CITATION: Envoy Relocation Services Inc. v. Canada (Attorney General), 2013 ONSC 2034 COURT FILE NO.: 07-CV-37522 DATE: 2013/04/06

ONTARIO

SUPERIOR COURT OF JUSTICE

ONSC 2034 (*)

BETWEEN:

ENVOY RELOCATION SERVICES INC. and NATIONAL RELOCATION SERVICES (RELONAT) INC. (as contractual joint venture called Envoy Relocation Services)

Plaintiffs

– and –

THE ATTORNEY GENERAL OF CANADA

Defendant

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

)

Ronald D. Lunau, Phuong T.V. Ngo, Stephanie Pearce, Alanna Lawson and Jennifer Katsuno for the Plaintiffs

Derek Rasmussen, Gregory S. Tzemenakis and Elizabeth Kikuchi, for the Defendant

HEARD: September 21, 22, 26-29, October 3-6, 11-13, 17-19, 24, 26, 31, November 1, 7-10, 14-17, 21-24, 28-30 and December 1, 5-8, 2011, March 5-8, 12-15, 20-23, 26-27, April 26, May 1-4, 14-17, June 4-5, 7, 18-21, 26-28, July 3-5, 9-10, 12, September 26, November 26-28 and December 5-7, 2012

2013

ANNIS J.

REASONS FOR DECISION

Page: 2

 

 

INDEX

 

 

 

 

 

TITLE

PARA.

 

 

NO.

(*)

Chapter 1 – Introduction

1

 

PROPERTY MANAGEMENT SERVICES

1

2034

CANCELLING THE 2002 PROCESS AND RE-TENDERING

15

CONFLICT OF INTEREST OF CROWN

18

ONSC

MODIFYING THE SELECTION FORMULA

22

 

LEGAL ANALYSIS AND LIABILITY

25

2013

DAMAGES – EVIDENCE

28

AWARD OF DAMAGES

35

 

 

 

 

Chapter 2 – 2002 RFP Process and Contract Administration

40

 

Methodology of Factual Presentation

40

 

 

 

 

Description of the Plaintiffs

47

 

 

 

 

History and Evolution of Integrated Relocation Program

63

 

Canadian Forces Relocation Program (1992 – 1999)

65

 

Guaranteed Home Sale Plan (1996 – 1999)

73

 

IRP Pilot Program (1999 – 2003)

78

 

 

 

 

The 2002 RFP Process

90

 

March 4, 2002 – Meeting Between Bruce Atyeo, Ram Singh and

91

 

Richard Gagné

 

 

Interdepartmental Working Group and Drafting of the RFP

97

 

May 10, 2002 - Letter of Interest Published; May 22, 2002 – Closing Date

103

 

 

 

 

May 16, 2002 – Plaintiffs Request for Information Relating to the Financial

116

 

Evaluation Formulas

 

 

Evaluation Criteria - Confusion over Multipliers and the Minimum

117

 

Technical Pass Mark

 

 

The Problem with the Exceeds Category

117

 

 

 

 

Major Keleher Wrongly Criticized Over Exceeds Category

127

 

Ms. Douglas is Requested to Resolve Concerns over Major Keleher’s

134

 

Scoring Matrix

 

 

Major Keleher’s Credibility

143

 

Ms. Douglas’s Credibility

148

 

August 14, 2002 - 2002 RFP Issued - Closing Date September 30, 2002

159

 

Only 45 Days for Bid Preparation

159

 

September 13, 2002 - Envoy Asks About the Formula for Property

162

 

 

 

 

Page: 3

 

 

 

 

 

 

 

 

Management Fees

 

 

 

 

Request to Extend Closing for Four Further Days

164

 

 

Failure to hold a Bidders Conference

169

 

 

Envoy’s Review and Preparation of Submissions for 2002 RFP

178

 

 

October 2 to October 8, 2002 - Evaluation of 2002 Bids

180

(*)

 

Only One Compliant

Bidder

190

 

 

 

Financial Evaluation

of the Bids

192

 

 

December 18, 2002 - 2002 Contract Award to RLRS

201

2034

 

January 13, 2003 - 2002 RFP Debrief

206

 

 

January 2003 - RLRS Submits Commitment Forms Containing 9 percent

211

ONSC

 

Ceiling Rate for PMS

 

 

 

 

 

 

 

 

 

February 13, 2003 IWG Meeting

213

2013

 

March 17, 2003 - CITT Complaints and Conflict of Interest Investigation

216

 

 

 

April 3, 2003 - Conflict of Interest Investigation - Michael Genest

222

 

 

Investigator

 

 

 

 

 

Mr. Genest’s Report Amended by Superiors

229

 

 

August 29, 2003 - Decision to Retender

232

 

 

Criticisms of Department for Contemplating Discipline against Mr. Genest

244

 

 

Conclusion on Issues Not Directly Related to PMS

248

 

 

 

 

Chapter 3 - PMS Volumes and the 0 percent Ceiling Rate

255

 

 

 

 

CONTRACT PROVISIONS GOVERNING PROPERTY MANAGEMENT SERVICES

255

 

(“PMS”)

 

 

 

 

 

 

 

 

 

 

 

 

Property Management Services

 

256

 

Third Party Suppliers

 

 

258

 

Commitment Letters and the Directory of Third Party Suppliers

268

 

Directory and non-Directory Third

Party Suppliers

271

 

Payment from Personalized Funding Envelopes

277

 

The Basis of Payment (“BOP”) for PMS

281

 

Savings

Generated by Competitive

Tendering Process

283

 

Pricing

Property Management

Services

286

 

RLRS’s Property Management

Services Premium

299

 

Charging Transferees for PMS

 

 

303

 

 

 

 

 

Application of RLRS’ Premium

 

304

 

 

 

 

 

 

 

 

 

 

TENDERING AND EVALUATION OF PROPERTY MANAGEMENT SERVICES IN

312

 

THE 2002 PROCESS

 

 

 

 

 

 

 

Disparity Between the Estimated and Actual Volumes

314

 

 

 

 

Page: 4

 

 

 

 

 

 

 

Mr. Singh was Aware that PMS Volumes Were Grossly Inflated

 

317

 

Mr. Pyett Breaks Standard PWGSC Protocol Answering a Question from

335

 

Envoy

 

 

 

 

 

 

 

 

Mr. Pyett Recognized the Tender was Unfair Because RLRS Had Used Actual PMS

352

 

Volumes

 

 

 

 

 

(*)

Rule Against

Comparing Bids

 

360

Mr. Pyett Conceals RLRS’ Zero Bid

 

367

 

 

Mr. Pyett’s Failure

to Advise his Supervisor of these Events

 

369

2034

Mr. Pyett’s Failure to Advise Ms. Douglas of these Events

 

375

 

 

 

Mr. Pyett Relied upon Ms. Douglas as his Mentor in Conducting the RFP

382

ONSC

Lt. Col Taillefer and Major Keleher were not Advised RLRS had Bid Zero

387

 

for PMS

 

 

 

 

2013

The Zero Bid Contained

in Contract Documents

 

394

 

 

 

 

 

 

 

CHARGING

FOR

PROPERTY MANAGEMENT SERVICES AND

THE

401

 

CONCEALMENT THEREOF

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Introduction

 

 

 

 

401

 

RLRS’ Motivation to Charge Transferees for PMS

 

406

 

Firstly, Concealing RLSS’ Zero Percent Tender on PMS

 

407

 

Secondly, Avoiding a Significant Increase in the Use of PMS

 

414

 

Crown Employees’ Motivation to Permit RLRS to Charge Transferees

 

424

 

Mr. Singh’s Credibility

on RLRS Charging Transferees

 

434

 

RLRS’ Relocation Packages and Commitment Agreements

 

434

 

Order to Produce commitment Forms & Relocation Packages

 

439

 

New Productions from the Defendant

 

444

 

Mr. Singh is Recalled and Acknowledges Being Aware of RLRS’ Charging

450

 

Transferees

 

 

 

 

 

 

 

 

 

Mr. Singh’s Responses to the OAG

 

453

 

Mr. Singh’s Reluctance to Cooperate with the OAG

 

461

 

Mr. Singh’s Responses to Undertakings

 

466

 

Question #1: Did Mr. Pyett Advise Mr. Singh “Crown Pays Zero Because no Charge to

470

 

 

the Crown”?

 

 

 

 

Question #2: May the Court rely upon Mr. Singh’s Notes as to What was Discussed

at

477

 

 

the Meeting of February 13, 2003?

 

 

 

 

 

 

 

Question #3: Does “No Charge to the Crown” have any Degree of Plausibility?

 

494

 

The Concocted Rationale: No Charge to the Crown

 

494

 

 

No Cost Savings to the Crown

 

499

 

 

All Bidders Would Logically Bid Zero Percent

 

512

 

 

RLRS obtains a plus $40 million premium “free of charge”

 

519

 

 

Extra Cost to the Crown

 

523

 

Did Mr. Singh Turn a Blind

Eye?

 

535

 

Did Mr. Pyett Turn a Blind

Eye?

 

546

 

Is Mr. Lockington Credible that he did not know RLRS Charged the Transferees?

 

554

 

Page: 5

 

 

 

 

Chapter 4 – 2004 Factual Background

567

 

 

 

 

 

INTRODUCTION

 

567

 

 

 

 

(*)

EVENTS BETWEEN AUGUST 2003 AND APRIL 20, 2004 WHEN THE 2004

575

 

RFP WAS POSTED ON MERX

 

 

2034

 

 

 

August 21, 2003 – First concerns about RLRS Litigation

575

ONSC

August 29, 2003, RLRS Seeking Reasons for Re-tender

579

 

Change of Contracting Authority to Richard Goodfellow

585

2013

Interdepartmental Working Group and Mr. Singh’s Partiality Towards RLRS

590

 

Composition and Mandate

 

590

 

The Reasonable Appearance of Bias of Mr. Singh

594

 

The Appearance of Bias of the Committee

 

611

 

Failure to Brief Mr. Goodfellow: RLRS’ Zero Bid for PMS and Charging Transferees

614

 

Mr. Goodfellow’s Dependency on Others Regarding Technical Matters

614

 

Failure to Advise of 2002 PMS Circumstances

616

 

Mr. Goodfellow Concluding that the Significant Difference in the PMS Bids

627

 

of RLRS and Envoy was Irrelevant

 

 

 

Kick-Off Meeting October 15, 2003

 

633

 

Method of Selection

 

633

 

Mr. Goodfellow’s Knowledge of Mr. Singh and Lt. Col. Taillefer’s Conflict

635

 

of Interest concerns

 

 

 

RLRS Advises of Legal Implications Arising from PWGSC’s Decision to Re-Tender

648

 

November 3, 2003 Letter – “Manifest Unfairness” in Disclosing RLRS

648

 

Pricing

 

 

 

November 10, 2003, Participating in Re-Tender to Mitigate Damages

651

 

 

 

 

November 26, 2003, PWGSC Internal Email Chain – Requirement to Mitigate Potential

663

 

High Litigation Risks

 

 

 

The Email Chain

 

663

 

Failure to Document How the Selection Formula Came to be Modified

674

 

Mr. Goodfellow’s Testimony Contradicted

 

686

 

December 2, 2003, Mr. Atyeo Writes Mr. Goodfellow

Providing Suggestions to

700

 

Improve the RFP

 

 

 

 

 

 

 

Mr. Goodfellow Describes Scenarios with Weighting

of Technical Merit and Total Price

701

 

Consideration of the 2002 RFP Proposal to Exclude Joint Ventures

704

 

2004 Letter of Interest

 

710

 

5,000 Files Threshold

 

716

 

Previous Similar Clause Rejected by Ms. Douglas

717

 

Similar Proposal in 2004 LOI

 

718

 

Mr. Singh’s Explanation

 

719

 

75/25 Weighting

 

724

 

Page: 6

 

 

 

 

 

December 29, 2003 Goodfellow memo to Billings

729

 

December 29, 2004, Mr. Atyeo Provides his Initial Comments on the LOI

732

 

December 31, 2003, PWGSC Response to Simon Dean’s Letter

736

 

January 15-16, 2004 – Prospective Bidders Provide Comments on LOI

742

 

Envoy

742

(*)

RLRS

744

 

Other Bidders

751

 

January 12-23, 2004 – Mr. Goodfellow’s Proposal for the Involvement of a Fairness

754

2034

Monitor is Rejected

 

 

 

February 2004 – Memorandum to the Minister of PWGSC Informing him of Threat of

783

ONSC

Litigation

 

 

 

February 27, 2004 Notice of Action and March 26, 2004 Statement of Claim RLRS

787

2013

Commences Legal Action

 

 

 

 

 

 

EVENTS AFTER POSTING THE RFP AND TERMINATING ON JUNE 14, 2004

791

 

WITH THE CLOSING OF TENDERS

 

 

 

 

 

 

 

 

The 2004 RFP

791

 

Amendments Concerning Property Management Services

795

 

May 13, 2004, Amendment #1: Q.1.12.a, Third Party Suppliers

795

 

Amendment #1, Q.1.32: Request for Actual PMS volumes

807

 

An Implied Direction to Tender Using the Estimated Volumes

808

 

Did the Crown have the Actual Volumes Available?

813

 

Could, and Should, the Crown have Obtained Actual PMS Volumes from

823

 

RLRS?

 

 

May 28, 2004, Amendment #5: Q.5.3 The Crown Further Directs the

834

 

Bidders to Use Inaccurate PMS Volumes

 

 

 

 

 

Amendments Concerning the 75/25 Weighting Formula

841

 

May 13, 2004, Amendment #1, Question 1.173

842

 

May 20, 2004, Amendment #2, Question 2.17

843

 

May 20, 2004, Amendment #2, Question 1.165

844

 

 

 

 

EVALUATION OF THE ENVOYS TENDER TO CONTRACT AWARD ON

862

 

NOVEMBER 2, 2004

 

 

 

 

 

 

 

 

Technical Evaluation

866

 

The Evaluation Committee

866

 

Envoy’s Loss of Points on the Technical Evaluation

874

 

Evaluator’s Scoring of Staffing

876

 

CF Proposal

893

 

Loss of 24 points: “inconsistent info on location and appointment of

894

 

senior managers”

 

 

 

 

 

The Decision of the Evaluation Committee

895

 

Page: 7

 

 

 

 

 

 

Plaintiffs Could Have Lost Points in Other Areas

918

 

Loss of 24 points: “international region does not reflect increment staff

930

 

for APS”

 

 

 

 

 

 

Reference to Infrastructure Issues in the Staffing Section

930

 

RLRS Inflating its Staffing Numbers

 

946

(*)

GOC Proposal – “Not Enough Evidence of Sufficient Staff”

955

RCMP Proposal Pacific Region Manager not Located in Region

962

 

Envoy’s Training Program

 

983

2034

The Evaluation of Envoy’s Initial Staff Training Proposal

990

 

Analysis

 

1002

ONSC

Ms. Bartell

 

1004

 

 

Lt. Col. Gagnon and MWO Danford

 

1009

2013

Conclusion on Technical Evaluation

 

1017

 

 

The Financial Evaluation

 

1020

 

Mr. Goodfellow Finds No Significance that Only RLRS Bid Zero Percent

1020

 

for PMS and Finds that the $ 48 Million Differential Would Provide

 

 

Excellent Value to the Crown

 

 

 

Mr. Goodfellow is Aware that RLRS has Stated in its Technical Bid that it

1029

 

Would be Charging for PMS

 

 

 

September 28, 2004, Mr. Goodfellow Requests and Receives the 2002 PMS

1030

 

Commitment Forms from Mr. Singh

 

 

 

November 2, 2004 – Both Contracts are Awarded to RLRS

 

1041

 

 

 

 

 

POST-TENDER AWARD EVENTS

 

1045

 

 

 

 

November 30, 2004, Mr. Goodfellow Reveals that High Start-up Costs “Mostly”

1045

 

Explain the Increased Emphasis on Technical Merit

 

 

 

 

 

 

 

Timing and Consistency of Explanations

 

1049

 

The Evidence on High Start-up Costs

 

1054

 

January 20, 2004, Mr. Goodfellow Receives the Commitment

Forms for PMS Indicating

1074

 

that Transferees would be Charged for Property Management

Services Based on a

 

 

Ceiling Price of 9 Percent

 

 

 

 

 

 

Mr. Goodfellow’s Lack of Credibility Concerning the 2004 Commitment

1074

 

Forms

 

 

 

Mr. Goodfellow Abetting RLRS’ Breach of the 2004 Contract

1087

 

Who Else was Aware RLRS Was Charging Transferees?

1092

 

February 4, 2005, Mr. Goodfellow Advises that Envoy’s Challenges are Untimely

1097

 

November 2006 - Office of the Auditor General’s Audit of the 2004 RFP Process

1103

 

 

 

 

 

Mr. Singh’s Resistance to Audit

 

1109

 

PWGSC Provides its Full Rationale for the 75/25 Weighting Formula

1110

 

The Primary Objective of the Integrated Relocation Program

1112

 

Disclosure of RLRS’ Pricing to Justify Elevating Technical Merit

1114

 

Was RLRS’ Pricing Disclosed?

