration and
further action as appropriate.
Background
In the 2021 to 2022 Budget Council approved a study capital project for Procurement
Modernization. This project includes the following:
A risk assessment including a snapshot review, field study and RADAR report of
the current procurement knowledge and process
Process improvement including the development of standard templates,
contracts and forms
An assessment of procurement types and thresholds to make procurement more
strategic
Development of a new procurement bylaw and process protocols
Ensuring compliance with trade treaties
Deployment training for implementing the new bylaw, templates and process
The Procurement Law Office was retained to assist with the project. They have
experience in working with many municipalities across Ontario to help them improve
their procurement knowledge and processes.
Page 15 of 49
Procurement Modernization Project Update
October 12, 2021 Page 2 of 9
The Procurement Law Office has completed the RADAR report which is included in
Attachment 1 and staff are currently reviewing the templates and procurement policy
upon which the new bylaw will be developed.
Analysis
The RADAR report provides an overview of the current state of the procurement process
at the Town. This report looks at procurement throughout the organization as all
departments are involved in the procurement of good and services. The report identifies
the weaknesses and proposes solutions to make procurement more effective and
strategic. The following provides a high-level overview of the findings in the RADAR
report in Attachment 1.
Four critical risk areas were evaluated in the development of the RADAR report
The first evaluation for the RADAR report includes the four critical risk areas for
procurement which include:
1. The failure to meet operational needs
2. The failure to stay within budget
3. The failure to deliver on time
4. The failure to follow the process rules
These areas are evaluated based on the field study which included interviewing
managers from across the organization and members of the Executive Leadership
Team. The results of this evaluation had Aurora score a 1.5 out of 4 indicating areas for
improvement in all four risk areas as shown in Figure 1.
Based on these scores the report cites the following key findings:
“Overall, current institutional score card is 1.5 out of 4 due to the current
misalignment of managing costs, time constraints, operational needs, and
process rules.”
“Lack of transparent means for tracking expenditure in an easily accessible
manner and the use of rosters heightens the potential over-spend on recurring
purchases.”
“The inordinate emphasis of procedural compliance, when compared to
operational needs and time constraints, is producing marginal results and
placing future operational needs at risk of significant failure.”
Page 16 of 49
Procurement Modernization Project Update
October 12, 2021 Page 3 of 9
“There is an absence in the overall co-ordination requirement to better ensure the
timely planning and execution of procurement projects.”
Figure 1
Critical Risk Area Assessment
The report further breaks down the four critical risks into eight critical target areas
including measures for 24 diligence indicators
The overall score is broken down further into either target areas and each of these are
broken down further to be able to provide actionable feedback for improvement. The
eight critical target areas include:
Institutional Governance
Project Governance
Forms and Formats
Document Drafting
Bidding Risk
Contract Management
Training
Innovation
Page 17 of 49
Procurement Modernization Project Update
October 12, 2021 Page 4 of 9
These areas are scored from apparent rule breach in red on the outside of the circle to
exceptional which is closer to the centre of the circle as shown in Figure 2.
Figure 2
Seven Tier Scoring System
Aurora’s scores for the 24 areas evaluated ranged between good and inadequate with
some indicators having two scores based on the mixed evaluation of that area. The goal
is to pull these scores closer to the centre to have a minimum of good in all 24 areas
through the implementation of the findings of the project. Figure 3 shows the scores for
Aurora.
Page 18 of 49
Procurement Modernization Project Update
October 12, 2021 Page 5 of 9
Figure 3
Aurora’s Snapshot Scoring in the Eight Target Areas
Recommendations are provided to improve all eight critical risk areas
The following summarizes the recommendations identified in the report for each of the
eight critical risk areas and identifies the score(s) for each of the diligence indicators.
Each indicator is graded from A being exceptional to F as a potential rules breach and X
as apparent rules breach. All of Aurora’s grade fall between C to E as detailed in Table 1
below.
Page 19 of 49
Procurement Modernization Project Update
October 12, 2021 Page 6 of 9
Table 1
Critical Risk Area Grades and Improvement Recommendations
Diligence Indicator Grade
A-F & X Recommendations for Improvement
Institutional Governance: Indicators 1-3
1 Accountability Controls C/E Implement a revised procurement policy
(i.e. bylaw)
Ensure a clear link to code of conduct
Align the policy with trade treaties
Prohibit contract splitting through better
planning/accountability
Establish a procurement governance
committee including staff from various
departments
2 Integrity Indicators E
3 Open Competition
Requirements
E
Project Governance: Indicators 4-6
4 Project Planning and
Procedures
C/E Clearly outline roles and responsibilities for
all parties involved in procurement
Develop guidelines for selecting right
procurement template (type e.g. RFP, RFT
etc.)
Reduce duplicated approvals
Set appropriate expectations for timing
5 Project Team Roles and
Responsibilities
D
6 Clear Requirements and
Formats
E
Forms and Formats: Indicators 7-9
7 Range of Formats D Update and implement new templates
Include full range of formats e.g.
negotiated RFP for insurance
Use pre-qualification to establish rosters
8 Template Contract D
9 Awareness of Format
Use
E
Page 20 of 49
Procurement Modernization Project Update
October 12, 2021 Page 7 of 9
Diligence Indicator Grade
A-F & X Recommendations for Improvement
Document Drafting: Indicators 10-12
10 Drafting Process Flow E Implement a clear project design-planning
process based on expenditure and
complexity
Establish a streaming system
Clearly identify roles in drafting
Use of plain language
11 Drafting Roles and
Responsibilities
E
12 Document Readability E
Bidding Risks: Indicators 13 to 14
13 Contract Scoping E Better align scoping and scoring
Manage the collect and disclosure of
material information during the process
Enhance the defensibility of bid
evaluations and award
14 Material Disclosures E
15 Evaluation Defensibility D/E
Contract Management: Indicators 16-18
16 Contract Administration D/E Establish contract management
procedures
Define clear rules for scope increase
Develop a process to manage supplier
performance and disputes
Establish a supplier suspension process
17 Scope Management D
18 Performance Tracking
and Debarment
E
Page 21 of 49
Procurement Modernization Project Update
October 12, 2021 Page 8 of 9
Diligence Indicator Grade
A-F & X Recommendations for Improvement
Training: Indicators 19-21
19 Hiring Standards E Recommendations for hiring in
procurement
Augment procurement resources to
provide support
Develop “Procurement 101” training for all
and new hires
Negotiation training for Legal and
Procurement and other key staff
Expand use of Negotiated RFP (e.g.