 

1132

 

The Evidence in Support

 

1132

 

 

Page: 8

 

 

 

 

 

RLRS’ Misrepresentations that its Prices Were Known

1136

 

The 2002 Award Letter Published One Global Amount for all Three

1142

 

Contracts

 

 

 

 

 

 

Other Factors Tending to Disguise RLRS Pricing

1146

 

Conclusion

 

1149

(*)

Fear of Lowballing

on Price Versus the Incumbent’s Inherent Advantage on

1152

Quality Requirements

 

 

 

Lowballing on Price

1153

2034

The Incumbent’s Inherent Advantage on Technical Merit

1160

 

The Selection Formula was Intentionally Biased in Favour of RLRS

1165

ONSC

RLRS Litigation Subsidizing its Prices

1169

 

Mitigation of RLRS Litigation Risks

1176

2013

Refusing to Acknowledge its Conflict of Interest

1176

 

Mitigation of Litigation Risks was a Motivating Factor

1182

 

Conclusion on Amending the Selection Formula

1193

 

 

 

 

Chapter 5 – The Law Applied to the Liability Facts

1195

 

 

 

 

INTRODUCTION – OUTCOMES

1195

 

 

 

 

CONTRACT AND TORT PRINCIPLES APPLICABLE TO THE PROCUREMENT

1214

 

PROCESS

 

 

 

 

 

 

 

 

 

 

 

Tort Claims

 

1214

 

Deceit

 

1215

 

Intentional Interference with Economic Relations

1222

 

Procurement Contracts

 

1227

 

Introduction

 

1227

 

Express Terms of the 2004 Contract A

1234

 

The acceptance of a bid by RLRS despite a clear cause stating that

1235

 

proposals from Bidders who were in a conflict of interest would not be

 

 

considered

 

 

 

The acceptance of a non-compliant bid, where a 0% ceiling rate did not

1243

 

comply with the requirement specifically stated in the RFP

 

 

 

 

 

Failure to follow its own published evaluation process, which was also

1244

 

set out in the RFP

 

 

Implied Terms of the 2004 Contract A

1245

 

Noncompliance of RLRS’ Bid

1248

 

Noncompliance by the Failure of RLRS to Tender Commitment

1248

 

Price for PMS of its Third Party Suppliers

 

 

 

 

 

Noncompliance by RLRS’ Charging Transferees for PMS

1272

 

Implied Intention

1273

 

 

 

 

 

Contractual Collusion

1280

 

 

Page: 9

 

 

 

 

 

The Crown’s Contractual Breaches of the Implied Duty of Fair and Equal

1290

 

Treatment

 

 

 

Property Management Services

1298

 

Fairness Claim #1: RLRS had information that actual historical

1300

 

PMS volumes could be used to tender PMS provisions despite the

 

(*)

formula being stated in terms of estimated volumes, which was

 

not known by Envoy which understood from directions of the

 

 

 

defendant in answers to questions that the actual volumes were

 

2034

not relevant to tendering PMS

 

 

 

Fairness Claim #2: RLRS’ Access to Actual PMS Volumes

1306

ONSC

Provided It an Unfair Advantage

 

Fairness Claim #3: The Crown Breached its Duty of Fair and

1314

Equal Treatment by Including Hidden Preferences in the RFP

 

2013

 

 

concerning PMS that Provided an Unequal and Unfair

 

 

Advantage to RLRS

 

 

 

The Defence: The Implied Duty of the Crown to Treat Bidders Fairly and

1335

 

Equally is Confined to the Evaluation of Tenders?

 

 

Hub Excavating

 

1342

 

Distinguishing Hub

 

1352

 

Martel Building Ltd

 

1357

 

Double N

 

1369

 

Modification of the Selection Formula

1382

 

Evaluation of Envoy’s Technical Proposal

1387

 

Standard of Review

 

1387

 

Concerns over Mr. Goodfellow’s Presence as Chairperson of the

1398

 

Evaluation Committee

 

 

 

 

 

 

Analysis Based on Justification, Transparency and Intelligibility within

1407

 

the Decision-Making Process

 

 

JURISDICTION

 

1416

 

 

 

 

 

RES JUDICATA

 

1430

 

 

 

 

 

Res Judicata of the Defendant’s Argument

of Res Judicata

1430

 

Exercise of Discretion and the Preliminary

Disposition of Envoy’s CITT Complaint

1435

 

 

 

 

 

CONCLUSIONS ON LIABILITY

 

1443

 

 

 

 

 

Chapter 6 – Damages

 

1452

 

 

 

 

 

INTRODUCTION

 

1452

 

 

 

 

THE MAJOR ITEMS OF CONTENTION IN THE CALCULATION OF ENVOYS LOSS OF

1463

 

PROFITS

 

 

 

Page: 10

 

 

 

 

 

PRC AND ARC SALARIES

1468

 

 

 

 

 

Plaintiffs’

Evidence How it Determined its Field Staff Numbers

1468

 

(i)

The Services to be Delivered and the Plaintiff’s Staffing Model

1470

(*)

 

(a) Description

of Work

 

 

 

 

 

(b) Description

and Role of Management Positions

 

 

 

(c) Description and Role of PRCs and ARCs

 

2034

 

(i)

Bid Preparation Team Members

 

 

 

(ii)

Process Mapping and Workload Analysis

 

ONSC

 

 

(1) The “Pivot Table”

 

 

 

 

(2) Two Files Per Day

 

2013

Plaintiffs’

Expert Evidence

 

 

 

 

 

Reports of the Investigative Forensic Accountants

 

 

Navigant’s Calculation of Envoy’s Loss of Profits

1488

 

Defendant’s Evidence

 

1500

 

RLRS Witness Cynthia Comeau

1500

 

Critique of Comeau Evidence

1507

 

 

Failure to Account for Different Touch-times in CF and GOC/RCMP

1508

 

 

Work

 

 

 

 

Reliance on RLRS File Times When CBO Abandoned them for Being

1509

 

 

Simplistic

 

 

 

 

Different Workplace Organizations and Employee Responsibilities

1514

 

 

No Comparable Information Provided on RLRS Costing Although

1521

 

 

Available

 

 

 

 

 

 

 

 

Tasks Performed by RLRS Not Required in the CF RFP

1525

 

 

Critique of CBO Opinion of Envoy’s Staff

1533

 

 

Failure to Investigate and Validate

1537

 

 

Inconsistent Treatment of Envoy’s Costs and Revenues

1540

 

 

Adjustments of Staff Numbers without Explanation or Contrary to

1542

 

 

Explanations

 

 

 

Selective and Self-interested File Counting

1547

 

 

Ignoring RLRS Explanation to Change Management and Support

1554

 

 

Staff

 

 

 

 

No Foundation for Expert’s Opinions

1559

 

 

RLRS Had an Excess of Profits to Expend on Contract Performance

1565

 

 

Rejection of CBO’s Adjustment of RLRS Actual Staffing Numbers

1575

 

 

RLRS’ Actual Staffing Numbers in 2005 and 2006

1580

 

GOC/RCMP Staffing of PRC/ARC Positions

1588

 

 

 

 

TRANSITION PROVISIONS AND ENVOYS REVENUES

1594

 

 

 

 

 

Introduction

 

1594

 

Defendant’s Position

 

1596

 

Page: 11

 

 

 

 

 

Plaintiffs’ Position

1605

 

 

 

 

MISDIRECTIONS IN RESPONDING TO BIDDERS’ QUESTIONS ON THE BIASED TRANSFER

1618

 

FEE PROVISIONS

 

 

 

 

(*)

 

 

Patent Unfairness

1618

2002 RFP Transition Provisions

1629

 

No Rational Explanation for 2004 Provision

1632

2034

 

 

2004 RFP Provisions

1639

 

Amendments by Answers to Bidders’ Questions

1642

ONSC

Conclusion - Paragraph 7.8.1.5 Rendered Unintelligible

 

 

 

 

2013

EVIDENTIARY FOUNDATION FOR DEFENDANTS FILE NUMBERS

1686

 

 

 

 

Outbound File Count

1692

 

Evidence of Sgt. Joseph Gagnon

1692

 

Plaintiff’s Complaint Regarding Improper Inflation of the Outbound File

1695

 

Count

 

 

Conclusion – No Foundation for RLRS Transferred Out File Count

1698

 

Inbound File Count

1706

 

Impact of Not Being Able to Determine Number of Incoming Files

1712

 

 

 

 

Conclusion

1717

 

 

 

 

LOSS OF PROFITS FOR THE OPTION YEARS

1718

 

 

 

 

PUNITIVE DAMAGES

1745

 

 

 

 

OTHER DAMAGES ISSUES

1765

 

Plaintiffs’ Loss of Opportunity to Profit

1766

 

Management and Support and Staff

1772

 

Other Expense Items

1777

 

Failure to mitigate

1783

 

 

 

 

CONTINGENCIES

1791

 

 

 

 

BID PREPARATION COSTS

1802

 

 

 

 

CONCLUSION ON DAMAGES

1808

 

 

 

 

Order

1810

 

 

 

 

Page: 12

Appendices

ACKNOWLEDGMENTS

ACRONYMS

CHRONOLOGY

1810

2013 ONSC 2034 (*)

Page: 13

CHAPTER 1 - INTRODUCTION

PROPERTY MANAGEMENT SERVICES

[1]The debacle of Property Management Services (“PMS”) started out as a one-line formula buried in a 317 page tender document. Actually it was three lines, because there were three

Request for Proposals (“RFP”) in the tender invitation. One was for the larger Canadian Forces (“CF”) contract. The other contract would be awarded based on the combined scores from the

Government of Canada (“GOC”) and the Royal Canadian Mounted Police (“RCMP”) RFPs.

[2]Members of what was then a competitive relocation counselling industry were invited in the fall of 2002 to bid on implementing the Crown’s Integrated Relocation Program (“IRP”) policies for these government agencies. This policy, when reformulated as the requirements of a Statement of Work (“SOW”), would govern the relocation of most armed forces and government personnel, described generically as “Transferees”, across Canada and around the world.

[3]The impugned formula was contained in the Basis of Payment (“BOP”) that tendering parties would use to bid the prices of its subcontractors, called Third Party Suppliers. This included the provision of PMS to transferees. The Government sought to encourage transferees to choose the less expensive option of renting rather than selling their homes. PMS was therefore, part of an “incentive” program funded from a Personalized Funding Envelope (“PFE”) to encourage the rent option.

[4]PMS was nevertheless seldom used. The Office of the Auditor General (“OAG”) found that only 183 relocations of transferees occurred using PMS out of a total 81,000 moves in the Canadian Forces for the six years from 1999 to 2005. Thus, less than one quarter of 1 percent (.00225) made use of the service.

[5]Apparently, PMS as a subject matter received little attention from the drafters of the RFPs. I say this because the formula found in the RFPs used estimated volumes of 7200 moves requiring PMS. This amounted to 43,200 projected instances over the same six year period described by the OAG. Like so much in this lawsuit, no explanation was ever provided for this remarkable disparity in PMS volumes by a factor of approximately 250 times.

[6]More remarkable still, Royal LePage Relocation Services (“RLRS”), the incumbent in the 1999 Pilot Program that was to be converted into a permanent program by the 2002 RFPs, bid 0 percent on PMS. This meant that PMS would be provided free to transferees. RLRS would pay its Third Party Suppliers for these services.

[7]More importantly, it meant that RLRS tendered 0 dollars for this item as part of its total price component. Conversely, the plaintiffs (“Envoy”) wrote 8 percent into the BOP formula. When monetized, this amounted to a bid of over $42 million for the same services.

[8]I find that the differential is accounted for by RLRS using its insider knowledge of the actual PMS volumes; knowledge that it was aware of as incumbent. Envoy, on the other hand,

2013 ONSC 2034 (*)

Page: 14

bid the fair market value of its Third Party Suppliers using the grossly over-estimated volumes of PMS described in the formula.

[9]I say that the bid was remarkable, not only by the differential in pricing of the parties, but because PMS was a “flow-through” service providing no revenues for RLRS. This meant that to the extent of the differential between the actual value of the services over seven years, i.e. around $200,000, and the bid price of its competitors, i.e. $42 million, and $48 million by Envoy in

2004, RLRS had options on how to use the “PMS premium”.

[10]One the one hand, RLRS could simply lower its total price component of its tender proposal. Alternatively, if confident in its supremacy in the technical merit component as incumbent, it could transfer some or all of the “unused” PMS services to its Administrative Fee. By doing so, RLRS would add the transferred amount from PMS directly to its bottom line. Transferring the non-existent PMS, meant no additional costs were incurred by RLRS. It similarly meant adding no additional value to the Crown. This is what, in fact, I find occurred.

[11]But the outstandingly remarkable aspect of RLRS’ bid is that it went “unnoticed” through

two RFPs and their associated contracts except by the Contracting Authourity and the Project Authourity and a small number of other individuals. Indeed, the fact that the same PMS provisions were allowed to be tendered again in the 2004 RFP is one of the main foundations for a finding of liability against the Crown.

[12]It would have remained undetected, but for what can only be described as the brilliant intervention of the OAG. Not only did the OAG staff pick this item out of the haystack of issues on their desk, they also pointed out to Public Works and Government Services Canada

(“PWGSC”) and its client agencies that RLRS had been charging transferees for these services. They had promised to provide these services for free to transferees out of their own pocket.

[13]One dramatic event in the trial was the requirement of the defendant to produce documents that ought to have been revealed in normal court procedures. They disclosed that the Contracting Authority from PWGSC and the Project Authority from the Treasury Board had misled the OAG and the court in testifying that they were not aware that RLRS was charging for transferees for PMS. Indeed, they had authorized the charges. There is some unfinished issue as to who else in PWGSC and the Treasury Board was aware that transferees were charging fees.

[14]This evidence, and particularly the repetition of the PMS provisions in the 2004 RFP, figures prominently in my decision to declare that Envoy should have been declared the winner of that procurement process.

CANCELLING THE 2002 PROCESS AND RE-TENDERING

[15]The 2004 RFP came about as a result of the cancellation of the 2002 contract from a combination of miscues by the defendant. One consisted of a serious error of judgment by a long time PWGSC employee, who otherwise, I find was a valued member of the Department and whose evidence I rely upon. Her circumstances occurred in an unhealthy environment where personnel involved in the administration of relocation programs developed too close a relationship with RLRS, promoted by RLRS. The second miscue resulted from what I conclude

2013 ONSC 2034 (*)

Page: 15

was a misunderstanding between employees on how this complex and otherwise relatively well drafted contract (the PMS provisions obviously aside) should be scored.

[16]The results, on the one hand, led to an appearance of bias and on the other, in the elimination of experienced bidders at the mandatory requirement stage. These combined to force PWGSC to cancel and re-tender the program.

[17]Perhaps more importantly, I found that the 2002 process was unfair to the non-incumbent bidders. This was due to the delay that occurred in completing the tender documents, the results of which were inflicted on the tendering parties. This resulted in the elimination of procedures designed to assist tendering parties and cutting short time to complete a complex tendering exercise. This placed the new tendering parties at a significant disadvantage to the incumbent RLRS. This unfairness however, did not speak with sufficient clarity to overturn the process without the appearance of bias issue and the finding by the Canadian International Trade Tribunal (“CITT”) requiring the tenders to be re-evaluated using an appropriate scoring matrix.

CONFLICT OF INTEREST OF CROWN

[18]Re-tendering the contract raised significant challenges to PWGSC, which is where it got into more trouble. For starters, RLRS was threatening and actually commenced litigation to claim for loss of profits from the cancellation of the 2002 contract. The Crown accepted responsibility for the cancellation, resulting in it being in an actual conflict of interest with the non-incumbent bidders. The Crown’s interests in avoiding paying profits twice for the same contract, as well as minimizing damages in any outcome, aligned with the interests of RLRS whereby RLRS sought not only to win the tender, but to achieve profits greater than those earned under the 2002 contract.

[19]More complicated still was the fact that RLRS indicated early on its intention to participate in the 2004 RFP process as a means to “mitigate” its losses from the cancellation of the 2002 contract. In effect, RLRS could use the Crown to subsidize its bid of a lower price to win the 2004 RFP and then claim back from the Crown any differential in lost profits from the cancelled 2002 contract. This happened as the Crown paid RLRS $4.5 million for its alleged lost profits in 2008, below its original asking price of $18 million.

[20]The Crown’s pending conflict of interest situation was recognized even as PWGSC officers were deciding to cancel the 2002 contract. A risk assessment was ordered and, as learned from a document obtained by the plaintiffs in an access to information request, senior departmental officials, special advisors and legal counsel met early on to work out a strategy to mitigate the high risk of litigation.

[21]However, nothing was heard thereafter of any senior management team or risk analysis, or indeed, any explanation of the significant changes that occurred in the selection formula in the 2004 RFP. In the meantime, PWGSC abandoned its strategy to have a Fairness Monitor provide transparency into the drafting of the 2004 RFP terms. The composition of the drafting team was already controversial due to the participation of the CF Departmental Authourity and Project

2013 ONSC 2034 (*)

Page: 16

Authority of the 2002 continuing to participate, after concerns raised in a conflict of interest investigation that had led to the cancellation of the 2002 process.

2013 ONSC 2034 (*)

Page: 17

MODIFYING THE SELECTION FORMULA

[22]Tied to the conflict of interest issue is that of amending the selection formula. RLRS complained to the Crown that its prices had been disclosed to its competitors in the 2002 RFP who could use that information to their benefit. I find this not to be the case, but it had a ring of veracity to PWGSC. It used this rationale to justify the “remedial” measure of amending the selection formula to increase the weight of technical merit to three times that of price.

[23]The Crown’s reliance on concern about disclosure to RLRS was only disclosed to the tendering parties in the report of the OAG in 2006. In the meantime, the other bidders were misled as to the reasons for changing the method of selection. The failure to document the process to amend the selection formula was also a subject of criticism by the OAG as contravening standard PWGSC policy. I find that the amendment of the Method of Selection (“MOS”) was intended by PWGSC to favour RLRS and was done in bad faith. The review of evidence on this issue takes up a goodly portion of the court’s decision.

[24]The evaluation criteria used to assess the technical merit of the tendering parties were also revamped in the 2004 RFP. There are issues about the partiality of the evaluation team that ran under the direction of the Contracting Authority who oversaw the change in the selection formula. That person also preauthorized charging transferees for PMS in the 2004 Contract and was part of the team that was not truthful to the tendering parties on the reasons for amending the selection formula. There are other issues with respect to how the evaluation was carried out. They are examined in detail in the court’s decision. This results in overturning some of the evaluation decisions, one of which the CITT had also previously declared to be contrary to express terms in the RFPs.

LEGAL ANALYSIS AND LIABILITY

[25]The legal analysis of liability issues considers causes of action in tort and contract law. In particular consideration is given to some of defendant’s arguments concerning the application of procurement law, which are rejected.

[26]In summary, it was found that the Crown had acted intentionally to unfairly favour RLRS by repeating the 2002 PMS provisions in the 2004 RFP and by modifying the selection formula to play to RLRS’ strengths. These findings had consequences in determining that RLRS bid was non-compliant and in declaring a breach of the Crown’s implied contractual duty of fair and equal treatment of tendering parties.

[27]The result was a declaration that Envoy should have been declared the winner of both the 2004 CF and the GOC/RCMP contracts.

DAMAGES – EVIDENCE

[28]Extensive and complex evidence was introduced at trial to assess Envoy’s loss of profits for not having been declared the winner of the 2004 RFPs. This principally required an assessment by the court of the number of field staff, described by Envoy as Personal Relocation

2013 ONSC 2034 (*)

Page: 18

Counsellors (“PRC”) and Assistant Relocation Counsellors (“ARC”) required in comparison with actual RLRS staff engaged to carry out the work over the term of the contract.

[29]Envoy validated its damages claim by presenting the court with the same information that it had relied upon to bid the contracts. It also retained experts in Investigative Forensic

Accounting from Navigant Consultants Inc. (“Navigant”). Navigant meticulously reviewed and validated the steps in Envoy’s procedures along with the associated costs which underlay its claim for loss of profits.

[30]In the extra time available from the retendering process, Envoy’s team had deconstructed the IRP policy in detail to prepare a workload analysis that described each step and its frequency required of field staff to carry out their duties to complete a relocation file. This analysis served two purposes: firstly, it was used to design a systematic, form-driven and computer-controlled operating procedure intended to standardize and meet quality requirements to relocate transferees. Secondly, this was used as the basis for writing up the technical side of Envoy’s tender proposal, which was evaluated as being near letter-perfect.

[31]The workload analysis was also applied to determine the amount of time required for a PRC and ARC team to complete a file. Working from these time requirements, the number of working days available and the number of files described in the RFP, Envoy determined the field staff complement upon which its tender proposal was based. As mentioned, Navigant poured over these materials validating them for completeness and accuracy, as well as rejecting and accepting other cost elements associated with carrying out the work.

[32]Envoy’s tender had been put together with a consummate attention to detail and explanations. Their proposal included a DVD describing the computer system functionality which had been designed with a mock-up of checklists and processing steps. Envoy’s tender proposal spoke to the vast experience behind their team.

[33]The situation was very different for the Attorney General who had numerous problems in defending Envoy’s claims. It had little help from RLRS who apparently refused to speak with its expert and did not always provide answers to questions asked of it. No expert from RLRS or otherwise in relocation was called by the defendant. This placed the defendant at a considerable disadvantage with no one to match to the experienced and knowledgeable members of Envoy’s bidding team or to provide evidence that did not undermine Envoy’s proposed operational methodology which I conclude was different from that of RLRS .

[34]The one employee who did testify from RLRS confirmed that their operations and responsibilities of personnel were indeed different from those proposed by Envoy. Whatever technological oversight structure RLRS had in place to direct its processes, was never divulged. In the end, with no expert evidence from RLRS and only limited explanations of how it carried out its work, the defendant was left with only RLRS’ actual staff numbers.

AWARD OF DAMAGES

[35]Ultimately, apart from deductions for contingencies applied to account for Envoy starting pretty well from scratch had it been awarded the contract, the court accepted Envoy’s evidence,

2013 ONSC 2034 (*)

Page: 19

including accepting one year of profits from the two year option period that would have been available at regular contract end.

[36]Envoy was awarded a total loss of profit on the CF contract of $20,695,043 and $8,471,464 on the GOC/RCMP contract for a total award of $29,166,507 accounting for contingencies. It is also entitled to pre-judgment interest in accordance with the Rules of Civil Procedure, R.R.O. 1990, Reg. 194, and an award of costs on which submissions have been requested.

[37]Envoy’s claim for punitive damages was rejected, despite a finding that the defendant’s actions were high-handed, arbitrary and departing to a marked degree from ordinary standards of decent behaviour in respect of procurement processes. I concluded that an award of punitive damages would serve no purpose in terms of denunciation and deterrence, which is an essential requirement for an award of punitive damages.

[38]As for bid preparation costs for the 2004 process, none were awarded, being the cost of doing business to win the 2004 tender.

[39]In the detailed analysis that follows, in Chapter 2, I review the factual background and findings arising therefrom for the 2002 process. In Chapter 3, I consider the PMS issue in depth under the 2002 Process. In Chapter 4, I review the 2004 Process and the OAG investigation. In Chapter 5, I apply the legal principles to the facts to make findings of liability of the defendant. In Chapter 6, the court reviews the evidence on damages to assess Envoy’s loss of profits. An appendix of acronyms and chronological events completes these reasons. I conclude with my final order.

2013 ONSC 2034 (*)

Page: 20

CHAPTER 2 - 2002 FACTUAL BACKGROUND

Methodology of Factual Presentation

[40]I am grateful to the parties for their very comprehensive, detailed and referenced written submissions that cover most of the relevant evidence that I have drawn on in this case. In many cases I have described facts quoting verbatim from the written submissions.

[41]I am particularly indebted to the plaintiffs, who have provided a detailed recitation of the evidence in support of their factual contentions. The Attorney General has not provided a similarly detailed exposition of the evidence in its written submissions. In most cases, this is because a great deal of the detailed evidence conveyed in the plaintiffs’ submissions is really not in dispute. Accordingly, my factual conclusions below adopt large portions of the plaintiffs’ recitation of the evidence.

[42]I do not propose to include overly detailed references to the evidence which supports nearly every portrayal of the factual conclusions found in the plaintiffs’ submissions. Should this matter proceed to appeal and my factual findings are challenged, these references have been identified by the parties.

[43]At the same time, there remain many instances where I disagree with the circumstantial factual conclusions asserted by the plaintiffs in their review of the evidence. Where this happens in respect of factual conclusions disagreed upon by the parties, I have attempted to provide explanations for my decision.

[44]I generally proceed through the evidence in a chronological fashion, making findings of fact as they arise. There are several issues that develop and evolve through the chronology and which are central to this litigation.

[45]As I promised the parties during their oral submissions at the end of trial, I make my best efforts to explain my important factual findings. In many cases, the conclusions result from circumstantial, i.e. indirect, evidence which requires a more detailed explanation.

[46]In reviewing the events of the 2002 procurement process, it should be borne in mind that they are mainly relevant in respect of their impact on the 2004 process, upon which plaintiffs’ claim is advanced.

Description of the Plaintiffs

[47]The Plaintiffs, Envoy Relocation Services Inc. and National Relocation Services (Relonat) Inc. (“Relonat”) are Canadian corporations that provide specialized relocation services to Government and private sector clients. For the purposes of bidding on the RFPs that are the subject of this action, Envoy and Relonat formed a contractual joint venture, called Envoy Relocation Services (“Envoy”).

2013 ONSC 2034 (*)

Page: 21

[48]Bruce Atyeo was the key figure in the joint venture. Although not formally qualified as an expert on matters of relocation, he was nevertheless the dominant witness at trial given his expertise in relocation matters. His evidence throughout, both in respect of the explanations provided for the plaintiffs’ conduct and concerning government employees, as detailed, logical and reasonable in the circumstances. In most cases, I have accepted his testimony.

[49]Mr. Atyeo has had significant and extensive experience with the relocation management services industry since the 1970s. In 1975, he co-founded Employee Relocation Services Ltd. (“ERS”) a relocation management company. ERS was the first independent relocation company focusing solely on relocation services. ERS introduced a number of new and innovative program features to the industry. Historically, relocation services had been provided primarily by real estate companies. ERS introduced the concept of providing counselling to transferred employees and managing third party service providers directly. ERS also introduced a number of new features designed to control the cost of relocation, including managing the sale of residential property, which is the biggest cost component of relocation. These features caught on and contributed to the success and growth of the company throughout the 1970s and 1980s. ERS’ clients included RLRS Bank, Bank of Montreal, CIBC, CN, the Government of Ontario, Bell Canada and Canada Post.

[50]Mr. Atyeo was the Executive Vice President of ERS. By 1993, ERS had five offices across Canada and one in Europe and was the largest relocation company in Canada.

[51]In June 1993, ERS was acquired by an American relocation management company named PHH Home Equity. This company provided relocation management services targeted at the corporate market and the United States’ government. At the time of the acquisition, ERS was performing just under 2,000 guaranteed home sale files on an annual basis, together with delivering the Canadian Forces Relocation Program (“CFRP”) program (discussed further below) which involved between 12,000 and 15,000 files per year. To successfully deliver the required services pursuant to the CFRP, ERS built the infrastructure for this program from scratch. At the same time, ERS was also providing a number of other relocation related services to corporate and government clients.

[52]After the acquisition, Mr. Atyeo was retained to manage what then became the Canadian division of PHH as the Senior Vice President and General Manager of that company. Mr. Atyeo accepted a five year management contract, which expired in June 1998.

[53]In late 1996 or early 1997, following a share purchase, PHH changed names to HFS Mobility Services, which then changed names to Cendant Mobility. Sometime after the acquisition, HFS advised Mr. Atyeo that it did not want to be actively involved in managing a business outside of the United States and they mandated Mr. Atyeo to sell the Canadian division.

[54]In 1997, HFS entered into discussions with RLRS. Ultimately, those discussions resulted in a fairly lengthy due diligence process. RLRS acquired the relocation business and the transaction closed in November 1998. Mr. Atyeo was involved during the initial months of due diligence, until he left at the end of June 1998.

2013 ONSC 2034 (*)

Page: 22

[55]In 1998, when the Government put out the first RFP for the IRP Pilot Program (“Pilot project”) (and discussed at length below), HFS began to prepare to submit a proposal. However, at some point in time after Mr. Atyeo left HFS in June 1998, it was decided that the due diligence phase of the acquisition was far enough along that they needed to declare to the Government that they would not be bidding separately. Instead, they would be submitting one bid for the contract that was the subject of the Pilot project. HFS never bid on the Pilot project. As the Vice President of HFS, Mr. Atyeo was personally involved in the discussions with RLRS around the acquisition. His understanding was that the Pilot project coming up for tender was a factor behind these discussions between HFS and RLRS.

[56]Mr. Atyeo was the subject to a non-compete clause that ran until the end of 1998. At the beginning of 1999, he set up Envoy Consulting Services as a holding company. As a leader of this business, Mr. Atyeo did most of the business plan work for a relocation management company capable of providing services to individuals, corporations and government entities. In late 2001, Mr. Atyeo had discussions with a number of potential business partners who might be interested in being involved and providing financial backing for this company. This entity then became Envoy Relocation Services Inc.

[57]In the spring of 2002, Louis Anania introduced Mr. Atyeo to Pierre Titley. Mr. Anania was at all material times, the General Manager at Relonat, one of the three largest relocation management companies in Quebec. Relonat is a company owned by Remax Quebec, and Mr. Titley. Remax Quebec is imminently successful in its industry.

[58]From 1974 to 1995, Mr. Anania worked at Montreal Trust, a trust company that operated across Canada and offered various personal and corporate services to its clientele, including relocation services. Montreal Trust offered complete corporate relocation services to a range of corporate clients. In his position at Montreal Trust, Mr. Anania was involved with the supervision of relocation services across four departments. Approximately 30 staff reported to him in this role. In 1996, Mr. Anania moved to Relonat where he took on the role of General Manager. He remained in this position until the end of 2010.

[59]Relonat is a Quebec based relocation management services company. At the time, Relonat had a number of a Major Quebec based employers as clients, many of which are government agencies and divisions such as the Quebec Provincial Police and Hydro Quebec. Relonat already had an existing infrastructure to support and run a corporate relocation management business including systems technology, human resources and bilingual capabilities.

[60]Envoy, on the other hand, had the extensive management experience and the capability to put together a management team largely due to Mr. Atyeo. This team could lead the bidding proposal preparation as well as the start-up and subsequent ongoing management requirements.

[61]The senior management team that was ultimately recruited for the preparation of the bids and anticipated performance of the contracts had significant expertise and experience in the relocation industry. The collective experience of individuals like Francie Bujna, Marlene Rogers and Elaine Taylor included relocation counselling, the management of third level the Party Services and financial management of relocation files.

2013 ONSC 2034 (*)

Page: 23

[62]Following discussions between Mr. Atyeo and Mr. Titley, the former incorporated Envoy Relocation Services Inc. The two plaintiff companies entered into a contractual joint venture called Envoy Relocation Services to bid in competitive processes run by the Government of Canada for the procurement of relocation management services in 2002 and 2004.

History and Evolution of Integrated Relocation Program

[63]The federal government’s Integrated Relocation Program (“IRP”) has evolved over the years, beginning with the Canadian Forces Relocation Program (“CFRP”) in 1991/1992. From 1992 to 1998, Mr. Atyeo’s companies were involved in providing relocation services to the federal government, both under the CFRP and the GHSP. Mr. Atyeo’s company was then acquired by RLRS, which won the IRP Pilot Project in 1999. Since then, this is the sole company that has been selected to provide relocation services to the federal government.

[64] Overall, contrary to the Defendant’s suggestions, the Plaintiffs’ extensive experience in the provision of relocation services to the federal government should not be minimized or diminished.

Canadian Forces Relocation Program (1992 – 1999)

[65]In 1991, the Canadian government issued an RFP seeking a contractor to manage the CFRP. The CFRP was fundamentally the same program as the current IRP, with the exception of the contract’s financial management aspect of the contract. The counselling portion of the CFRP was identical to the IRP subject to policy changes.

[66]Mr. Atyeo’s company at the time, ERS, managed the CFRP contract from April 1, 1992 to 1995. Under the CFRP, ERS supplied relocation counsellors at more than 40 Canadian Forces (“CF”) base locations, which made it even more widespread than the later IRP contracts, which had 28 base locations being serviced. Under the CFRP program, ERS managed on average 12,000 to 14,000 relocation files per year, and in the first year ERS managed over 16,000 files.

[67]At the start-up of the CFRP contract, ERS was required to manage the relocation of transferees from Germany to Canada. This work was not anticipated in the CFRP RFP and required ERS to respond quickly. This mass relocation was the result of an unexpected closure of the CF base in Germany. Envoy was required to build a team of counsellors in Germany and to provide counselling to CF members who were being moved back to Canada from Germany. ERS was successful at meeting the counselling requirements under the CFRP and the success of ERS’ management is well-documented within CF records. While the CFRP was in place, Ms. Lee Douglas inherited this file as a contracting officer, and was the contracting authority during the entire life of the CFRP.

[68]This evidence is significant in that Mr. Atyeo had experience working with large numbers of CF deployments. I find that this experience also provided him with the background to propose a more systematic approach to manage CF relocations occurring on a repetitive basis in Envoy’s 2004 RFP tender. This allowed for a significantly reduced CF administration fee in comparison with Envoy’s GOC/RCMP tender proposal.

2013 ONSC 2034 (*)

Page: 24

[69]In 1995, RLRS won the CFRP contract. RLRS did not have the infrastructure in place to manage the services, but instead had to build it from scratch. Mr. Ray Belair testified under the plaintiffs’ subpoena and was the General Manager at RLRS. Mr. Belair also reported to Jim Lockington, President of RLRS. In his estimation, Mr. Belair found that it took three months to implement every aspect that was needed to run the program, including hiring and training staff members and obtaining offices and computers. RLRS was able to do this successfully within that three month time period. Mr. Belair confirmed that there was no financial management component of the CFRP, however the program did include face-to-face counseling with CF members and their families. Mr. Belair, having previously worked at Domtar doing corporate in- house relocation involving corporate relocation policy, was hired by RLRS to implement and manage the CFRP for RLRS.

[70]This evidence is significant because it demonstrates that implementation of a start-up operation to relocate CF members had previously been carried out in a short timeframe.

[71]After RLRS won the CFRP contract, they hired a number of ERS employees to start up the program in 1995. Many of those employees continued in their employment at RLRS for years. ERS provided RLRS with a list of names of ERS employees to hire. RLRS did in fact hire ERS relocation counselors to continue service delivery. Mr. Ateyo testified that had Envoy won the tender, it would have similarly hired many of incumbent’s employees of RLRS.