Insurance)
20 Procurement Training E
21 Advanced Negotiation
Training
E
Innovation: Indicators 22-24
22 Broader Organizational
Awareness
D Improve awareness of procurement
practices
Leverage procurement-centric technology
Automate design and drafting platform
Automated requisitions and approvals
23 Business Process
Improvement
C/E
24 Effective Use of
Technology
C/E
The next steps include reviewing the procurement policy upon which the new bylaw will
be based
Staff are working with the consultant on reviewing the procurement policy and
protocols. This policy outlines the content that will be used to develop a new
recommended procurement bylaw for Council’s review and approval.
Page 22 of 49
Procurement Modernization Project Update
October 12, 2021 Page 9 of 9
This new bylaw will address many of the recommendations for improvement that have
been identified by the consultant and feedback received from staff across the
organization. It will also enable Procurement Services to become strategic partners for
their clients.
Attachments
Attachment 1 – RADAR Report – Town of Aurora
Page 23 of 49
Procurement Law Office 1
Suite 406 - 781 King Street West, Toronto, Ontario M5V 3L5
www.procurementoffice.com
416-700-8528 | paul.emanuelli@procurementoffice.com
Discussion Draft
RADAR Report
Risk Assessment, Diagnosis, and Recommendations
Date: May 12, 2021
To: Town of Aurora (the “Town”)
Attn: Anna Ruberto
A.Our Deliverables
In accordance with the methodology and approach set out in our Statement of Work, we have:
1.reviewed the Town’s procurement-related policies, procedures, and templates and prepared a
Snapshot Review of the Town’s procurement operations as set out in the attached Snapshot
Review Presentation slides and the Snapshot Diagnostic Tool spreadsheet;
2.conducted field study interviews with a total of 14 Town staff;
3.conducted two separate self-assessment surveys of procurement staff and broader organizational
representatives to consolidate their views on existing procurement practices as set out in the two
attached survey result summaries; and
4.consolidated our findings and recommendations from the above sources in this RADAR Report.
Our deliverables also include a briefing session during which we will present a summary of our findings
and recommendations, answer your questions, and discuss potential next steps should the Town decide
to implement the recommendations.
B.Overall Assessment and Snapshot Review Process
(i)The Four Critical Risk Factors and Four-Point Benchmarks
Our Institutional Reviews are intended to assess existing procurement practices and tailor
recommendations for future improvement in the context of the following four risk factors inherent in
public sector context:
1.the failure to meet operational needs;
Attachment 1
Page 24 of 49
Procurement Law Office
2
2. the failure to stay within budget;
3. the failure to deliver on time; and
4. the failure to follow the process rules.
At the institutional level, each of these factors can be assessed on the following four-point benchmarking
scale:
1. Significant Failure
2. Marginal Results
3. Meets Expectations
4. Exceeds Expectations
By conducting an overall assessment of the four critical risk factors on the four-point scale, we can provide
a global picture of how the institution is balancing its institutional practices and score them as below:
Page 25 of 49
Procurement Law Office
3
At the institutional level, our assessment of the overall risks created by the Town’s existing procurement
practices is as follows:
This overall assessment is supported by the findings contained within our Snapshot Review process and
Field Study as further described below.
(ii) Snapshot Review Methodology
The Snapshot Review is an assessment of the Town’s existing procurement practices in the following eight
key target areas: (i) institutional governance; (ii) project governance; (iii) forms and formats; (iv) document
drafting; (v) bidding risks; (vi) contract management; (vii) training; and (viii) innovation.
The Snapshot Review contains a series of specific due diligence indicators that measure an institution’s
procurement practices against broadly recognized industry best practices. The standard-setting sources
that inform this analysis include:
1. a synthesis of over four decades of case law rulings drawn from the Canadian International Trade
Tribunal and from every jurisdiction and level of court in Canada, along with leading international
case law decisions;
Page 26 of 49
Procurement Law Office
4
2. Canadian legal standards and trade treaty obligations from a broad range of treaties, including
the Canada-European Comprehensive Economic and Trade Agreement (CETA), the Canadian Free
Trade Agreement (CFTA), along with federal and provincial statutes, directives, and guidelines;
3. international best practices drawn from leading sources, including World Bank and OECD
recommendations, guidelines, and standards, the UN Model Procurement Law, and procurement
treaties and statutes from a broad range of jurisdictions; and
4. good governance recommendations from public inquiries and from Canadian and international
public audit reports.
By applying broadly recognized standards to selected sample documents from the Town, the Snapshot
Review provides a preliminary assessment of your procurement practices based on a seven-tier scoring
system that can help inform future initiatives for improvement, and also serves as a benchmark against
which you can measure the success of those initiatives.
While the Snapshot Review draws on a broad range of standard-setting sources to assess your practices
against 24 due diligence indicators, it is not intended to: (a) provide an exhaustive review of the Town’s
procurement practices; or (b) provide a conclusive legal opinion on those general practices or on any
specific sample document.
(iii) Snapshot Results: Snapshot Review and Diagnostic Tool Findings
The results of the Snapshot Review are presented in the Snapshot Review Analysis Diagram, which
synthesizes our findings in a quick-reference visual format. The Snapshot Review Presentation slides
further illustrate how the diagram is constructed by plotting the scores for each of the 24 due diligence
indicators within the eight critical target areas, and includes examples of Snapshots of other public sector
institutions for the purposes of comparison. The Town’s Snapshot reflects and summarizes the scoring of
approximately 200 sub-criteria. In some cases, multiple scores are shown for a specific due diligence
indicator where there was significant variation in the scoring of the sub-criteria in that area.
Page 27 of 49
Procurement Law Office
5
These factors are scored according to a seven-tier grading system. Based on a scoring of the 24 due
diligence indicators falling across the eight target areas identified above, the Town’s overall Snapshot
assessment is as follows:
All of the detailed sub-criteria, along with the assigned scores and comments, are set out in the Snapshot
Review Diagnostic Tool document, which is attached along with the Snapshot Review Presentation.