[72]This evidence is significant because it confirms Envoy’s evidence that the movement of staff from the incumbent to the replacement contractor was logical. New positions were being opened for experienced staff, while the incumbent desired to avoid severance pay costs associated with terminating staff no longer required.

Guaranteed Home Sale Plan (1996 – 1999)

[73]In 1996, the Treasury Board issued a tender for the Guaranteed Home Sale Plan (“GHSP”). This contract was awarded to four different relocation management companies. Mr. Atyeo’s company, PHH, won half of the contract’s volume under this program in the Central Region . Subsequently, it also acquired files in the Pacific Region. PHH delivered relocation services on a national scale from one region of Canada to another. From February 1996 to the spring of 1999, Ms. Douglas of PWGSC was the Contracting Authority for the GHSP.

[74]Major Michael Keleher began working as head of the Travel and Relocation Section, one of four sections in the Director of Compensation and Benefits Administration (“DCBA”) at the CF in January 1998. At that time he became responsible for the GHSP and thereafter, the CFRP. With respect to the GHSP, Major Keleher was responsible for delivery of the program within the CF. He was also responsible for service delivery under the CFRP.

[75]Mr. Ram Singh was employed at the RCMP at this time. In 1997, he became a senior policy analyst and was asked to take over the GHSP. He remained in that position until the fall of 1998 and had responsibility for relocation during that time for the RCMP. He would later transfer to the Treasury Board Secretariat, holding the position of Senior Financial and Business Systems Analyst.

2013 ONSC 2034 (*)

Page: 25

[76]The GSHP involved the provision of relocation services to transferees. It guaranteed the transferees the sale of their property. The GHSP provided all the other relocation services a transferee needed. Ms. Douglas testified that the services provided under the GHSP were similar to those under the IRP.

[77]Mr. Atyeo testified that the sale of a house was more complicated under the GHSP, than under the IRP. However, the other elements were the same under both programs. They included: the destination services, the counselling of transferees, policy and procedure governing relocation, and household good shipments. He further explained that the policy elements in the IRP are different from the policy elements in the GHSP, however one is not more complicated than the other.

IRP Pilot Program (1999 – 2003)

[78]In 1998, the Government of Canada decided to replace the GHSP with an IRP. This involved expanding the scope of the CFRP to include the rest of the Government of Canada’s public service. It also added a financial management piece for the contractor to administer.

[79]In the fall of 1998, Mr. Singh was approached by senior management at the RCMP to be seconded to Treasury Board Secretariat (“TBS”). He was asked to develop a pilot program for relocation. He was advised that the Federal Government wanted to develop a program and policy that would provide enhanced relocation benefits to federal public servants, to be in place by April 1, 1999.

[80]Mr. Singh was involved in the competitive procurement process for the pilot program. He wrote the Statements of Work (“SOW”) for the IRP pilot program. He also reviewed the RFP before it was issued. Mr. Singh participated in the bidder’s conference and attended meetings involving senior officials from the involved departments where the procurement was discussed. He was also involved in the technical evaluations for the pilot program as an evaluator.

[81]I conclude that Mr. Singh was the most knowledgeable and experienced government employee concerning the content and administration of the IRP contracts.

[82]At the CF, Major Keleher was responsible for implementing the IRP pilot program. Major Keleher was involved in meetings with TBS on behalf of CF. He was involved with the development of the relocation program and was responsible for reporting back to his superior at the CF on what the program was like, what TBS was considering and how it might apply to the CF. Following the initial design of the program by TBS and the indication that the CF would participate, Major Keleher became part of the project management office that was responsible for implementing the program.

[83]According to Major Keleher, the pilot program came to be as a result of complaints/concerns raised during hearings of the Standing Committee on National Defence and Veteran Affairs (“SCONDVA”). The IRP program was to address some of those concerns and dissatisfaction that CF members had with relocation and benefits applying to relocation.

2013 ONSC 2034 (*)

Page: 26

[84]RLRS bid on, and won, the contract under the IRP pilot program. From 1999 to March 31, 2003, RLRS provided services under the IRP pilot program. During this time, Mr. Belair was the RLRS General Manager and reported to Jim Lockington, who was the President. Mr. Belair was responsible for ensuring that the program was implemented and run according to the contract that was signed between RLRS and the government.

[85]Ms. Douglas was the contracting authority under the 1999 pilot program and she was very prominent in holding RLRS’ feet to the fire throughout the duration of the contract. The pilot program was a large scale contract, and there were monthly and/or quarterly meetings. During these meetings, upcoming issues were reviewed for potential action.

[86]Under the pilot program, Mr. Singh was the Project Authority, also described as the Technical Authority, designate and the individual responsible for providing policy interpretation and liaising with RLRS. He dealt with Mr. Michel Bonin, National Director, Client Services, Government Relocation Solutions and other personnel at RLRS and was in touch with RLRS representatives as often as once or twice per day. He also met face to face with RLRS personnel once or twice per month.

[87]Lt. Col. Jacques Taillefer was the head of DCBA at the CF from 2001 to 2004. Major Keleher reported to him. In that role, he was responsible for the relocation benefits policy and the monitoring of the IRP pilot contract. His responsibilities involved resolving any issues that were raised either with the members, the commanding officers, the chain of command or the contractor. Lt. Col. Taillefer liaised between the contractor and the CF.

[88]He dealt with RLRS on a regular basis and at times, on a daily basis. His staff also dealt with RLRS regularly to address any issues. When problems reached the commanding officer level, Lt. Col. Taillefer became involved and contacted RLRS, most often Michel Bonin, to determine what had happened and to get RLRS’ perspective on the issue. He testified that it was part of the business of administering the pilot contract to meet regularly with RLRS officials.

[89]Mr. Singh testified that Consulting and Audit Canada conducted an audit of the IRP pilot program to confirm that it was rational to make the program permanent. Mr. Singh said that audit confirmed TBS’ belief that the program was “very good and it would be something that all public servants can benefit from.” For the most part, he said everyone who participated in the audit was happy with the IRP. He said the fact that the audit showed a 75percent satisfaction rate among transferees played a role in the decision to make the pilot program permanent.

The 2002 RFP Process

[90]I agree with the plaintiffs that the 2002 RFP process had numerous flaws and created numerous barriers for non-incumbents to bid successfully for the IRP contract. The process was also tainted with a serious reasonable appearance of bias towards RLRS that required the contracts to be re-tendered. In addition to describing the factual background concerning the 2002 process and the resulting aftermath, I will make findings of fact on the plaintiffs’ claims on these issues.

2013 ONSC 2034 (*)

Page: 27

March 4, 2002 – Meeting Between Bruce Atyeo, Ram Singh and Richard Gagné

[91]In early 2002, TBS was considering making the IRP pilot program permanent. To satisfy the requirement of “consultation” with the industry, TBS placed an advertisement in the Canadian Employee Relocation Council (“CERC”) news magazine, purportedly to seek input from the relocation industry.

[92]In response to this advertisement, Mr. Atyeo sought a meeting and one was set up between Mr. Atyeo, Mr. Singh and Richard Gagné for March 4, 2002. The significance of this meeting is its reflection on the credibility of Mr. Singh. While the meeting adds little to the more significant and clearly apparent problems I find on other issues, it undermines his trustworthiness as a witness.

[93]Mr. Atyeo testified that, despite providing notice that TBS was seeking feedback on

refining the IRP program, in fact, neither Mr. Gagné nor Mr. Singh asked any questions of Mr. Atyeo or sought his advice on the IRP program. As a result, the March 4t h meeting consisted of a general discussion about Mr. Atyeo’s previous experience with relocation programs and policies. Mr. Atyeo documented a number of the main points he discussed during the meeting. He also provided TBS with a five page memorandum in follow up, with a series of specific recommendations with respect to the IRP policy, program administration and RFP. The plaintiffs state that Mr. Atyeo provided extensive input to the Crown, as an industry expert, on ways to improve the program, with which evidence I agree.

[94]Mr. Singh’s evidence was that he expected Mr. Atyeo to provide input on how to enhance the program. Instead he testified that Mr. Ateyo spent most of his time trying to find out how

Envoy could participate in the program, which deviated from the purpose of the meeting. Mr. Gagné was not called as a witness by the defendant.

[95]I accept the plaintiffs’ submissions that Mr. Singh’s evidence is in contradiction with both a follow-up memorandum sent to Mr. Singh by Mr. Atyeo, as well as Mr. Atyeo’s testimony. I am satisfied that Mr. Atyeo could not help himself but make helpful suggestions as to how the procurement process should be run. This was demonstrated in much of his other correspondence with the Crown on how these procurement processes should have been carried out, as is seen in this initial memorandum to the TBS.

[96]I also agree with the plaintiffs that Mr. Singh’s testimony at trial belies the animosity Mr. Singh harboured towards the plaintiffs.

Interdepartmental Working Group and Drafting of the RFP

[97]An Interdepartmental Working Group (“IDWG”) was established for the 2002 procurement process. This group included Ram Singh, Richard Gagné and Zenovia Pankiw from TBS, Lt. Col. Jacques Taillefer, Major Mike Keleher and MWO Pearl Danford, Ray LeMay from the RCMP and David Pyett and Lee Douglas from PWGSC. These individuals were selected to be members of the IDWG because they were all involved in overseeing the IRP

2013 ONSC 2034 (*)

Page: 28

Pilot Program while working in-house in their respective departments. Given everyone’s involvement dated as far back as 1999, they all had extensive prior dealings with RLRS.

[98]Specifically, at the time of the 2002 procurement process, Ms. Douglas had over 30 years of experience in government procurement. She joined PWGSC in 1981, having prior experience as a contract clerk and contract administrator at NRC from 1970 to 1981. She had been working as a Senior Procurement Officer at level PG-5 since 1996. Ms. Douglas worked on various government relocation contracts beginning in the early 1990s with the CFRP, then called the Guaranteed Home Sale Plan (1996-1999), and as the Contract Authority for the IRP Pilot Project (Spring 1999-March 2003). Due to a re-organization at PWGSC in April 2002 Ms. Douglas, changed divisions at PWGSC. However, she continued to act as the Contracting Authority on the IRP Pilot Project. However, Mr. Pyett took over the IRP Contract on a go-forward basis, including the procurement process for the permanent program (the “2002 Contract”).

[99]Mr. Pyett joined PWGSC in June 1993. He was promoted to a Supply Team Leader at Level PG-5 in October 2001. Mr. Pyett testified that he worked with Ms. Douglas on the IRP Pilot Program to “learn the IRP process” and assist with administrative functions. He could not recall when he became involved in that program, but noted that while he was present at numerous related meetings, he did not participate. He had no experience as a contract authority with the IRP until the 2002 contract was awarded, nor had he performed any work involving relocation. As Ms. Douglas was the Contracting Authority from the time the Pilot Project started, and worked on that project up until March 31, 2003, she had considerably more experience with the IRP program than Mr. Pyett.

[100]Major Keleher and Lt. Col. Taillefer testified that Major Keleher was placed in charge of a small group of individuals at CF, who were responsible for developing the SOW. MWO Danford worked with Major Keleher on the SOW, and they both reported to Lt. Col. Taillefer. Major Keleher provided regular updates and reports to Lt. Col. Taillefer on the progress of the SOW, and Lt. Col Taillefer testified that he “led” the CF team.

[101]When the SOW was finished, Lt. Col. Taillefer signed off on it and sent it to his Director General. The Director General, on advice from Lt. Col. Taillefer, also signed off on it and sent it to PWGSC. Ultimately, the three SOWs were reviewed by the department heads as well as Mr. Singh, on behalf of TBS.

[102]Mr. Singh testified that each of the three departments were responsible for creating their own SOW. Mr. Singh testified that the IDWG ultimately agreed on the contents of all three SOWs.

May 10, 2002 - Letter of Interest Published; May 22, 2002 - Closing Date

[103]The defendant published a Letter of Interest (“LOI”) on May 10, 2002. The LOI is a normally a draft version of the RFP provided to bidders for comment before release of the final version.

2013 ONSC 2034 (*)

Page: 29

[104]The tender documents actually included three separate RFPs. However, the bids were evaluated on the basis that two contracts would be awarded, one for the CF RFP in the other for the GOC and RCMP RFPs combined.

[105]Each RFP included a number of sections. The first is the General Information section setting out definitions and the ground rules for the tender process for all three contracts, i.e. CF, RCMP and GOC. It is followed by a number of annexes. The contents of the annexes were also in three parts for each of the three RFPs which bore much resemblance to each other.

[106]Annex A contains the SOW for the CF, RCMP and GOC contracts, which for the most part are very similar. They constitute a major component of the RFPs. They describe the requirements of the contract in terms of the services the contractor is required to provide.

[107]Annex B contains the three Basis of Payment (“BOP”) documents. For the most part they are tables used by contractors to insert their bid prices for the administration fee and the contracts’ third party services fee. The numbers tendered form the basis upon which the winning bidder will be paid. These tables are repeated with information used to complete them found in the Financial Evaluation Section of Annex C, which contains the evaluation criteria and procedures documentation described below.

[108]Annex C contains the Evaluation Criteria and Procedures for the three contracts. It is a

Major document consisting of three sections. Section C1 is the Evaluation Procedure which is a short document containing mandatory technical minimums and the MOS or selection formula. The technical merit minimum was a 70 percent score.

[109]The selection formula describes the combination of the total technical merit scores and the total price bid to determine the winning bidder. In the 2002 RFP, the selection formula was the LCPP. The winning bidder was determined by awarding the contract to the bidder with the lowest dollar amount achieved when the total price was divided by the total points of the technical score. As will be discussed, a major issue in the 2004 RFP concerns the modification of the selection formula. This modification resulted in the winning tender being chosen based on a combined score whereby technical merit was weighted at 75 percent while total price was weighted at 25 percent.

[110]Section C2 consists of the technical evaluation and criteria for the three contracts. These describe the formulas used to ascribe points consisting of multipliers to different levels of achievements. More importantly, it contains the detailed technical criteria used to evaluate the proposals, in effect describing how the tender should be structured and evaluated using a point rating.

[111]The third section in the 2002 RFP, which is described as an Annex to section C1, consists of the Financial Evaluation. These comprise formulas used to complete the same table as found in the BOP, but expressed in the relevant dollar amounts. Thus, while the contractor had to bid a ceiling price for PMS in the BOP, it did so based on the calculations found in this annex. In turn, this annex monetized the ceiling price bids in the BOP into dollar amounts.

2013 ONSC 2034 (*)

Page: 30

[112]The formula used to calculate PMS described estimated volumes of files. It is acknowledged that the estimates were grossly inflated. RLRS as incumbent, had knowledge of the actual volumes, and I conclude bid a 0 ceiling price in the BOP using this information. RLRS therefore, bid 0 dollars for PMS.

[113]In comparison, Envoy’s 2002 bid stated a ceiling price of 8 percent for PMS. Using the same formula as described above, when this was converted into dollars, it represented a bid price of $42,860,160 over seven years on the CF contract and $4,900,896 ($3,013,920 and $1,886,976) on the combined RCMP and GOC contract, respectively.

[114]On May 13, 2002, Mr. Atyeo asked David Pyett, Contracting Authority at PWGSC, if Annexes B through E to the RFP would be provided. Mr. Pyett told Mr. Atyeo that Annexes B through E had not yet been developed, but they would be part of the final RFP.

[115]I agree with the plaintiffs that the publication of the evaluation criteria provides important direction to bidders on how their capabilities will be measured, scored and weighed. The failure to publish the evaluation criteria in advance prejudiced non-incumbent bidders, including Envoy, in preparing their proposals. I accept Mr. Atyeo’s testimony that without the knowledge of the evaluation criteria, it was difficult for a bidder to begin planning its proposal and developing a strategy for dealing with the start-up period. It was an omen of more problems to come.

May 16, 2002 – Plaintiffs Request for Information Relating to the Financial Evaluation Formulas

[116]On May 16, 2002, Mr. Atyeo posed a question to Mr. Pyett asking if there was a breakdown available between tenants, homeowners and personnel living on base regarding the DND volume numbers given in the draft RFP. Mr. Pyett advised that there were no numbers readily available, but that he could ask that the numbers be calculated for the final RFP. Mr. Pyett admitted during cross-examination that he did not make any inquiries about this matter within the client departments. The request for information therefore received no serious consideration. This was the first of many requests from the plaintiffs for information that were turned down.

Evaluation Criteria - Confusion over Multipliers and the Minimum Technical Pass Mark

The Problem with the Exceeds Category

[117]The Exceeds category as it was used to determine the level of scoring resulted in the elimination of all tendering parties from the 2002 process, except RLRS. It was obviously therefore, the focus of much attention during trial.

[118]The evaluation criteria were being worked on in July 2005 at which time the scoring formula was also being developed. Major Keleher and his group at CF designed the scoring matrix. It scored items and created categories of scoring within each item. Mr. Pyett reviewed the evaluation criteria and provided comments. While there were a number of issues that were raised

2013 ONSC 2034 (*)

Page: 31

in this phase, ultimately, the IDWG as a whole agreed upon the evaluation grid and finalized the evaluation criteria with input from Ms. Douglas.

[119]In order to have its proposal evaluated, each bidder was required to achieve the mandatory pass mark of 70 percent of the total technical marks available.

[120]On any item in the evaluation criteria, a bidder was assigned a fixed number of points depending upon the merit of its proposal. The descriptive evaluations were then turned into points using multipliers.

[121]The multipliers for the points awarded for the grade achieved on each item were described in the 2002 RFP as follows:

Unsatisfactory

0 percent

Meets Most of Criteria

50 percent

Meets Criteria

70 percent

Exceeds Criteria

100 percent

[122]Thus, achieving a “Meets” score on any item only resulted in obtaining 70 percent of the available points. If a bidder failed to score “Meets” on any item, the shortfall would have to be made up by attaining points at the “Exceeds” level on other items, wherein lies the problem.

[123]The RFP failed to define the meaning of “Exceeds”. Only the evaluation sheets handed out by PWGSC to assist bidders in the technical evaluation, described the Exceeds requirement. I assume that this was obviously a last-minute correction of a major oversight in the RFP. I say that because it was only as a result of the court’s questions that the definition of “Exceeds” was found.

[124]It was described on the technical sheets as follows:

It is not possible to anticipate what constitutes a performance which is considered to “exceed” the requirement. In other cases it is not considered possible to “exceed” expectations. However as the guiding principle in order to score under the “exceeds” column a particular bid must add overall measurable benefit to the crown as a result of the proposal submitted for that requirement.

[Emphasis added.]

[125]Thus, it was clear that the “Exceeds” category would not be available in every instance. In addition, the meaning “overall measurable benefit” was ambiguous, but clearly it set a high threshold of having to provide something beyond the requirements of the contract.

[126]With little scope to recapture points on the “Exceeds” category, a failure to achieve a “Meets” score was very difficult to make up.

Major Keleher Wrongly Criticized Over Exceeds Category

2013 ONSC 2034 (*)

Page: 32

[127]At trial, Major Keleher testified that the 70 percent pass mark came from him and the IDWG worked with it. Major Keleher testified that the 70 percent was equated to a “B” grade in terms of school marks. He testified that he did not have any concerns that the pass mark was too high or too low.

[128]On cross-examination Major Keleher was asked about notes made by Michel Genest in his internal investigation report dated September 24, 2003, which will be discussed regarding other issues below. On the passing mark issue, Mr. Genest recorded a disagreement over who suggested the 70 percent passing mark. Mr. Genest stated:

It should be noted that three (3) members of the evaluation committee, Mr. Lemay, Mr. Singh and Lt. Col. Taillefer who is Major Keleher’s boss, stated that the high passing mark of 70 percent had been suggested by Major Keleher who denied it during his interview by saying not to be comfortable with the 70 percent passing mark and that he brought it to the attention of Ms. Lee Douglas. It is unknown at this time the reason why Major Keleher would deny ever suggesting the passing mark.

[129]Major Keleher testified that he was not given an opportunity to respond to this conclusion and that Mr. Genest had confused his comments regarding the passing mark and the multipliers (i.e., the percentage applied to calculate the point score for each criteria). Major Keleher explained that he was uncomfortable with the multipliers, not the pass mark.

[130]From an e-mail chain in July 2005, it is evident that Major Keleher initially proposed a series of multipliers whereby the “Meets” category would receive 90 percent of the available points as follows:

Unsatisfactory 0.0

Meets Most 0.3

Meets 0.9

Exceeds 1.0

[131]Thus, by his initial scheme, if a bidder “meets” the requirement on any criterion, they would easily clear the 70 percent pass threshold with extra points to apply elsewhere. This scheme would have made it certain for bidders, such as Prudential, which was only 55 points short of the mandatory minimum, to surpass the 70 percent minimum threshold overall.

[132]It also meant that the importance of the “Exceeds” category was minimized. It was thus left to be used in undefined circumstances where a bidder could demonstrate some exceptional aspects of overall benefit to the Crown on that item. This was a fair requirement otherwise. The justification for replacing, or not, the incumbent, should result in the Crown obtaining better value in terms of price or improved performance. This includes increases from the incumbent, which the “Exceeds” category was intended to demonstrate.

[133]I conclude that the scheme as proposed by Major Keleher would not have unnecessarily eliminated bidders. Bidders would have had a large margin of points above the mandatory

2013 ONSC 2034 (*)

Page: 33

minimum simply by meeting the requirements. These points could be used to make up for shortfalls on other criteria where they failed on the mandatory level “Meets” requirement. I also conclude that the “Exceeds” category, when defined in this manner, is logical and appropriate. It does not need to be available for every category, but where it is available, it provides an opportunity to supplement a bidder’s technical score by a 10 percent margin on that criterion.

Ms. Douglas is Requested to Resolve Concerns over Major Keleher’s Scoring Matrix

[134]However, the whole process went askew when Mr. Pyett indicated that the scoring scheme was unacceptable. When advised of the formula, Mr. Pyett, replied to Major Keleher as follows:

With respect to your suggested point factors, what I see is that you are making the pass mark .9. This [is] because to achieve a pass mark, you must meet all the requirements you have set out. Anything less than that would not achieve the level of service you have requested. As I stated in my voice mail to you on Tues July 02, the pass mark should be set at either .6 or .7 dependant upon where you determine the pass mark to be.

[Emphasis added.]

[135]Mr. Pyett misunderstood Major Keleher’s proposal. He conflated the mandatory minimum with the multiplier points for the “Meets” category. He incorrectly stated that Major Keleher had set the pass mark at 90 percent (“you are making the pass mark .9). Rather, his concern was actually the same as Major Keleher’s; that bidders not be eliminated with too high a mandatory minimum.

[136]Mr. Pyett directed Major Keleher to discuss the matter with Ms. Douglas who was mentoring Mr. Pyett on this process while carrying on her duties elsewhere. Major Keleher emailed her with a slightly modified proposal whereby “Meets Most” would earn 60 percent of the points rather than 30 percent, and “Meets” would result in 85 percent of the available points, rather than 90 percent as originally proposed. We clearly indicated that the minimum would be set at 70 percent.

[137]After a telephone call between Ms. Douglas and Major Keleher, about which neither party can understandably recall the contents ten years later, Ms. Douglas responded by email with the formula that was used in the RFP. It set “Meets Most” at 50 percent and “Meets” at 70 percent – the later was also set as the total percentage of points required to qualify. This is not unexpected, as in most instances one would assume that “Meets” on multipliers should be the same as “Meets” for the mandatory minimum.

[138]This resulted in all bidders being eliminated with the exception of the incumbent RLRS. Even then, RLRS barely passed the mandatory minimum. No one it appears, except maybe Major Keleher understood that the “Exceeds” category provided no buffer for anyone scoring scores under “Meets”.

2013 ONSC 2034 (*)

Page: 34

[139]Unfortunately, Lieut. Col. Taillefer was the only witness who was questioned on the definition of the “Exceeds” category. He testified as follows:

During the development process and discussion it was realized it was not possible to exceed expectations in some circumstances, but it gave us a location of basis we have ‘x’ number and you cannot exceed that. It was designed to offer the opportunity for bidders to provide innovative – doing business – or gain added points. It was within the spirit of the proposal.

[140]Having reconsidered this testimony after the fact, I am satisfied that the IDWG did not fully comprehend the limitations of the “Exceeds” category.

[141]In any event, the plaintiffs raised this issue to establish that Major Keleher, or Ms. Douglas, intentionally set the multipliers and scoring scheme to favour the incumbent as part of their submissions that there was a widespread conspiracy to eliminate bidders from the 2002 process.

[142]While I agree that the scoring formula favoured RLRS because it resulted in the elimination of all of the other bidders, I do not conclude that this was intentional.

Major Keleher’s Credibility

[143]I pause for a moment to note that I appreciated the manner in which Major Keleher testified. In particular he answered the questions asked of him succinctly, without any discernible attempt to mislead or craft the evidence in anything other than, what I would describe as, a neutral fashion.

[144]I was particularly impressed on more than one occasion in cross-examination when counsel questioned his responses. He correctly pointed out that the problem was with the question, not his response. When the question was rephrased, he provided the answer sought of him by his questioner.

[145]I believe him to be an honest, credible and reliable witness. I think it unfortunate that the plaintiffs had targeted him, due to the comments in the Genest Report, instead of attempting to find out from him what really happened during the 2002 RFP process.

[146]Concerning Major Keleher’s proposed scoring formula, it is clear that he intended the exact opposite effect to what occurred, i.e., his desire was to facilitate bidders exceeding the mandatory minimum.

[147]There was no basis to criticize Major Keleher for his conception of the scoring grid. The witnesses quoted by Mr. Genest in his report misunderstood his proposal and it is unfortunate that he was not provided an opportunity to correct it.

Ms. Douglas’s Credibility

2013 ONSC 2034 (*)

Page: 35

[148]If I am challenging the plaintiffs’ attacks on Major Keleher and Ms. Douglas, it is not just because I found them both to be credible witnesses, which I believe them to be. Their evidence is of singular importance in supporting the evidence of Mr. Pyett, who has his own credibility issues. He needs shoring up therefore, when he states that he did not tell anyone about RLRS 0 percent PMS bid. I am required to choose between his version of the evidence and that of Mr. Singh. The fact that other evidence suggests Ms. Douglas and Major Keleher were aware of the 0 percent bid, which they deny and which I believe, is an important finding of fact.

[149]As shall be discussed, Ms. Douglas was the central figure in Mr. Genest’s conflict of interest investigation. Ms. Douglas invited Mr. Belair to go on a cruise with her in a promotion scheme whereby, in finding other travelers, her ticket was free. As such, the plaintiffs attempted to paint her as intentionally setting the scoring matrix to ensure the elimination of the non- incumbent bidders in the 2002 process so as to favour RLRS. I do not accept that theory in any fashion.

[150]From Ms. Douglas’ performance as a witness and my conclusions of her role in events on the file, I am satisfied that her moral compass is well aligned. She was completely frank and responsive to questions put to her and tried to help out when she could not recall events.

[151]Moreover, her commitment to telling the truth was such that she could not help but be critical of Mr. Pyett’s conduct described below, even though I am satisfied that it was the last thing she wanted to do. It is one of the reasons that an honest person can be so hard on a friend when put to the test. She says as much herself:

I mean, I socialized with my contractors, I always did. I always felt that honesty is the best policy. You might as well get to know me because I’m going to be your best friend and your worst enemy, depending on -- it’s just the way it is. I mean, I’m a tough negotiator, but I’m fair. I always believe that the best contract is one that is fair to both parties, and I won’t let the clients run over the contractor, and I won’t let the contractor run over the clients. I always felt that was my responsibility.

[152]Mr. Atyeo confirmed this when he testified that she held the contractors’ feet to the fire when administering the relocation contracts as Contracting Authority.

[153]On being influenced by the cruise with Mr. Belair, she commented as follows:

Q. What do you say to the suggestion that your attendance on a cruise with Mr. Bélair somehow influenced the outcome of the ‘02 process?

A. I think it’s ludicrous.

Q. Why do you say that?

A. Well, for one thing, I didn’t -- I wasn’t -- I didn’t have any responsibility for the procurement. I would not deliberately do anything that would favour any given bidder. I’ve always, throughout my entire career, strived to create competition. The last thing I would ever want to do is fix it so that the same

2013 ONSC 2034 (*)

Page: 36

person wins, because that’s bad for business, it just makes no sense. I was hoping somebody else would win, because it’s better for the government, it’s better for competition, and it’s way better for the industry. Because what happens eventually is the industry loses interest, they won’t bid. They figure they can’t win and they won’t bid, and now you have a monopoly created, which is bad.

[154]I judged her error in judgment on the cruise issue - one a person who has lived an honest life can make - was being so certain of her own integrity that she falsely believed that she could put herself in a situation of an open appearance of conflict without anyone raising an issue.

[155]With respect to Ms. Douglas, I conclude that she was likely not made aware of the definition of the “Exceeds” requirements and not provided with a sufficient opportunity to respond on that issue. Specifically, she was not asked questions during her examinations as to whether she was made aware of the definition of “Exceeds” or its incomplete application, nor what her reaction would have been at the time had she been made aware.

[156]I accept her evidence that it was not her intention that all the bidders, including Prudential, which most certainly was expected to meet the minimum requirements, be eliminated. Reinforcing this conclusion, she could not provide any explanation for the results as demonstrated by her responses below:

Q. Okay. And we know under the scoring scheme, that it was only RLRS LePage, the incumbent bidder, that qualified?

A. That shocked me, I have to admit that when I found that out, I was surprised.

Q. And that would indicate to you a problem with the scoring mechanism?

A. I don’t know if it was a problem with the scoring mechanism or what it was, it’s just in my heart I felt that there were other qualified bidders and I didn’t know why they had been found non-responsive, I just didn’t know.

[157]I also have no concerns about relying on her testimony relating to her criticisms of Mr. Pyett’s handling of Mr. Gerrie’s question discussed below, or when she said she could not recall being advised of RLRS’ 0 percent bid.

[158]I am otherwise in agreement with the plaintiffs’ contention that Ms. Douglas, when consulted, was the decision-maker of last resort throughout the 2002 procurement process. I differ in that I conclude that her intentions were to see the procurement process be conducted fairly and had she been running this procurement process, as opposed to being a part-time go-to person, these events might have been prevented.

August 14, 2002 - 2002 RFP Issued - Closing Date September 30, 2002

Only 45 Days for Bid Preparation

[159]In his memorandum to Mr. Singh in March 2002, Mr. Atyeo had suggested that the RFP be issued by May 1, 2002 with a 90 day in being awarded August 1, 2002. Mr. Atyeo envisioned

2013 ONSC 2034 (*)

Page: 37

a start date of April 1, 2003, as it would allow eight months of lead time. Contrary to these suggestions, the IWG quickly found itself running behind time: the RFP was published on August 14, 2002, with a closing date of September 30, 2002.

[160] Questions from the bidders were treated pursuant to paragraph 2.0 of the “General Information” section. All enquiries or issues concerning this procurement were to be submitted in writing to the Contracting Authority, whose key employee was Mr. Pyett.

[161]In order to ensure the relevant information was both consistent and reliable, the Contracting Authority was required to simultaneously answer all questions and provide all bidders with any information regarding significant enquiries by form of amendments to the RFP.

September 13, 2002 - Envoy Asks About the Formula for Property Management Fees

[162]In terms of the ongoing chronology, it is only noted at this point that on September 13, 2002, Gordon Gerrie, a representative of the plaintiffs, sent a question to PWGSC with respect to the defendant’s data relating to property management fees.

[163]Mr. Gerrie’s question is the starting point for my analysis on PMS in the next chapter. Request to Extend Closing for Four Further Days

[164]The following question and answer was published on September 19, 2002, as part of Amendment No. 1.

Q30: The Integrated Relocation Program, Solicitation 24062-0200061B closing date is 02:00 PM 2002-09-30. This date falls on a Monday, virtually eliminating valuable submission time with the closing date directly following a weekend. The DND CFIRP SOW is substantially different from the “Draft” SOW, therefore a few extra days response time would be very beneficial to submission of the best response possible. A formally request PWGSC for an extension, to have the closing date be on the following Friday 02:00 PM 2002-10-04 is requested.

A30: RESPONSE:

Bidders have been provided with 45 days to prepare a response to this RFP. In order to offer a period of ramp up prior to service commencement April 01, 2003, the closing date cannot be extended.

[165]The plaintiffs argue that the abbreviated timeline served to favour the incumbent, RLRS since it had the experience from providing relocation services as well as having a service delivery structure in place. By its familiarity with the contract, RLRS already had a head start over their competition. This was exacerbated by the fact that the evaluation criteria had not been pre-published in the Letter of Interest.

[166]To illustrate their submission, the plaintiffs described that their proposal comprised eight bankers’ boxes, while the proposal submitted by Prudential Relocation Canada Ltd. comprised

2013 ONSC 2034 (*)

Page: 38

approximately 12 boxes. By contrast, during the same period of 45 days, RLRS was able to compile and submit a proposal comprising approximately 76 boxes, almost six times more material than Prudential.

[167]The abbreviated timeline posed a significant obstacle to non-incumbent bidders for two reasons: (1) the sheer size of the RFP; and (2) the requirement for bidders to familiarize themselves with the complex terms and conditions of the RFP in such a short time period.

[168]In addition, the plaintiffs needed to request information that was missing from the RFP. The comparison with the number of questions asked in the 2004 process and the 2002 process is

indicative of the time needed to properly inform tendering parties of the requirements of the bid.

Iagree with the plaintiffs’ submission that non-incumbent bidders were treated unfairly by the short time period to prepare bids. In particular, I am of the view that a “a few extra days response time” should have been provided, at least to minimize the closing date falling on a Monday.

Failure to Hold a Bidders Conference

[169]The draft RFP contained a clause stating that a bidders’ conference would be held. This clause stated that during the conference, the requirements outlined in the RFP would be reviewed and any questions would be answered. The defendant recommended that bidders attend the conference “in order to fully understand the scope of the requirement.” It was clearly seen as important. However, the evidence is clear that a bidders’ conference never took place.

[170]On September 13, 2002, Prudential requested that the defendant hold a bidders’ conference, however, no conference was held. This deprived bidders of an opportunity to receive explanations and pose questions, which would have been useful to the non-incumbents.

[171]On September 19, 2002 the following question and answer were published in

Amendment No.1:

Q 35: There should be a bidders’ conference to ensure that all bidders have an opportunity to discuss with the Contract Authority and Client Department representatives the full intent and requirements of the RFP. It would facilitate and enhance the knowledge level of bidders, further ensuring the quality of bid proposals submitted.