(iv) Field Study: Procurement Department and Broader Organization Reports
We conducted the above-noted interviews with procurement professionals from the Town’s Procurement
Department and representatives from various other the Town business units to discuss the Town’s
procurement operations and processes. In this report, we will use the term “business units” to refer to
the Town’s departments, divisions, or units other than the Procurement Department.
We also asked the interviewees and other the Town employees to complete our online surveys. The
survey results are useful to illustrate the level of awareness across the Town with respect to procurement
matters and the level of employee confidence in the Town’s procurement operations.
Page 28 of 49
Procurement Law Office
6
The survey results were incorporated into our Field Study and relied on as part of the findings and
recommendations contained in this report.
C. Executive Summary of Key Recommendations
Based on our findings and observations, our key recommendations are as follows:
1. Institutional Governance - Revised Procurement Policy
We recommend that the Town consolidate and update the content from the existing procurement-related
policies and adopt a procurement policy that clearly sets out the approval authorities and the roles and
responsibilities of all the Town employees engaged in procurement.
The consolidated policy should:
a) articulate the role of senior management across all business units in supporting the role of the
Procurement Department and protecting the Town’s interests by ensuring compliance with
governing rules in respect of its procurement operations;
b) incorporate an updated version of the Town’s Code of Conduct;
c) establish a supplier code of conduct to address rules and expectations with respect to the conduct
of suppliers, including prohibitions against illegal or unethical bidding practices and rules with
respect to lobbying and disclosure of conflicts of interest;
d) update stipulated monetary thresholds for low-value purchases, invitational competitions, and
open competitions, and outline appropriate exceptions to requirements to conduct competitive
processes that align with applicable trade agreements; and
e) prohibit contract-splitting and improper contract extensions and scope changes, and emphasize
responsibility and accountability for accurately scoping requirements and estimating the value of
a procurement.
We recommend that the Town establish a procurement governance committee made up with members
from the Procurement Department and key business units, that will meet on a regular basis to facilitate
communication and discussion with respect to the Town’s procurement issues. This committee should be
responsible for addressing discrepancies in procurement practices, engaging in strategic planning to
Page 29 of 49
Procurement Law Office
7
increase collaborative procurement, and encouraging stability, continuity, and consistency in the
relationship between the Procurement Department, Legal Department, and the business units.
2. Project Governance - User-Friendly Procedures
We recommend that the Town establish clear and consistent procedures that direct users through the
various stages of the procurement process, set out the specific requirements that need to be met at each
stage, and assign clear roles, responsibilities, and accountabilities for meeting those requirements. The
procedures should:
a) clearly outline the roles and responsibilities of the Procurement Department in providing
procurement expertise and services to the business units in a consistent and timely manner,
managing and overseeing the competitive process and facilitating communications with bidders;
b) clearly outline the roles and responsibilities of the business units in providing advance notice of
upcoming procurement requirements, participating in the planning process, drafting unbiased
specifications and clear requirements, collaborating on the development of appropriate and
defensible evaluation criteria, and fully participating in fair and transparent evaluation processes;
and
c) establish clear instructions and guidelines for (i) selecting the appropriate competitive
procurement template; (ii) drafting and assembling competitive procurement documents; (iii)
conducting the competitive processes; (iv) establishing and managing qualified supplier rosters;
(v) preparing for and conducting negotiations; (vi) conducting debriefings; and (vii) handling
procurement protests.
3. Forms and Formats – New Tendering Templates and Frameworks
We recommend the Town develop and implement an updated set of solicitation document templates and
make use of a full range of procurement formats.
We recommend that the Town increase its use of prequalification processes to establish rosters of
prequalified suppliers under framework arrangements for the purchase of regularly required goods and
services through expedited second-stage competitions.
4. Document Drafting – Procurement Design-Planning
We recommend that the Town mandate a clear project design-planning process that requires project
teams to confirm contract scoping, pricing structures, evaluation criteria, contract structures, and
tendering formats as the first stage of the procurement planning process. This design-planning should be
mandated to project teams as a pre-requisite to proceeding to full solicitation drafting and, for major
project, as a prerequisite to initial spending authorization. The level of advanced planning and allocated
staff resources should be directly tied to the level of expenditure, complexity, and long-term significance
of the specific contract. The Town should establish a streaming system for projects to direct them to the
Page 30 of 49
Procurement Law Office
8
appropriate stream based on major project expenditure and complexity, recurring tendering, and below-
threshold small expenditures.
5. Bidding Risks
We recommend that the Town establish policies, procedures, and protocols to deal with bidding risks in
the areas of contract scoping, material disclosures, and evaluation defensibility, including protocols:
a) requiring the clear alignment of contracting scoping and pricing structures;
b) managing the collection and disclosure of material information during the bidding process; and
c) enhancing the defensibility of bid evaluation and contract award processes.
6. Contract Management
We recommend that the Town establish and document procedures for contract management, including:
a) procedures establishing roles and responsibilities for day-to-day contract management and
monitoring of milestone dates;
b) clear rules for extending or increasing the scope of existing contracts;
c) procedures for evaluating and documenting supplier performance issues and managing contract
disputes; and
d) a process for suspending suppliers from participation in future procurement processes on the
basis of unsatisfactory performance or inappropriate conduct.
7. Training – Enhanced Staffing and Training
We recommend that the Town augment the existing level of procurement support resources provided
through the Procurement Department to improve service delivery levels to the business units, facilitating
strategic procurement planning, and ensuring that sufficient full-service-full-cycle support is given to
complex, high-value, and high-priority procurements.
Following the development of a clear procurement policy and procedure framework, we recommend that
the Procurement Department launch an organization-wide “Procurement 101” training program and
implement an ongoing communications strategy to receive feedback from the business units and ensure
that revisions to procurement policies and procedures are communicated in a timely and comprehensive
manner to be actioned by the Procurement Department. This training should incorporate the key
recommendations for Ontario municipal procurement training programs identified by Ontario Associate
Chief Justice Frank N. Marrocco in his November 2020 Transparency and the Public Trust: Report of the
Collingwood Judicial Inquiry.