A. 35: Bids must close on 30 September 2002 to allow sufficient time for bid evaluation, approvals, contract award and contractor ramp-up prior to contract commencement on 01 April 2003. There is insufficient time remaining prior to bid closing to plan, notify Bidders and carry out all the tasks associated with a Bidders’ Conference.

[172]The plaintiffs succeeded in undermining Mr. Pyett’s credibility on this issue. In a letter after contract award, he indicated that as the IRP was very similar to the pilot program that was currently being used and given the cost implications to the bidders and the Crown, the decision was made not to have a Bidders’ Conference.

2013 ONSC 2034 (*)

Page: 39

[173]It is not clear what “cost implications to the Bidders” he could have had in mind, particularly inasmuch as these explanations were not included in the Amendment. Additionally, this answer was contradicted in information he provided to Mr. Genest, that the criteria from the pilot project could not be incorporated with original relocation program since they were entirely different.

[174]Nevertheless, while the plaintiffs point out that the timing of the RFP process was entirely in the defendant’s hands, it is clear that the IWG had fallen behind schedule. As such, the IDWG was scrambling to post the RFP in time to meet the government’s standard date of contracts commencing at the beginning of its financial year on April 1st.

[175]I agree with the plaintiffs that, as a result of the Crown’s failures, the non-incumbent bidders were once again short-changed and placed in an unfair position relative to that of the incumbent. While it appears that certain questions were being responded to, Prudential obviously thought that the conference was necessary and one ought to have been held. Had a conference been held, an opportunity would have been provided to allow bidders to discuss the scoring formula. This may very well have helped to avoid the subsequent elimination of all bidding parties except the incumbent.

[176]Were the defendant’s employee’s decisions concerning an abbreviated timeline and choice not to hold a bidders’ conference made in bad faith? I find that these actions were not

taken with the intention of harming the non-incumbents, but nonetheless undertaken knowingly or recklessly without regard to their impact. The defendant’s employees should have known that publishing the LOI without evaluation criteria, establishing a shortened tendering period and not providing bidders with a conference to deal with issues on the RFP, although promised, were actions that disadvantaged the non-incumbent bidders, with effects that would only serve to benefit the incumbent.

[177]This is a problem that can occur when public servants find themselves in a conflict of interest due to their inability to discharge their functions, or, in the face of some problem brought on by their own conduct. When it comes down to choosing between acknowledging mistakes or compromising the services provided to others, in the context of a risk-adverse public service, saving one’s own bureaucratic skin can prevail. In my view, is what contributed to these circumstances.

Envoy’s Review and Preparation of Submissions for 2002 RFP

[178]I accept that the Plaintiffs participated in the 2002 RFP process in good faith. They spent considerable resources to prepare a bid in response to the RFP. Their decision was based on previous experience in bid processes where the plaintiffs had been treated fairly; this is the underlying premise of a government tender.

[179]The plaintiffs decided to bid on the contract for several reasons: a) they felt that this would be a very good stepping stone for the two partners in the joint venture to obtain additional corporate business; b) the Plaintiffs had the necessary expertise; c) preliminary calculations gave the Plaintiffs a good idea that this could and would be a profitable contract; d) it is the biggest

2013 ONSC 2034 (*)

Page: 40

contract in Canada if not North America; and d) it would be very, very prestigious for both partners to be involved in this contract and to hold the government relocation business.

October 2 to October 8, 2002 - Evaluation of 2002 Bids

[180]The evaluation of the 2002 bids took place from October 2 to October 8, 2002, inclusive.

[181]Before the evaluations began on October 1, 2002, Ms. Douglas provided instructions to the evaluation committee. These instructions were provided at Mr. Pyett’s request, as he felt that he was unsure of what he wanted to tell the team members.

[182]The bid evaluation committee was comprised of Zenovia Pankiw and Ram Singh from TBS, Lt Col. Taillefer and Major Keleher from the DND, Ryan Higgs and Ray Lemay from RCMP, and Olivia Thompson from TC. The evaluation of all the bids took a total of eight days.

[183]The individuals that evaluated the bids were the same people that dealt with daily IRP- related issues during the pilot program. Thus, the evaluation team all had worked with RLRS on the Pilot Program. Zenovia Pankiw took over the responsibility of Project Authority for the IRP Program from Fern Lamarche. She became the Project Authority at TBS for the 2002 RFP until Mr. Singh replaced her in 2003. Mr. Singh was her designate in many respects concerning these contracts.

[184]Mr. Pyett oversaw the technical evaluation and was present for the majority of the bid evaluations. Mr. Pyett was present for the consensus evaluations of the technical evaluations and acted as a facilitator.

[185]Once the evaluators had completed evaluating the bids for any one bidder, they met as a group and came to a consensus score for that particular bidder after a discussion among the evaluation team members. Mr. Singh testified that Ms. Douglas came to check in on the committee throughout the process, but she primarily dealt with Ms. Pankiw.

[186]The defendant did not call Ms. Pankiw to testify. As it turns out, the failure to call the Project Authority of the 2002 RFP and resulting contract, in addition to not calling the immediate supervisors of Mr. Pyett or Mr. Goodfellow, were significant shortcomings in the defendant’s case. They were all witnesses, who by their central and supervising positions, could have corroborated, or otherwise explained, the actions of the Crown.

[187]I would have anticipated the supervisors of Mr. Singh, Mr. Pyett and Mr. Goodfellow to have substantiated and confirmed their subordinates’ conduct as well as its appropriateness and consistency with standard practices. This would include testimony concerning controversial issues, for example, relating to Mr. Pyett’s response to Mr. Gerrie, or the conduct of the 2002 and 2004 financial evaluations in particular regard to RLRS’ 0 percent ceiling price bid for PMS and its subsequent charging of transferees for these services. By their failure to testify, I conclude that they would not have validated the conduct of these gentlemen. See: Levesque v. Comeau, [1970] S.C.R. 1010, at para. 6.

2013 ONSC 2034 (*)

Page: 41

[188]I would not expect the plaintiffs to call these persons as witnesses. They are employees of the Crown and I consider that the defendant is in the sole position to bring these witnesses to court. I am aware that the plaintiffs subpoenaed Ms. Billings, but the mere fact that they were required to do so, thereby diminishing the scope of their ability to cross-examine her, only serves

to harm the Crown’s case; I find this to be evidence of its unwillingness to present a full defense of the actions of Crown employees.

[189]More generally, I do not find that the Crown has explained their failure to produce these witnesses, at least for the purpose of cross-examination. Crucially, the testimony that I would have expected from them, has not been covered by other witnesses.

Only One Compliant Bidder

[190]In addition to the Plaintiffs, RLRS, Remax, Transferease and Prudential bid for the

RCMP/GOC contract. Remax and Prudential also bid for the CF contract. Every bidder except RLRS was disqualified on both contracts.

[191]I agree with the plaintiffs that this was not a credible result and further agree that it ought to have raised red flags. Indeed, I believe it to be a contributing factor to PWGSC ’ decision to re- tender the bids.

Financial Evaluation of the Bids

[192]The RFP was clear that if a proposal did not achieve a pass mark, it would not be considered for financial evaluation.

[193]Nonetheless, despite this term, Mr. Pyett carried out the financial evaluations of the bids.

[194]He performed this evaluation independently, without any assistance and no one reviewed the results once he had completed the evaluations. The OAG was critical of this procedure and recommended that more than one person conduct the financial evaluation.

[195]Although all of the bidders, other than RLRS, were determined to be technically non- compliant, Mr. Pyett testified that his “management” wanted to know the prices of the non- compliant bids when the contract was forwarded for approval. Neither a witness, nor any explanation for that matter was called by the defendant to explain why “management” would ask for the pricing of bids that had been disqualified.

[196]Mr. Pyett created forms that contained the “roll-up”, or the breakdown of the financial evaluations for each bid, including RLRS. The form contained the bids for property command along with all the other items and the “Grand-Daddy of them all Total”, which was the total evaluated bid price.

[197]The line entitled “property management commission” is where Mr. Pyett entered the total estimated cost for PMS for each contract. For RLRS, the box would have been zero across the line. Out of the five bidders, RLRS was the only bidder to quote a zero ceiling rate for property management fees.

2013 ONSC 2034 (*)

Page: 42

[198]The defendant did not include a copy of Mr. Pyett’s rollup of the 2002 financial evaluation for this trial. In response to the Plaintiffs’ Access to Information Request, a redacted version of the “roll up” of the 2002 financial evaluations was produced to the Plaintiffs and entered into evidence.

[199]Mr. Pyett provided management with only the “Grand-Daddy” totals without the breakdown from the roll-ups. He also did not advise anyone else at PWGSC that RLRS had bid 0 percent for PMS.

[200]Mr. Pyett’s conduct in this respect will be reviewed in my analysis of Property Management Services.

December 18, 2002 - 2002 Contract Award to RLRS

[201]On, Mr. Atyeo received a letter by facsimile from Mr. Pyett, advising him that the plaintiffs’ bid was found to not be technically compliant. The plaintiffs were also advised that the contract had been awarded to RLRS in the global amount of $1,005,695,104.08 (including estimated Third Party charges and GST/HST as applicable).

[202]The RLRS bid was valued at $480,646,765.00 (GST/HST extra) for the purposes of the financial evaluation over seven years for all three clients combined, compared to the plaintiffs’ financial proposal, which was valued at $426,108,398.70 (GST/HST extra).

[203]Based on this information, the plaintiffs offered a $54,538,367 price advantage over RLRS. If one takes into consideration Envoy’s PMS quote of $42,860,160 which represents the advantage gained by RLRS bidding zero percent for PMS, Envoy’s total price advantage was $97,398,527, or approaching the $100 million.

[204]While the RLRS global bid price was disclosed in this facsimile, detailed or individual pricing information from RLRS’ financial proposal was not disclosed to Envoy. Thus, Envoy was unaware of RLRS’ quoted rate of zero for PMS.

[205]The plaintiffs were not told the individual unit prices behind RLRS’ bid. Mr. Pyett testified that he never disclosed any of RLRS’ unit prices to Envoy or to any other competitor of RLRS. Disclosure of RLRS’ prices is an issue raised in the 2004 RFP procurement process.

January 13, 2003 - 2002 RFP Debrief

[206]After being advised that they were disqualified, the plaintiffs immediately requested a meeting with PWGSC for a debrief on their proposal. Mr. Atyeo understood that the purpose of the debrief meeting was to review the evaluation committee scored the proposal, where the bidder received and lost technical points and to learn for the next time. The debrief meeting took place on January 13, 2003.

[207]It was clearly conducted in an adversarial atmosphere. The government officials were defensive for obvious reasons, having eliminated all bidders except RLRS.

2013 ONSC 2034 (*)

Page: 43

[208]Mr. Pyett asked Ms. Douglas to run the Envoy debrief session as he again deferred to her greater experience. Mr. Pyett was aware that contentious issues would arise at the debrief session and he was not comfortable in dealing with them. Thus, he asked Ms. Douglas to run the session so that he could see how he should handle it. This is consistent with his practice of turning to Ms. Douglas whenever problems occurred in the procurement process.

[209]The plaintiffs learned at the debrief meeting that they had lost a significant number of technical points because a GANTT chart was said to be missing out of the eight proposal binders that they delivered to PWGSC. The GANTT chart was worth 2100 points. It allowed the evaluation committee to see at a glance all of the activities that would have to take place prior to contract start date and the timeframe that allowed for each of those activities.

[210]Mr. Anania testified that a copy of the GANTT chart was contained within the copy of the proposal that the Plaintiffs had retained in Toronto, as well as the copy that was sent to Relonat’s office in Montreal. The matter was not resolved, but Envoy’s position was that it was never provided a real opportunity to participate in the 2002 process with the disappearance of this chart.

2013 ONSC 2034 (*)

Page: 44

January 2003 - RLRS Submits Commitment Forms Containing 9 percent Ceiling Rate for

PMS

[211]As per the 2002 contract, RLRS was required to submit an information package to the Project Authority for approval within six weeks of the award of the contract (December 18, 2002), with an information copy to be provided to the Departmental Authorities and Contracting Authority. Based on an e-mail written by Gus McIntosh, who had replaced Ray LeMay as the lead RCMP representative, it is evident that as of January 29, 2003, the Project Authority, Departmental Authorities and Contractual Authorities had received these documents.

[212]This evidence is significant and will be further considered in my analysis of Property Management Services.

February 13, 2003 IWG Meeting

[213]A meeting was held on February 13, 2003, where it is alleged by the plaintiffs that RLRS’ ceiling rate of zero for property management fees was discussed. Mr. Pyett, Ms. Douglas, Mr. Singh, Ms. Pankiw, Mr. Lemay, Mr. McIntosh and Major Keleher were all in attendance.

[214]This conclusion is based upon notes Mr. Singh took at that meeting. They read in part, “Prop Mgmt fees - bid is zero because given back to Crown. - now in personalized.” Mr. Singh testified that his note meant that RLRS bid zero for property management fees and that “the Crown” will not be making payments, so it’s “zero to the Crown.”

[215]I do not accept this testimony, for reasons discussed below when dealing with PMS.

March 17, 2003 - CITT Complaints and Conflict of Interest Investigation

[216]The plaintiffs argue that the rejection of the Prudential tender, their complaints to the CITT, and the results of the conflict of interest investigation by Mr. Genest, established that the real reason for the defendant’s decision to retender was to avoid a publicity scandal and was not a bona fide attempt to repair problems caused by the 2002 procurement process.

[217]I do not agree with these submissions. Given the numerous other issues I must consider, I will only touch briefly on these issues in comparison with the extensive submissions made by the plaintiffs.

[218]The relevant facts on the CITT decisions are quite limited. Prudential filed a complaint on March 17, 2003 raising the “Exceeds” problem identified previously, along with some general complaints about the fairness of the criteria and evaluation procedures, in particular imposing compatibility requirements on its information technology systems.

[219]Envoy intervened in Prudential’s complaint on April 4, 2003 and was granted leave on May 16, 2003. It supported Prudential’s argument on “Exceeds” and added a number of other complaints regarding favoritism, the subjective nature of the evaluation, deficiency of the LOI and shortage of time to prepare proposals. The CITT rejected these complaints during its preliminary view.

2013 ONSC 2034 (*)

Page: 45

[220]On July 30, 2003, the CITT released its decision, without reasons. They were provided on September 18, 2003. The CITT found on Prudential’s behalf concerning the impropriety of the scoring formulas because of the “Exceeds” limitations. It also found that PWGSC had incorrectly imposed requirements of compatibility of the information systems proposed by Prudential with the government’s existing technology.

[221]The CITT recommended that a revaluation be made of any point related criteria where no bidders were awarded an “Exceeds” rating. If the recommended revaluations resulted in a successful bidder other than RLRS, then the CITT recommended that PWGSC re-award the IRP contract no later than January 1, 2004. The defendant’s initial reaction was to proceed with the recommendation of a re-evaluation.

April 3, 2003 - Conflict of Interest Investigation - Michael Genest Investigator

[222]PWGSC launched an investigation into conflict of interest allegations raised by Envoy commencing in April 2003. Mr. Michael Genest, a former RCMP officer and member of PWGSC Fraud Investigation and Internal Disclosure Unit was assigned as the investigator.

[223]On July 14, 2003, in the course of carrying out his investigation, Mr. Genest spoke to Mr. Atyeo to obtain more information on a possible witness. During this conversation he disclosed that Ms. Douglas had attended a Caribbean cruise with Mr. Belair, and that members of the evaluation team had participated in a golf tournament sponsored by RLRS.

[224]This discussion occurred more than a month before Mr. Genest prepared the first draft of his report on August 19, 2003 and submitted it to his superiors. In addition, Mr. Genest continued to interview persons after July 14, 2003.

[225]On July 24, 2003, Envoy’s legal counsel wrote legal counsel at PWGSC providing an affidavit of Mr. Atyeo describing his conversation with Mr. Genest. He claimed that a reasonable apprehension of bias existed, citing the decision of Cougar Aviation Ltd. v. Canada (Minister of Public Works and Government Services), [2000] F.C.J. No. 1946, and requested a copy of Mr. Genest’s report. He also urged PWGSC to advise the CITT of Envoy’s allegations and the results of the investigation.

[226]PWGSC failed to advise the CITT due to the fact that no written report existed. As a result, Envoy wrote to the CITT on July 28, 2003, enclosing a copy of Mr. Atyeo’s affidavit requesting that these issues be considered in the context of the ongoing complaint. This request was rejected by the CITT in its decision released two days later.

[227]Envoy continued to write legal counsel for PWGSC asking it to address its concerns over apprehended bias. On August 18, 2003, it advised PWGSC that it would file a complaint with the CITT, if necessary.

[228]On August 19, 2003, Mr. Genest completed the first version of his report. It should be noted, however, that he re-interviewed Ms. Douglas and Mr. Pyett on August 25, making extensive amendments to his report.

2013 ONSC 2034 (*)

Page: 46

2013 ONSC 2034 (*)

Page: 47

Mr. Genest’s Report Amended by Superiors

[229]This report was subsequently critiqued by Mr. Pyett’s superior, Mr. Smith. This resulted in a further amended report. The plaintiffs argue that the report of August 19, 2003, should be considered the valid version for the purpose of the court’s consideration. I see no benefit in this proposition. For my part, I find that the additional conclusions added to the August 25 report were relevant.