Page 31 of 49
Procurement Law Office
9
8. Business Process Improvement and Innovation
We recommend that the Town leverage procurement-centric technology to facilitate its procurement
operations by:
a) automating the design and drafting process to help facilitate document version control;
b) adopting an e-bidding platform to facilitate bid evaluation processes; and
c) streamlining the approval processes through automation of requisitions and approvals, with
recognition of electronic signatures.
D. Detailed Observations and Recommendations
Based on the feedback we obtained through the Field Study interviews and surveys, in combination with
the results of our Snapshot Review, our detailed findings and observations are as follows:
I. INSTITUTIONAL GOVERNANCE
As discussed below, the Institutional Governance category addresses the first three due diligence
indicators: (1) Accountability Controls; (2) Integrity Indicators; and (3) Open Competition Requirements.
1. ACCOUNTABILITY CONTROLS: Does your organization have the proper internal governance policies
and procedures in place to keep pace with emerging due diligence standards?
Our observations and recommendations in this area are as follows:
a) Roles and Responsibilities: We recommend that the Town consolidate and update the content
from the existing procurement-related policies and adopt a procurement policy that clearly sets
out the approval authorities and the roles and responsibilities of all the Town employees engaged
in procurement. Our review found the following:
i. A clearer definition of roles in the existing policy in regard to institutional roles and
responsibilities, especially for the procurement department is required. The scope of
roles and responsibilities typical for public procurement operations were not well
understood by interviewees across the organization.
ii. Our Field Study noted significant delays as decision-making during the project planning
process was transferred between different individuals in the organization. The Field Study
also indicated that the current procurement design, drafting, posting, evaluation, and
award process results in multiple dead ends since the current system lacks a clear tracking
and reminder system to identify when a process is stalled with a specific individual.
iii. Field Study interviewees expressed frustration with what they saw as a regulatory
compliance role assumed by the Procurement Department, coupled with a ‘gotcha’
Page 32 of 49
Procurement Law Office
10
mentality that appeared to prioritize the identification of infractions over the provision of
procurement related services.
b) Delegation of Authority: The Town needs to implement more effective delegation mechanisms
involving fewer mechanical approval checkpoints and greater authority and accountability at the
project team level. A greater distinction between the level of oversight required for day-to-day
transactions and major projects needs to be recognized. Low and Mid-Value procurements can
be largely downloaded to the business units, with light oversight from the unit assigned
procurement team member, which would allow the Procurement Department more time to focus
on larger, more complex procurement projects. In our review, we observed:
i. an insufficient level of delegation of authority and responsibility for achieving
procurement objectives;
ii. an inordinate amount of approvals that were causing significant delays in the
procurement process with no corresponding improvement to accountability,
transparency, or oversight; and
iii. no clear institutional mechanisms to fix broken processes and avoid recurring
bottlenecks.
2. INTEGRITY INDICATORS: Does your organization have the necessary safeguards in place to address
procedural improprieties, including unfair advantage, conflict of interest, and evaluation bias, and to
protect against bid-rigging and collusion?
Our observations and recommendations in this area are as follows:
a) Conflict of Interest, Lobbying, and Post-Service Confidentiality: Conflict of interest, lobbying, and
post-service confidentiality should all be addressed in updated policies and procedures. In our
review, we observed that:
i. Conflict of interest is addressed in a form generated by the bidding system, however it is
not sufficiently detailed, and should be updated to include concepts such as: recent
employment, assistance in drafting a proposal, and potential downstream conflict for
future employment.
ii. The Town does not appear to have a documented code of conduct for its suppliers.
iii. Confidential information is treated in general terms, but with no reference to post-service
restrictions.
iv. There was no documentation that covered the risks, or tell-tale signs of bid-rigging or
prevention. Concepts such as withholding the bid-takers list were not found in the
documentation provided.
Page 33 of 49
Procurement Law Office
11
v. A Code of Conduct, including concepts such as not accepting gifts from potential or
current suppliers was not found in the documentation provided.
3. OPEN COMPETITION REQUIREMENTS: Does your organization have the appropriate policies and
procedures in place to comply with its open competition obligations and avoid procurement challenges
based on inappropriate sole-sourcing, improper local preference, and biased specifications? Has your
organization established open framework agreements to consolidate its purchasing while facilitating
open competition?
Our observations and recommendations in this area are as follows:
a) Direct Awards: The development of more detailed sole-sourcing policies and procedures,
including documented business cases and appropriate approvals for non-competitive
procurements are required, and should include clearly identify legitimate categories for
expediting direct awards, while also requiring proper planning to avoid artificial urgency and
repeated contract-splitting and sole-sourcing cycles. In our review, we observed the following:
i. Our Field Study revealed frequent occurrence of solicitation processes that result in no
bids and led to short-term initial sole-source contracts that are then extended annually
without competition for multiple follow-on years.
ii. Many Field Study interviewees held an unrealistic view of the necessary timeframes
required to plan and execute open tendering procedures, without distinction between
actual tendering timelines and the time required at the front end of the drafting process
to receive specifications and to design the solicitation.
iii. The Field Study interviews revealed difficulty with tracking smaller, more frequent
purchases that fall under the $10,000 threshold. This has led to instances when the
aggregate of the purchases has then fallen above thresholds, unbeknownst to the
business unit at the time of purchase. The development of treaty compliant open
framework rosters for areas of repeat purchasing is recommended.
iv. The Town does not appear to have a sole-source approval form that reflects recognized
grounds for direct award that could enable a fast-track approval in appropriate
circumstances.
v. Many Field Study interviewees expressed frustration that the $10,000 ceiling for direct
awards is too low.
b) Solicitation Posting Periods: While the existing procurement policy is clear regarding the
requirement to openly tender contracts, it should be updated to meet current trade treaty
standards for the length of the open period.
Page 34 of 49
Procurement Law Office
12
c) Biased Specifications: There is no clear policy or procedure that establishes the requirement for
neutral specifications. The Town should establish clear rules and protocols to address this
requirement and avoid narrowing competition and shrinking its future supplier pool. Further, the
reliance on ‘or equivalent’ in specifications should be avoided, and in areas where more than one
brand could be used, a request for proposal may be more appropriate.
d) Consolidated Purchasing: The Town needs to establish policies and procedures for the creation
and administration of supplier rosters in repeat-purchase areas under long-term, open framework
agreements. In our review, we noted that:
i. There do not appear to be any protocols for identifying areas of possible aggregation in
spending.
ii. The existing policy does not provide enough detail on how to establish frameworks and
manage second-stage contract assignments with prequalified supplier rosters. Our Field
Study confirmed a lack of understanding or application of proper open framework
practices to manage supplier rosters.
iii. The desire to use group purchasing and piggy-backing provisions by the business units in
an effort to save time and money is concerning as the Town remains accountable for any
sole-sourcing spending under these arrangements, even if it does not engage in due
diligence to confirm whether those group purchasing arrangements are treaty compliant.
II. PROJECT GOVERNANCE
As discussed below, the Project Governance category addresses the next three due diligence indicators:
(4) Project Planning and Procedures; (5) Project Team Roles and Responsibilities; and (6) Clear
Requirements and Formats.
4. PROJECT PLANNING AND PROCEDURES: Does your organization’s planning and approval process
avoid approval bottlenecks and effectively integrate key decision-makers and subject matter experts
into the early stages of project planning?
Our observations and recommendations in this area are as follows:
a) We recommend that the Town mandate a clear project design-planning process that requires
project teams to confirm contract scoping, pricing structures, evaluation criteria, contract
structures, and tendering formats as the first stage of the procurement planning process. This
design-planning should be mandated to project teams as a pre-requisite to proceeding to full
solicitation drafting and, for major projects, as a prerequisite to initial spending authorization. In
support of this recommendation, our review found the following:
Page 35 of 49
Procurement Law Office
13
a. While the current procurement policy is clear that early planning is required for
procurement projects, our survey results and Field Study observations noted a lack of
understanding of the procurement planning process and inconsistencies in practice.
b. In our Field Study we noted that there was unnecessary duplication of approvals in areas
where the purchase order or approved budget was already in place, with the
Procurement Department unnecessarily inserted within that process in a regulatory
oversight role after the higher-level budget approval.
c. Our Field Study found that many business unit expectations regarding the necessary time
required to conduct a proper open tendering process and award a contract were
unrealistic. Use of open framework arrangements should be used to accelerate recurring
purchases from pre-qualified suppliers.
d. Concern was also raised in the Field Study that there have been instances of non-current
templates residing on the intranet, leading to lost time and duplication of effort
unnecessarily.
5. PROJECT TEAM ROLES AND RESPONSIBILITIES: Does your organization’s project governance process
require the clear documentation of roles and responsibilities in order to avoid role overlaps and
accountability gaps?
Our observations and recommendations in this area are as follows:
a) We recommend that the Town update its policies and procedures to more clearly identify project
team roles and responsibilities. In our review, we found the following issues reflecting an unclear
identification of project-level roles:
i. The Procurement Department appears to serve as a de facto procurement regulator
within the organization. They are required to enforce the By-law, which is seen by the
business units as overly onerous, which had led to an overall general level of frustration
across the organization with the Procurement Department.
ii. The Field Study identified areas in which the mandate of the Procurement Department
appeared to expand more out of operational necessity than advanced strategic planning
to include areas outside of the scope of procurement contracts.
iii. Many Field Study interviewees wanted procurement staff to be more integrated into their
project areas so procurement staff could develop a deeper understanding of business unit
needs and help with the end-to-end administration of the contracting process.
iv. There is no policy in place to address the proper identification and management of
external service providers.
Page 36 of 49
Procurement Law Office
14
6. CLEAR REQUIREMENTS AND FORMATS: Do your organization’s project planning protocols mandate
the preparation of clear requirements, realistic costing, and scheduling estimates, and the selection of
appropriate contracting structures and tendering formats?
a) We recommend that the Town establish a contract scoping and pricing protocol that requires
project teams to engage in proper design-planning to ensure that contract requirements align
with appropriate pricing structures and contract structures. This scoping exercise should be
completed prior to engaging in more detailed document drafting. In our review, we found:
i. Field Study interviewees described a blending of the planning and drafting stages
of the procurement process, with a lack of understanding that the failure to
establish clear scoping and pricing structures could result in downstream drafting
delays and contract administration issues.
b) We recommend that the Town mandate a proper design planning process that puts consideration
of the key elements of design planning ahead of drafting any solicitation.
c) We recommend that the Town include clear policy and procedures in regard to the use of the
following:
i. how to determine if bid security is required, and in what amount;
ii. how to determine if performance security is required, and in what amount; and
iii. whether pre-bid conferences or site visits are required.
III. FORMS AND FORMATS
As discussed below, the Forms and Formats category addresses the next three due diligence indicators:
(7) Range of Formats; (8) Template Content; and (9) Awareness of Format Use.
7. RANGE OF FORMATS: Does your organization use a broad range of tendering formats based on
domestic and international standards?
Our observations and recommendations in this area are as follows:
a) Use of Tendering Formats: The Town should deploy a full range of updated tendering formats,
including negotiated RFP formats, to better meet its more complex procurement needs. In our
review, we found:
i. The Town has no format selection procedure or protocol in place and that the Town uses
a limited number of tendering formats.
ii. All solicitation samples provided were in Contract A, with clear irrevocability provisions.
Page 37 of 49
Procurement Law Office
15
iii. The Town has provisions in their solicitations for negotiation, but as all documents are
squarely in Contract A, this is a high risk practice that should be discontinued.
iv. The Town does not appear to be using the two-staged Best-and-Final Offer (“BAFO”)
processes that are industry standard for complex procurements. Negotiated RFPs should
be integrated into the institution’s procurement format use.
v. The Request for Information sample provided, although containing proper provisions to
limit future contracting obligations, still contained Contract A language in the electronic
documentation generated by the bidding system, which can be high risk and confusing to
respondents.
8. TEMPLATE CONTENT: Do your organization’s standard template terms comply with the expanding
body of standards flowing out of treaties, statutes, directives, good governance guidelines, and case
law developments?
Our observations and recommendations in this area are as follows:
a) Gaps in Current Templates: We recommend that the tendering templates be updated with a new
suite of up-to-date formats. In our review, we observed the following non-exhaustive list of
missing elements in the current templates:
i. There is no reference to a bid dispute process.
ii. The submission form is missing many standard submission form items.
iii. The templates require a more fulsome treatment of the process flow details from the
review of mandatory submission requirements, through to the assessment of rated
criteria and pricing submissions, through to the selection of top-ranked proponents and
the negotiation of contract awards.
i. The templates contain optional process paths, such as demonstrations and
interviews that are left up to the discretion of the Town, which exposes the Town
to allegations of arbitrary and ad-hoc in-process decision making.