[230]Moreover, I find Mr. Smith’s comments entirely appropriate. He points out certain areas where Mr. Genest should have provided an explanation for his conclusions. He advised Mr. Genest not to base his recommendations on his “26 years of experience,” but rather to prepare his recommendations in the context of the breach of terms of the PWGSC Conflict of Interest Guidelines reference to which should be added to the report. He also advised Mr. Genest to remove the addendum relating to his subsequent conversation with Mr. Atyeo which was clearly irrelevant to the conduct or findings of his report. Mr. Genest did not complain at trial about these amendments by Mr. Smith. I find no reason for the plaintiffs to complain either.

[231]Further versions were produced, including an addendum by Mr. Genest. No explanation was given for its absence from the original version. Thereafter, other senior members of PWGSC tinkered with the report, but made no modifications of any significance as far as I can determine, despite the plaintiffs’ protests of improper interference.

August 29, 2003 - Decision to Retender

[232]On August 29, 2003, PWGSC communicated their intention to re-tender the IRP contract to the CITT, copying counsel for RLRS as well. The department cited the CITT complaint and

“also

for reasons unrelated to the grounds of complaint filed by Prudential” that it would conduct

a full

retender of the contracts.

[233]This came about following a meeting of senior members of PWGSC on August 21 in an attempt to assess the ramifications of Ms. Douglas’ influence on the 2002 procurement process and an appropriate departmental response to the CITT decision requiring a revaluation based upon the discriminatory “Exceeds” scoring category. A number of issues were canvassed including the question of terminating the present contract and conducting a reprocurement process. The questions considered included the following from the note of the meeting:

Do we need a 3rd party review? Should we employ a fairness monitor for the revaluation? What should we tell the CITT (the decision that was made earlier is being revisited). Should we terminate the present contract and reprocure? What is missing for this is the Tribunal’s reasons for recommending a reassessment.

[234]The decision was ultimately made to terminate and reprocure. A draft memorandum from the Deputy Minister, Mr. Marshall, was prepared to the Minister recommending a full retender was prepared on August 26, 2003. It stated:

2013 ONSC 2034 (*)

Page: 48

Given the virtual certainty that Relonat/Envoy will file a CITT complaint based on an allegation of bias, the fact that the report of the Audit and Ethics Review Branch will be a part of that proceeding and that it will be very difficult to convince the CITT that the employees’ conflict of interest did not bias the outcome of the evaluation, it is recommended that PWGSC re-tender this procurement.

[235]This wording was not contained in the final version. The Deputy Minister was cross- examined on the draft document, but he had not seen it in preparation for his testimony and could not recall it from the past.

[236]He relied on the final version of the memorandum. It recommended termination and reprocurement due to the serious challenges presented in complying with the CITT direction to re-evaluate, and the existence of a perceived conflict of interest. These would be legitimate grounds to terminate and retender and I do not doubt that they were part of the Deputy Minister’s decision.

[237]Nevertheless, no one asked Mr. Marshall directly on the point of his senior counsel’s opinion that Envoy would succeed before the CITT. In addition, no one asked him whether it would have been realistic not to retender in the face of advice from his senior counsel that Envoy would likely succeed before the CITT.

[238]These are important questions because I am satisfied that, as Deputy Minister, he must have been aware of the views of his senior legal counsel, and would be required to take them into consideration in any decision made on the issue. Ignoring this advice only to have the CITT set aside the decision and order a re-tender in a few months’ time would be contrary to the best interests of the Department.

[239]It would therefore, serve no purpose to re-evaluate or to attempt to conceal the “scandal” since Envoy already had the information, the most important of which – concerning the cruise and Mr. Singh’s attendance at the golf tournament – had already been leaked to the press.

[240]The fact that the Deputy Minister did not broadly publicize concerns about the conflict of interest issue inside the government, or that he had no option in the face of the pending CITT challenge, is not something that I would hold against him.

[241]The defendant contended that the court could not rely upon the draft memorandum, which I ultimately interpret as exonerating the Deputy Minister, while the plaintiffs argued that it should somehow be used against him.

[242]During oral submissions, I pointed out my conclusions on the Deputy Minister’s reliance on legal advice. I indicated that it would be unthinkable for the head of any department to proceed on a matter which is fundamentally rooted in legal considerations, without hearing what his legal advisers had to say. Whatever the reasons for removing the passage from the draft, and I can think of many, none having anything to do with the soundness of the advice. On balance, I

2013 ONSC 2034 (*)

Page: 49

would be astounded if the Deputy Minister was not aware of his Department’s legal advice before deciding to re-tender.

[243] Having made the very significant and correct decision to re-tender, the Deputy Minister had every right, and indeed I think it was his obligation, to implement damage control measures to attempt to protect the reputation of his Department. It was already severely battered by the Sponsorship scandal. Having made the decision to retender and all that that involved, I find no sense of his crossing the line from damage control into covering-up something that had already been leaked to the press.

Criticisms of Department for Contemplating Discipline against Mr. Genest

[244]The plaintiffs describe PWGSC’s proposal to discipline Mr. Genest as a “vicious act of reprisal” for having disclosed his findings to Mr. Atyeo on July 14, 2003, which it claimed affected the defendant’s defence against the conflict of interest allegations. I find the issue is irrelevant to these matters, but because the plaintiffs are so insistent, I will deal with it.

[245]The Department did not pursue discipline. Even if they had, I would not discount the legitimacy of their criticisms of Mr. Genest’s conduct. There were immediate and legitimate concerns raised by the first departmental officials who were reviewing the situation about Mr. Genest possibly breaching the ATI procedures by divulging confidential personal information regarding the investigation.

[246]I also think the Department had every right to be taken aback by its investigator disclosing the significant results of his investigation to the complainant a month in advance of having completed the investigation, not to mention advising his superiors. I am also concerned by his not having verified some of his conclusions with witnesses, such as Major Keleher. His report makes Major Keleher appear to have had primary responsibility for the elimination of the non- incumbent bidders, when ironically, he was the one member of the IDWG who had set up the scoring matrix to prevent this from happening.

[247]I do not want to be too critical of Mr. Genest who I find to be a very good investigator, particularly in respect of the ardour that he applied to his work. My view, is that the Department’s failure was in not properly training Mr. Genest to distinguish between his duties as a RCMP investigator who regularly works closely with complainants to obtain information and concerns about avoiding disclosure of results of investigations before finally completed.

Conclusion on Issues Not Directly Related to PMS

[248]I agree with the plaintiffs that the 2002 tender was not conducted fairly. There was insufficient time to properly conduct the process caused by the IDWG not being able to complete preparation of the tender documents in a timely fashion. Nonetheless, it was the non-incumbent parties who suffered as a result of the Crown’s tardiness. Resultantly, the time available to prepare bids was restricted, no evaluation criteria was provided in the LOI, besides being denied the benefit of standard information gathering procedures on a complicated and challenging procurement process, without which they had no chance to compete fairly with RLRS.

2013 ONSC 2034 (*)

Page: 50

[249]Fortunately for the plaintiffs, the Crown employees miscued badly on the “Exceeds” debacle. They compounded this with poor judgement in allowing too close a relationship to develop with RLRS to the point that PWGSC had no option but to retender the contracts.

[250]I am critical of some of the PWGSC witnesses, such as Ms. Billings, who were of the view that the retender ought not to have taken place. No doubt this was because the reprocurement placed the Department in a very difficult position vis-à-vis avoiding conflicts of interest, which ultimately was woefully handled, as shall be seen below.

[251]Nevertheless, I give PWGSC full marks for re-tendering. I would not want Departmental

officials to come to the conclusion that the lesson learned from all of this was never to retender in the future.

[252]The lesson learned should be to put the tendering party’s interests first if time constraints arise and ensure a fair process unblemished by conflicts of interest attained by maintaining professional and appropriately arm’s-length relations with contractors of the Government.

[253]A factor that I consider was at play going forward was the resentment evidenced by Mr. Singh towards Envoy and Lt. Col. Taillefer in having to conduct the reprocurement process. In addition, a highly respected long-time public servant had been publically humiliated along with the reputation of the government in relocation. All this could be traced back to Envoy. I doubt that there was anyone in government circles who would go that extra step where Envoy`s interests were concerned.

[254]Otherwise, I find little in the events during the 2002 process, outside of the property management services issue, that has much impact going forward. The other events have set the background and perhaps rehabilitated the credibility of witnesses who play an important role in the Court’s findings of facts involving the PMS issue, to which I now turn my attention.

2013 ONSC 2034 (*)

Page: 51

CHAPTER 3 - PMS VOLUMES AND THE 0% CEILING RATE

CONTRACT PROVISIONS GOVERNING PROPERTY MANAGEMENT SERVICES

(“PMS”)

[255]In order to understand much of the analysis that follows, it is necessary that I review the provisions of the RFP concerning property management services. These requirements did not change significantly from the 2002 to the 2004 RFP.

Property Management Services

[256]The property management services (“PMS”) offered under the RFPs are considerable. This is not to be overlooked when one considers the consequences of RLRS’ offer to provide them free of charge to transferees.

[257]The 2002 and 2004 RFPs described PMS as follows:

The services provided by the Property Management Company shall include but not be limited to:

a.Advertising and showing the property to prospective tenants;

b.Thorough tenant screening;

c.Drawing up of leases;

d.Rental collection;

e.Interaction and monitoring of tenants;

f . Payment of Member’s obligations (mortgage, property taxes);

g. Assistance, at tenant’s cost, in securing rental insurance coverage; and h. Property inspections.

Third Party Suppliers

[258]Third Party Suppliers were limited to those defined in the RFPs as service providers “engaged by the contractor to provide specialized services in accordance with the IRP program or to the relocating Member as part of their [sic] entitlement under the program” (para 2.2.2) (emphasis added).

[259]By this and other provisions, responsibility for the administration of Third Party Suppliers was “downloaded” to the contractor. The Third Party Suppliers were, in effect, subcontractors with no direct legal relationship with the Crown.

[260]The contracts between the contractor and Third Party Suppliers are generally referred to as “commitment letters”.

[261]The six categories of third party services described in the RFP are: real estate, appraisal, legal, building inspection, rental search and property management. The first five of these services

2013 ONSC 2034 (*)

Page: 52

are funded from Core Funding Envelopes, whereas PMS are funded from the Personalized Funding Envelope. Both of these will be discussed at length below.

[262]There are other contracts pertaining to the relocation of transferees, such as those providing for the physical move of transferees’ belongings. These are not at issue in these proceedings.

[263]The IRP contracts focused on the management of the moves, particularly by providing counselling services to transferees and assisting them in their dealings with Third Party Suppliers.

[264]While contract and administration responsibilities of Third Party Suppliers were “downloaded” to the contractor, PWGSC and TB were responsible for monitoring their work to ensure they performed the contract awarded as a result of the tendering process. This contract is sometimes referred to as Contract B. The terms of Contract B were identical to those contained in the RFP, unless extra services were contracted for outside of the RFP process.

[265]The Contracting Authority is a PWGSC employee named in the contract, whose responsibilities included ensuring that the contractor and its Third Party Suppliers delivered the services contracted for under Contract B. For the 2002 and 2004 contracts, the Contracting Authorities were Mr. Pyett and Mr. Goodfellow respectively.

[266]PWGSC shared the task of ensuring contractor compliance with the Treasury Board. These responsibilities fell to the Project Authority, sometimes described as the Technical Authority. Ms. Pankiw and Mr. Singh were the Project Authorities for the 2002 contract, with Mr. Singh’s responsibility continuing into the 2004 contract. Mr. Singh reported to Ms. Pankiw when she was Project Authority.

[267]Another relevant responsibility of the Project Authority was to interpret the application of the contract where questions or disputes with transferees arose. Mr. Singh performed these duties, as well as updating the IRP policies where necessary, which could result in an amendment to the IRP contract.

Commitment Letters and the Directory of Third Party Suppliers

[268]The commitment letters signed by the Third Party Suppliers contained “quality and price assurances,” the latter being the maximum prices they could charge transferees. From time to time, I will refer to these maximum prices, expressed in terms of percentage of gross monthly rent, as “commitment prices” to distinguish them from “ceiling prices” which are quoted by the contractor in the RFP as its price for the services.

[269]The RFP required the winning contractor to prepare a Directory of Third Party Suppliers. The Directory listed all of RLRS’ third party suppliers who had committed to meet the quality requirements of the IRP policies at the commitment price quoted in agreements.

[270]It was a term of the RFP that the contractor recommend one of the Third Party Suppliers from the Directory to any transferee who had not preselected one. There was an additional term

2013 ONSC 2034 (*)

Page: 53

that stated that the contractor had to agree to distribute referrals, to maintain a consistent market share among Third Party Suppliers participating in the program. RLRS, as the relocation manager, was not permitted to provide third party services which had to be delivered by Third Party Suppliers.

Directory and non-Directory Third Party Suppliers

[271]Transferees could substitute other arm’s length Third Party Suppliers in the place of a service provider from the Directory. Arm’s length, non-Directory suppliers were not required to commit to quality standards or price limits as those listed on the Directory. However, invoices from these suppliers were also reimbursed from the transferee’s Personalized Funding Envelope up to the established fee limits.

[272]Alternatively, property management services could be obtained completely outside of the contract. The transferee could cash out the amounts remaining in the Personalized Funding Envelope and use them to pay someone who was not necessarily at arm’s length, or even a professional PMS provider. These non-arm’s length suppliers would be paid with after-tax dollars, which was a disadvantage.

[273]The property management services volumes quoted in the RFP lie at the heart of much of the controversy in this case. PMS volumes for the purposes of the RFP, whether referring to estimated or actual volumes, comprise only volumes of services provided by Third Party Suppliers listed on the Directory.

[274]The right of transferees to retain non-directory, arms-length Third Party Suppliers of PMS, introduced confusion into the tracking of PMS volumes. While they were paid from the transferee’s personalized funding envelope, they were not counted for tendering purposes. However, their costs were tracked because they were paid from the transferee’s Personalized Funding Envelope. PMS providers paid for by the transferees were similarly not tracked in PMS volumes maintained under the contracts.

[275]On many occasions, witnesses for the defendant indicated that it was not possible to know exactly the PMS volumes were used for tendering purposes, as there were only services supplied by Third Party Suppliers on the Directory. In fact, I find that these volumes were tracked and the breakdown of volumes between Directory and non-Directory PMS suppliers was available. To reinforce this finding, I note that the OAG obtained the Directory volumes with relative ease when requested.

[276]What was not available were the statistics on non-arm’s length Third Party Suppliers retained by the transferee themselves. This is logical since the transferee paid them individually. However, these data are not relevant to this litigation.

Payment from Personalized Funding Envelopes

2013 ONSC 2034 (*)

Page: 54

[277]The funding of PMS was different from the other third party services. The other five third-party services were paid from the Core and Custom Funding Envelopes. Property management services were paid out of the transferee’s Personalized Funding Envelope.

[278]The distinction between these three “Envelopes” is as follows:

Core Funding Envelope: Core funded benefits were used to pay for services considered essential for the move, which included the other five third party services in these contracts such as real estate fees, legal fees, etc.

Custom Funding Envelope: This envelope was used to fund benefits for services that were customized to the personal situation of the transferee. They included costs incurred due to variances in the size of the family, the distance that was being travelled and the weight of the household goods and effects that had to be shipped. These benefits are not relevant to this matter.

Personalized Funding Envelope: The benefits from this envelope were used to pay legitimate relocation expenses, as recognized by Canada Revenue Agency, though they were not considered to be critical to the move. These included property management services.

[279]The last envelope was funded from grants – Movement and Posting Allowance Grants – and from transferred Core funds as incentives. The most significant incentive was that paid into the fund when transferees chose not to sell their residences (the other two incentives relate to savings on long-term storage of appliances and travel expenses).

[280]When homeowners sold their homes, the related costs incurred by the Crown, such as real estate and legal fees, were substantial. As noted above, these costs were paid out of the Core Funding Envelope. When homeowners choose not to sell, which usually involved the rental of their homes, savings were generated to the Crown. As an “incentive” not to sell their homes, the government transferred some of its savings out of “core” and into the transferee’s Personalized Funding Envelope.

The Basis of Payment (“BOP”) for PMS

[281]The incentive amount transferred into the Personalized Funding Envelope from the other envelopes was calculated using the following formula:

80 percent of real estate commission for not selling home (max. $12,000)

[282] Funds in the Personalized Funding Envelope were the property of the transferees. Although retained in the government’s possession and control, I find that the beneficial interest of funds deposited in the Personalized Funding Envelope passed to the transferee upon the exercise of the decision to sell. The funds in the Personalized Funding Envelope were to be used

2013 ONSC 2034 (*)

Page: 55

at the transferee’s entire discretion. Any amounts left over were cashed out to the transferee as a taxable benefit.

Savings Generated by Competitive Tendering Process

[283]The competitive tendering process carried out across Canada was intended to obtain the lowest possible ceiling prices for all third party services using volume discounts. Savings from core funded third party services were to the Crown’s benefit. A 0 percent ceiling price, in the case of real estate, would mean that these services were free or at “no charge” to the Crown.

[284]Conversely, because the funds in the Personalized Funding Envelope belonged to the transferee, any savings to property management services generated by the tendering process were for the benefit of the transferee, not the Crown. A 0 percent ceiling price for PMS meant that these services were free or at “no charge” to the transferee.

[285]While I do not mean to belabour this point, it is important to clarify as both Mr. Belair and Mr. Singh repeatedly attempted to rationalize RLRS’ charging transferees for PMS based on the notion that there was “no charge to the Crown.”