Page 38 of 49
Procurement Law Office
16
9. AWARENESS OF FORMAT USE
Does your organization have a clear understanding of the legal and practical implications of using
different tendering formats?
Our observations and recommendations in this area are as follows:
a) Selection of Appropriate Formats: A procedure should be established to better inform the use of
a broad range of fit-for-purpose tendering formats across the organization. In our review, we
found that:
i. There appears to be no policy or procedure in place guiding project teams in the selection
of the proper tendering format.
ii. The absence of non-Contract A RFQ and negotiated RFP formats reveals a potential lack
of understanding of the risks of using binding formats for all procurements.
iii. The existing procurement policy states that low bid evaluations should be used when
project teams have a clearly defined scope, even though it is industry standard to award
many defined-scope contracts based on scoring price and non-price factors.
iv. There was little overall awareness of the need to select the specific tendering format and
strategy based on the unique elements of each specific project.
IV. DOCUMENT DRAFTING
As discussed below, the Document Drafting category addresses the next three due diligence indicators:
(10) Drafting Process Flow; (11) Drafting Roles and Responsibilities; and (12) Document Readability.
10. DRAFTING PROCESS FLOW: Does your organization have a clearly defined document drafting
process that avoids duplication and delay and enables accelerated drafting?
Our observations and recommendations in this area are as follows:
a) The Town should establish policies and procedures that define a clear step-by-step planning and
drafting process for its solicitation documents. In our review, we found that:
i. There is no clear drafting process flow in the procurement procedure. There is no
guidance for optimizing administration of proper planning and drafting.
ii. The Town’s policies and procedures do not mandate clear protocols for managing the
editing process and maintaining version control when preparing solicitation documents.
iii. The current policy and procedures do not clearly state that the project team is responsible
for the drafting of scope, pricing, and evaluation criteria, or alternatively, is responsible
Page 39 of 49
Procurement Law Office
17
for the management of third parties to which this function has been contracted. This lack
of clear business unit responsibility resulted in many Field Study participants inaccurately
attributing delays in the drafting process to the Procurement Department when those
delays were more appropriately attributable to the business units.
iv. Our Field Study interviews confirmed that the involvement of the Procurement
Department in pre-drafting design-planning was ad-hoc and informal, if it was occurring
at all.
11. DRAFTING ROLES AND RESPONSIBILITIES: Does your organization have clearly identified roles and
responsibilities for the drafting and assembly of its solicitation documents?
Our observations and recommendations in this area are as follows:
a) General Drafting Roles: The Town needs to establish more detailed protocols for managing roles
and responsibilities during the solicitation drafting process. In our review, we found that:
i. There are no documented protocols, procedures, or guidelines in place to govern the
procurement document drafting process, assign roles and responsibilities, and assist
business units in the proper scoping and detailing of requirements.
ii. There is a need for improved collaboration in the preparation of solicitation documents
and to clearly delineate roles and responsibilities among procurement staff and the
business units.
b) Specification Drafting: The Town’s policies and procedures should be updated to more expressly
deal with the rules around neutral specifications and the related responsibility of technical subject
matter experts. In our review, we found that:
i. The Town’s policies and procedures need to identify subject matter experts as being
responsible and accountable for the incorporation of technical content, in relation to the
actual subject matter of the procurement contract or the need to prepare neutral
specifications.
ii. The Town’s policies and procedures do not adequately address the need to avoid biased
specifications and the responsibility of subject matter experts to ensure that their
specifications avoid unnecessarily restricting market competition.
Page 40 of 49
Procurement Law Office
18
12. DOCUMENT READABILITY: Does your organization ensure better readability by using plain language
in the main body of its tendering documents and properly incorporating technical content within
appendices and schedules?
Our observations and recommendations in this area are as follows:
a) Drafting Protocols: The Town should establish a plain language drafting protocol to ensure that
solicitation documents are clearly organized with the use of plain language where appropriate in
the main body of solicitation documents.
V. BIDDING RISKS
As discussed below, the Document Drafting category addresses the next three due diligence indicators:
(13) Contract Scoping; (14) Material Disclosures; and (15) Evaluation Defensibility.
13. CONTRACT SCOPING: Does your organization ensure that its solicitations are designed with clearly
drafted requirements, properly aligned pricing and scoring structures, and well-tailored legal
agreements?
a) Use of Appropriate Contract Terms: A review of the sample solicitations raises concern regarding
whether the Town’s standard contract terms are appropriately tailored to the different types of
goods and services being procured. This reflects a need for greater staff training and awareness
of the boundaries of contract standardization so that project teams set aside enough time during
the procurement cycle to allow for the necessary customization of contract terms for more
complex procurements.
14. MATERIAL DISCLOSURES: Does your organization have the appropriate material disclosure
protocols built into its drafting and tendering processes?
a) Material Disclosure Protocols: The Town needs to update its policies and procedures to address
material disclosure duties in its tendering and contracting processes. Our review found that:
i. There is no treatment of material disclosures in the existing procurement policy.
ii. There is no procedure in place for managing pre-bid conferences and site visits. Thorough
procedures and protocols are recommended to manage the inherent risks associated with
pre-bid meetings and site visits.
15. EVALUATION DEFENSIBILITY: Are your organization’s evaluations based on clear compliance
standards, transparent scoring mechanisms, and defensible award processes?
a) Evaluation Protocols: The Town should establish policies, protocols, and procedures to enhance
the defensibility of bid evaluation and contract award protocols. Our review found that, among
other things:
Page 41 of 49
Procurement Law Office
19
i. Some requirements are being front loaded as mandatory submission requirements
where, to avoid compliance issues, they are better suited as pre-conditions of award
limited only to presumptive awardees.
ii. No policy or protocols are in place that cover the logistics of group scoring.
iii. There are no detailed policies and procedures in place for the cancellation of a bidding
process, negotiation of contract awards, or managing of bid disputes.
iv. The method of evaluating pricing is not clear in the sample solicitations provided.
v. The collection of non-price information in low-bid, Contract A formats is confusing, and
potentially risky as there is no transparent mechanism for factoring in the non-price
information into the selection of the low-bidder.
vi. The blanket use of reference checks that are not transparently integrated into the
procurement process and accompanied by clear scoring criteria is not recommended
since this practice creates bid protest risk, particularly when included in in Contract-A
formats that are subject to lost profit claims by losing bidders.
VI. CONTRACT ADMINISTRATION
As discussed below, the Contract Administration category addresses the next three due diligence
indicators: (16) Contract Administration; (17) Scope Management; and (18) Performance Tracking and
Debarment.
16. CONTRACT ADMINISTRATION: Does your organization have a proactive and clearly defined
accountability structure for the contract administration stage of the procurement process?
a) Contract Administration Protocols: The Town should establish policies, protocols, and
procedures to enhance the administration of its contracts. Our review found that:
i. No documentation was provided indicating that there is a procedure for managing
contract disputes.
ii. Our Field Study found a lack of clarity around responsibility and accountability for
different aspects of contract management.
iii. There is no established process for assessing whether scope changes are sufficiently
connected to the original scope of work or constitute unauthorized non-competitive
procurements.
Page 42 of 49
Procurement Law Office
20
iv. While contract extensions and scope increases are authorized under the By-law, the Field
Study revealed that in practice the related approval processes tend to be time consuming
and overly onerous.
v. Although the existing procurement policy speaks to measuring and recording supplier
performance, the Town does not appear to have a contractor performance tracking
mechanism to document supplier performance, nor does it have sufficiently robust
debarment procedures in place to transparently deal with poorly performing contractors.
17. SCOPE MANAGEMENT: Does your organization have proper scope-management practices to protect
against improper scope increases?
a) Scope Management Protocols: The Town should establish policies, protocols, and procedures for
properly managing contracts and protecting against inappropriate scope-changes. Our review
found that:
i. While the Town’s policies and procedures contain clear internal approvals and
requirements for amending the terms of a contract, concerns have been raised in regard
to whether they are being tracked properly, while at the same time the Field Study
revealed frustration that the Procurement Department was policing this process too
heavily.
ii. The policy and procedures speak to the risk of amending contract terms beyond 10% of
the original expenditure; however, there do not seem to be mechanisms for measuring
requested changes against the original scope.
18. PERFORMANCE TRACKING AND DEBARMENT: Does your organization have the performance
tracking measures in place to deal with problematic contractors and properly bar them from future
work?
a) Performance and Debarment Protocols: The Town should establish policies, protocols, and
procedures for properly tracking contractor performance and executing debarments of poorly
performing contractors. Our review found that:
i. There is no formalized procedure instructing staff on how to evaluate and monitor
contractor performance.
ii. There was no supplier code of conduct provided for review, nor does a search of the
website reveal one that is available to suppliers to review.
iii. The process and procedures for debarment of suppliers is not sufficiently robust. For
instance, there is no documented process requiring that notice be provided to a supplier,
along with an opportunity to respond, prior to any formal debarment decisions.
Page 43 of 49
Procurement Law Office
21
VII. TRAINING
As discussed below, the Training category addresses the next three due diligence indicators: (19) Hiring
Standards; (20) Procurement Training; and (21) Advanced Negotiation Training.
19. HIRING STANDARDS: Are your procurement hiring and retention practices properly targeted to the
knowledge, skills, and experience required to meet current procurement due diligence standards?
a) Hiring and Training Standards: We recommend that the Town develop its job descriptions based
on levels of experience in the seven skill sets identified below and that these skill sets inform
future hiring of new staff and training of existing staff:
i. Institutional Governance: Knowledge and experience in public sector institutional
governance standards, including procurement accountability controls, integrity
protocols, and treaty compliance practices.
ii. Project Governance: Knowledge and experience in project management principles,
including managing internal approvals, defining roles and responsibilities, and developing
and executing clear project plans.
iii. Forms and Formats: Knowledge and experience in a broad range of tendering formats,
including the Request for Quotation, Invitation to Tender, Prequalification Frameworks,
and negotiated Request for Proposals.
iv. Document Drafting: Knowledge and experience in defining drafting roles, managing
workflow, and creating readable documents within a multi-member project team.
v. Bidding Risks Management: Knowledge and experience in creating clear contract scoping
and pricing formats, managing material disclosures, and developing clear evaluation
criteria and process rules.
vi. Contract Administration: Knowledge and experience in defining post-award contract
administration roles, integrating scope management practices, and implementing
contractor performance tracking systems.
vii. Leadership and Innovation: Knowledge and experience in promoting compliance across
the organization, tracking industry trends, and championing the adoption of advanced
practices, procedures, and technologies.
b) Benchmark Scoring: We recommend that the Town implement the following public procurement
knowledge and experience scoring matrix developed by our office, which is based on the following
five benchmarks scored out of a 100-point scale:
Page 44 of 49
Procurement Law Office
22
i. Years of Experience: Individuals should be credited with two points per year of public
sector experience up to a maximum of 20 points. Individuals with only private sector
procurement experience should be credited with only one point per year up to a
maximum of ten points, since the lack of public sector experience means that there will
be significant additional development required for that individual to function in the public
procurement context.
ii. Core Competence: Core competence should be scored out of 40 points divided equally
between tendering knowledge and contracting skills:
§ Tendering Experience: The 20 Core Competence points for tendering
experience should go to a proven background using different tendering formats.
Three points should be allocated to basic experience in using simple tendering
processes, such as Request for Quotation formats; three points should go to
experience in using Request for Supplier Prequalification processes and
establishing Framework Agreements; and another four points should go to
experience using construction tendering and fixed-bid “Contract A” process
contract formats. The remaining ten points should be allocated to experience in
using negotiated RFP formats, with at least five of those ten points going to
experience using advanced multi-staged negotiated RFP formats.
§ Contracting Experience: The other 20 Core Competence points should go to
assessing the scope and depth of experience in different types of contracts.
While the range of required contracting experience may vary depending on the
needs of the specific organization, most large institutions typically require
experience with general contracting, construction contracting, and technology
contracting. When scoring for contracting experience, only five points should go
to experience with basic goods and services, including general consulting
services, and basic construction, using standardized design-bid-build stipulated-
sum contracts. The remaining 15 points should typically be divided equally
between: (i) advanced construction projects, including construction
management, design-build, and integrated project delivery formats; (ii) complex
technology projects calling on industry-specific knowledge of business process
mapping, business continuity, confidentiality and privacy, intellectual property
rights, and limitation of liability issues; and (iii) other specialized areas, ranging
from specialized commodities to revenue-generating concession arrangements
to emergency response contracts to architectural, banking, insurance, benefits,
and advertising contracts.
iii. Advanced Factors: Strong skills in writing, presenting, and negotiating are the most
probative factors for separating advanced performers from the rank-and-file of the
procurement industry. The final 40 remaining points should be allocated to these factors,
Page 45 of 49
Procurement Law Office
23
with the first 20 points scoring an individual’s portfolio and track record of publications
and presentations, and the final 20 points scoring the individual’s negotiating experience.
The 20 points for writing and presentations should reflect demonstrated thought
leadership in the industry. For scoring the 20 negotiation experience points, up to ten
points should be allocated to experience as an active member of the negotiation team in
a complex project within the last five years. The final ten points should be allocated to
experience in leading a negotiation team in those same situations over the last five years.
20. PROCUREMENT TRAINING: Are your core procurement and legal staff receiving the up-to-date
training necessary to ensure that your institution is keeping pace with industry developments and
meeting its due diligence duties?
a) Procurement Training Program: The Town should establish a procurement training program for
all staff that are involved in the procurement process. Our review found that:
i. The Town is lacking a procurement training program.
ii. The Field Study raised concerns over the consistency of procurement orientation sessions
for new employees. Our Field Study interviews noted an inconsistent approach by
supervisors to ensuring that new employees read and understand applicable
procurement rules and procedures.
iii. Feedback obtained through the Field Study suggests that the Town’s public procurement
obligations are not well understood by the broader organization and there is a lack of
understanding across the organization about the appropriate division of roles and
responsibilities between the Procurement Department and the business units.
21. ADVANCED NEGOTIATION TRAINING: Do your core procurement staff have the advanced
negotiation training required to properly manage more complex procurement projects?
a) Negotiations Training Program: The Town should establish a negotiations training program for
key procurement staff in the Legal and Procurement Departments, along with staff in key business
unit areas, in support of the successful execution of complex procurements projects. Our review
found that:
i. Negotiated RFP formats are not being used. The broader use of flexible formats would be
more appropriate for more complex procurements.
ii. There is a lack of protocols or guidance provided regarding the appropriate procedures
for using negotiation in a public sector procurement context.
Page 46 of 49
Procurement Law Office
24
VIII. INNOVATION
As discussed below, the Innovation category addresses the last three due diligence indicators: (22)
Broader Organizational Awareness; (23) Business Process Improvement; and (24) Effective Use of
Technology.
22. BROADER ORGANIZATIONAL AWARENESS: Is your organization proactively promoting a broader
organizational awareness of proper procurement practices?
a) Organizational Awareness Initiative: The Town should establish an initiative to better ensure
broader organizational awareness of the procurement function and its importance to overall
strategic objectives of the organization. Our review found that:
i. There is significant room for improvement in terms of increasing the Procurement
Department's traction within the Town and the business units’ overall commitment to
understanding and complying with legal obligations and best practices in public procurement.
ii. Field Study interviewees and survey respondents indicated that procurement rules and
processes are not clearly communicated, and the Procurement Department is not using
effective tools to communicate with the broader organization.
iii. There are no apparent communication plans or protocols in place to effectively disseminate
information regarding procurement rules and procedures across the broader organization.
The Field Study revealed that updates to the current versions of templates and forms are not
shared, which leads to an unnecessary duplication of effort and process delays.
iv. The head of procurement holds a manager’s position, which is an insufficiently senior position
within the hierarchy of the organization. This limits the ability to ensure a broader
organizational traction and awareness of the procurement process and procurement rules.
23. BUSINESS PROCESS IMPROVEMENT: Is your organization implementing procurement-centric
business process improvement that embeds strategic design-planning and project management
disciplines into the planning and execution of its procurements?
a) Business Process Improvement Initiative: The Town should establish an initiative to integrate
procurement-centric business process improvement across the organization. Our review found
that:
i. The Town should implement a clear design-planning process for high value procurements
that aligns with the annual budgetary process to better ensure advanced planning and
appropriate resourcing for major projects.
Page 47 of 49
Procurement Law Office
25
ii. The Town would benefit from clearly documented project management practices and
procedures to reduce the time required to run a bidding process and award a resulting
contract.
24. EFFECTIVE USE OF TECHNOLOGY: Is your organization keeping up with industry practices and
leveraging procurement-centric technological innovations that can enhance and accelerate its
tendering cycles?
a) Leveraging Procurement-Centric Technologies: The Town should implement procurement-
centric business process improvement through the implementation of procurement-centric
technologies, including solicitation drafting and design software, electronic evaluation platforms,
and, where appropriate, electronic reverse auction platforms. Our review found that:
i. Other than fulfilling its obligation to electronically post open competitive procurement
opportunities on Biddingo.com, the Town does not appear to be leveraging procurement-
centric technology to facilitate its procurement processes.
ii. The Procurement Department’s external website site has minimal information and
includes no link to the policy or procedures. The page also does not contain information
about current or past opportunities.
iii. Field Study participants mentioned that procurement review and approval processes
remain primarily paper-based and difficult to follow.
iv. There is no automated drafting tool in place to aid in the drafting process.
v. There does not appear to be an electronic evaluation tool being used by the Town,
although electronic submissions are accepted through Bids and Tenders.
vi. It is unclear whether the Town is accepting Bid Bonds through proper electronic means.
vii. Electronic auctions are not in use at the Town. While the current level of expenditures
may not justify the immediate deployment of this technology, substantial savings could
be achieved as operations expand if contractors were mandated to use electronic reverse
auctions within their own supply chains and if the Town used electronic reverse auctions
as the second-stage of its own future framework agreements.
Page 48 of 49
Procurement Law Office
26
E. Next Steps
During our briefing session scheduled for Wednesday May 12, 2021, we will present the Snapshot Review
and discuss the findings and recommendations set out in this report.
Please let us know if you have any immediate questions or concerns.
Paul Emanuelli
General Counsel and Managing Director
Procurement Law Office
Page 49 of 49