Pricing Property Management Services

[286]The BOP in the RFP asked for prices for two categories of services, which together made up the contractor’s “total bid price”. The Contractor’s component of the bid was an assortment of Administration Fees paid for its overall management of relocations based primarily on its counselling functions and from which it derived its revenues and profits.

[287]The second category of services included in the Contractor’s total bid price was that it is Third Party Suppliers. These were flow-through fees, in the sense that the contractor generated no profits from them. Indeed, the fees and profits made by Third Party Suppliers were part of the costs that the Contractor had to bear as a component of the administration services. This included ensuring that Third Party Suppliers were paid for their services out of the envelopes set up under the RFP.

[288]The Crown obtained the lowest price possible for third party services by requiring the tendering parties to quote “Ceiling Prices” in the RFPs for the six categories of third party services. Thus, the lower the Third Party Suppliers’ fees, the lower the total bid price of the contractor. The contractor thereby shared the Crown’s interest of obtaining the lowest possible price from the various Third Party Suppliers in order to win the tender.

[289]The ceiling prices for property management services were expressed as a percentage of the gross annual rent limited to $1000 annually in 2002 and $1500 in 2004. To calculate the total price for property management services over the five or seven year term of the contract, the ceiling price percentage [described as the “rate”] was monetized by multiplying it by the arbitrarily fixed amount of $12,000, representing a fictional gross yearly rent.

[290]This amount was inserted in the following formula, as one of four multiplicands (underlined below) to calculate the property management fee for each region.

2013 ONSC 2034 (*)

Page: 56

Property Management Fee:

60 percent of the estimated number of moves annually by region X annual rate (rate X $12,000 per year) by region X the number of years the rate applies by region.

[Emphasis added.]

[291]The estimated number of annual moves was a statistic provided in the RFP by the Crown. However, reference in these reasons to the “estimated PMS volumes” refers to 60 percent of the estimated annual moves. This is the volume of moves multiplied by $12,000 and by the ceiling rate quoted to determine the dollar price bid.

[292]By the fact that the annual estimated moves, the annual gross rent and the number of years (and regions) were set by the formula, only the ceiling rate was supposed to be a true variable in the formula.

[293]One of the compliance issues considered in this lawsuit, but eventually abandoned having not been pleaded properly, is whether the estimated number of moves was also a true fixed multiplicand. The only means to have made it a true fixed multiplicand was to require the contractor to bid the commitment price of their Third Party Suppliers.

[294]Importantly, if the tendering parties were not required to bid the commitment price of their suppliers, they could also substitute actual PMS volumes for estimated PMS volumes. This permitted a lower ceiling price to be quoted which reflected the actual volumes, even though the formula stipulated estimated ones. As the tendering party was only required to quote a ceiling price, the fact that it was using actual volumes would not be known.

[295]However, when the ceiling price quoted is 0 percent, it is clear that this ceiling price could not reflect fair market value for the services: no arm’s-length third-party supplier would agree to provide its PMS free of charge.

[296]It turns out that the total estimated volumes in the PMS formula were about 250 times higher than the actual volumes. This meant that the ceiling price could effectively be 0 percent without any serious financial consequences to the tendering party, as long as the actual volumes remained at their low volumes.

[297]However, if PMS were free, their use would be expected to rise significantly under the new contract, given that they were free. There would be no reason for any transferee to use any non-directory Third Party Supplier of PMS when professional services were available at no charge. Free PMS would also be a meaningful incentive for borderline homeowners to decide not to sell, but rent their homes.

[298]In addition, because the services were at no charge, the $1000 and $1500 limit would never be attained.

RLRS’ Property Management Services Premium

2013 ONSC 2034 (*)

Page: 57

[299]Envoy bid a ceiling price of 8 percent in 2002 for PMS across the country. As noted above, this ceiling price was converted into a monetary value of $42,860,160. In 2004, Envoy’s PMS bid was $48,327,426.

[300]The 0 percent ceiling rate tendered by RLRS for property management services, by reason of applying the formula, obviously resulted in a total price bid of $0 for these services. I have described the differential between Envoy’s bid and RLRS’, as RLRS’ PMS “premium” because it was to RLRS’ advantage. In 2002, the premium was approximately $42 million. Because of the increase in volume estimates, it was approximately $48 million in 2004.

[301]I find as a fact that RLRS’ premium resulted from it substituting the actual PMS volumes for the estimated volumes in the RFP formula when quoting a 0 percent ceiling price. Conversely, I find that Envoy understood that the scheme of the contract, confirmed by answers provided by the Contracting Authority, required it to quote the commitment prices of its suppliers as its ceiling prices and multiply them by the estimated PMS volumes.

[302]From the figures described above, the resulting differential between Envoy’s and RLRS’ bids was very significant. For example in the case of CF relocations, the actual number of moves using Directory PMS was less than one third of 1 percent (.003) of those estimated in the RFP. Based on Envoy’s seven year total PMS bid of $48 million, RLRS’ cost to service the volume of actual moves during that period would be approximately $108,000 or $150,000 over 7 years (.003 of $48 million) with the remainder being RLRS’s premium.

Charging Transferees for PMS

[303]The Crown’s case came apart because RLRS charged transferees for PMS, despite quoting a 0 percent ceiling rate. The Crown authorized these charges when it pre-approved the Third Party Suppliers’ PMS commitment letters as required under the RFPs. The commitment letters were contained in the relocation packages provided to transferees who were being relocated. It is my finding that the Crown authorized charging transferees for PMS knowing that this was in violation of both the 2002 and 2004 Contracts.

Application of RLRS’ Premium

[304]RLRS could apply its premium to its advantage in two ways: lower its total bid price or increase its profitability. Lowering its bid price was simple. It just bid on the other third party and administrative fees as it normally would, taking advantage of the zero dollars for property management services to reduce its total price.

[305]Alternatively, if RLRS was of the view that it did not need all or some of the premium to win the contract - for instance as a result of its superior technical competence - it could decide not to use all or part of the $48 million price advantage on PMS. Instead, it could transfer some or part of its PMS premium to its administration fee by increasing its price. In this manner, its total price would not reflect that it bid a 0 percent ceiling price, because the PMS premium would be reflected in a higher administration fee, i.e. increased by a maximum amount in 2004 of $48 million based on an 8 percent ceiling price tendered by other bidders.

2013 ONSC 2034 (*)

Page: 58

[306]As RLRS generated its profits from its Administration Fees, it could add a further $48 million to its administration fee price, with only a minimal increase in its costs representing

1/250th or .003 of the amount that it would have to pay, so long as the actual volumes remained at their historic level.

[307]Conversely, the Crown would not obtain any value for any increase in the winning bidder’s administration fee, to the extent that any or all of RLRS’ premium was transferred to its administration fee.

[308]In fairness to RLRS, I have used the scenario as though it transferred the entire premium to its administration fee. This is admittedly unlikely, since RLRS still had to win the bid and a lower price component would undoubtedly be beneficial.

[309]Nevertheless, RLRS being $97,398.527 higher than Envoy certainly suggests that it used much of its PMS premium to raise its administration fee, rather than lower its price

[310]Transferring PMS savings to the administration fee was not a work of fiction. Mr. Lockington, President of RLRS during both tenders, testified that by bidding 0 percent on property management fees, RLRS was able to propose a higher administration fee. However, no details on the premium charged were ever provided to the Court.

[311]The possibility of transferring PMS dollars to administration fees, also explains why the OAG concluded in its 2006 report that the Crown may have paid too much in administration fees for these contracts.

TENDERING AND EVALUATION OF PROPERTY MANAGEMENT SERVICES IN THE 2002 PROCESS

[312]I conclude that the 2002 tender for PMS was unfair. Tendering on PMS was based on estimated PMS volumes which were known by the defendant to have been grossly inflated. The defendant was also aware that RLRS had bid for the provision of PMS using the actual historical PMS volumes, when the other bidders had been instructed to use estimated volumes set out in the RFP. As I noted above, the plaintiffsabided by these instructions in its bid.

[313]After understanding that RLRS had gained an unfair advantage by its PMS bid, this information was concealed within a select group of the defendant’s employees and no action was taken to challenge RLRS on its bid. The defendant’s awareness that the process was unfair was further confirmed when it authorized RLRS to charge transferees for PMS while being fully cognizant that this conduct was contrary to what RLRS had tendered.

Disparity between the Estimated and Actual Volumes

[314]The estimated CF relocation volume of PMS, in both the 2002 and 2004 RFPs, were described as being 60 percent of the estimated 12,000 total annual CF moves. This meant that estimated annual PMS usage was 7,200, or 36,000 for five years.

2013 ONSC 2034 (*)

Page: 59

[315]Information provided to the OAG confirmed by the client agencies found that only 183 relocations used PMS out of a total 81,000 moves for six years from 1999 to 2005. Thus, less than one quarter of 1 percent (.00225) transferees used PMS in comparison with the estimated 60 percent of relocations provided in the BOP PMS formula.

[316]A similar differential existed between the estimated use of PMS by members of the RCMP and GOC and those that actually occurred. Between 1999 and 2005, only 2 of almost 11,000 RCMP moves and 4 of more than 5,300 GOC moves used PMS under the IRP contracts.

Mr. Singh was Aware that PMS Volumes Were Grossly Inflated

[317]The defendant has attempted neither to explain how the inaccurate estimates occurred, nor who amongst its many witnesses was principally responsible. Because it did not ask questions that might have shed some light on the single most important factor giving rise to this litigation, I can only presume that this evidence would not have assisted its case.

[318]The only information elicited concerning origins of the inaccurate estimates was obtained in the documents questioning this apparent rationale and from cross examination of the Crown’s witnesses.

[319]At one point, Mr. Pyett indicated that the estimates came from the pilot project. This evidence was unsupported in any manner and appears to be refuted by quarterly reports discussed below, copies of which Mr. Singh acknowledged receiving and that Mr. Pyett should have been aware of.

[320]This is also contradicted by Major Keleher’s testimony in that he was asked to supply CF statistics differentiating between homeowners and renters. Major Keleher testified that he did not

participate in drafting the BOP formulas for third party suppliers and was not aware of RLRS 0 percent bid on PMS. I find his absence from the discussions, though a member of the IWG, disquieting to say the least.

[321]The effect of accepting their evidence results in a disturbing conclusion: not all members of the IWG were involved in drafting the PMS pricing evaluation formula. This is corroborated by other evidence leading me to conclude that Ms. Douglas and Major Keleher were also not advised of RLRS’ 0 percent bid or that RLRS charged transferees 9 percent for PMS. Mr. Pyett corroborates their evidence that they knew nothing about RLRS’ zero bid.

[322]The evidence overwhelmingly establishes that erroneous PMS estimates originated from rental statistics at the destination locality. At the same time, and deeply troubling to this court, is that there is no logical connection between destination rental statistics and transferees selling their homes at points of origin.

[323]This point was raised with Mr. Singh on other occasions. In 2006, during the OAG investigation of the 2004 RFP, Mr. Charlebois, the RCMP Departmental authority at that time, asked asked Mr. Singh the following:

2013 ONSC 2034 (*)

Page: 60

Since it is apparent that these estimates (expressed as a percentage) re purchases / rentals relate to housing at new post, we have a hard time understanding how this could then be used to estimate that 30 percent of the annual RCMP moves involved property management services?? We really can’t understand the correlation between renting at destination (new post) and the need to use property management services at origin (old post).

[Emphasis added.]

[324]As he did throughout his testimony in this trial, Mr. Singh did not answer the question: though this is not surprising as there was no logical response. Instead, he mislead Mr. Charlebois, stating, “It was difficult to say for a fact how many will actually use such service since the choice was a personal matter and not necessarily processed through RLRS.” As mentioned above, non-contract use of PMS was a red herring. In any event, the question was not whether he knew for a fact about the actual volumes, but rather what was the basis for his estimates.

[325]Evidence introduced during trial, in the form of quarterly expenditure reports, from which Mr. Singh admitted he reviewed as part of his duties, refutes any rationale justifying a volume estimate of 7,200 usages of PMS for the CF contract or similar estimates for the GOC or the RCMP.

[326]It was Mr. Singh’s responsibility as Project Authority to monitor workload volume and referrals to Third Party Service. His duties included monitoring expenditures for the Government and contractor, as well as advising members that there were staying within budget.

[327]Among reports that Mr. Singh acknowledged he regularly received and reviewed, there was one entered into evidence which described expenditures for all departments by category for the 18 month period of April 1, 1999, to September 30, 2000. Total property management fees for this period were $84,475. In the departmental break-out, DND had 18,825 relocations, but PMS costs were $73,400. The RCMP had 2274 relocations with PMS costs of $1891. The remainder of $9,181 in PMS costs is attributed to the GOC which fell squarely within Mr. Singh’s bailiwick.

[328]The 18 month total represents an annual PMS cost of $56,317. When extrapolated over seven years, this produces a total PMS cost to the Crown of $394,217. Bearing in mind that these figures include Directory and arm’s length non-Directory amounts paid out of the personalized funding envelope, the totals for Directory the PMS should be less than this amount.

[329]While these reports only tracked total moves and revenues expended for PMS, they demonstrate conclusively that the estimated volumes in the RFP were very significantly inflated.

[330]The dollar amount of $73,400 expended by DND for 18 months would represent approximately 75 relocations using PMS. Meanwhile, the projected dollar amount for even a lowball Ceiling Price of 4 percent would result in a total seven-year amount in the millions of dollars, many times greater than the figures shown on these reports. No explanation, satisfying or

2013 ONSC 2034 (*)

Page: 61

otherwise, has been provided to this court, why the information in the quarterly reports was ignored.

[331]Given Mr. Singh’s primary responsibility for monitoring work load volume and referrals to PMS, including expenditure on services, which he had never suggested was not assiduously carried out by him, I conclude that he knew full well that the formula calculating PMS use as a function of 60 percent of total relocations was preposterous, and that the actual volumes exponentially smaller.

[332]The evidence suggests that Mr. Pyett also received and reviewed RLRS’ quarterly reports. It appears that he was not credible when he testified in chief that he did not receive quarterly reports. This is contradicted by answers provided the OAG whereby both the Project Authority and the Contracting Officer received quarterly financial reports that were reviewed. I hold this evidence against him for knowing, after the fact, that the estimates had been grossly inflated and having taken no steps to correct the situation as a result.

[333]Nonetheless, it is not apparent that Mr. Pyett knew the extent of the misrepresentation of estimated PMS volumes during the 2002 tender process. He was never specifically asked whether he received the reports from the pilot project. In addition, he had just become the Contracting Authority in 2002 and I doubt that he was familiar with this historical information – his reliance on Ms. Douglas further reflects his lack of experience.

[334]Ms. Douglas would have likely known about these reports. Further, from her general knowledge of relocation, had the PMS volumes in the RFP been specifically drawn to her attention, she would have very likely known that they could not possibly have been accurate. She was not asked questions on her knowledge of volumes however, so I make no specific finding on that fact. I also note that Mr. Pyett did not have responsibility to monitor workload volumes and referrals to Third Party Services, which was solely the function of the Project Authority.

Mr. Pyett Breaks Standard PWGSC Protocol Answering a Question from Envoy

[335]In an email dated September 13, 2002, Mr. Gerrie, a representative of Envoy, pointed out to Mr. Pyett the same fallacy of the rationale being used to determine estimated volumes of PMS as was put to Mr. Singh four years later. He requested to be advised of the basis for the 60 percent calculation.

While it is recognized that 60 percent of CF members ultimately rent accommodation in the destination location, it is not likely that 60 percent of the total own property in the departure location. Please advise on what base [sic] number the 60 percent is calculated.

[336]On September 19, 2002, the IWG held a meeting to provide answers to bidders’ question. Ms. Douglas and Major Keleher were invited to this meeting. In the afternoon, Mr. Pyett posted Amendment #2 to the RFP which comprised questions and answers from bidders. Mr. Gerrie’s question was not included in the Amendment, which is a concern to the court as to whether it was intentionally withheld by Mr. Pyett.

2013 ONSC 2034 (*)

Page: 62

[337] The following day, Mr. Gerrie pointed out to Mr. Pyett that the amendment did not include an answer to his question and requested a response. Mr. Pyett answered as follows:

I apologize for missing your question in the Amendment yesterday. In response, the numbers provided in Appendix 1 to Annex C are for evaluation purposes only in order that we may arrive at a total bid price for each bidder.

Upon Contract award, these fees would only be paid in the actual instance where the service is provided.

As CF estimates show only 40 percent of members are home owners, it is possible that the actual usage for this service would be closer to 40 percent than the 60 percent indicated. However, as this number is used purely for evaluation and is consistent for all bidders, no amendment will be made to the document.

[Emphasis added.]

[338]Because Ms. Douglas was the acknowledged expert on procurement, when she testified she was asked in chief by the defendant how the Contracting Authority was supposed to deal with questions from bidders.

The contracting officer receives questions from the potential bidders and forwards those questions, when they’re technical, forwards them to the client department for a response, vets the response to make sure that it’s consistent with the technical requirements, in other words, the response doesn’t mean that the Statement of Work or the evaluation criteria need to be amended, because if they do, then the Contracting Authority has to do the amendment. They post the questions and the answers on the MERX so that all of the bidders who have the RFP can see all of the answers, all of the questions that have been asked by all the bidders and all of the responses that are provided

[Emphasis added.]

[339]She was not asked about Mr. Pyett’s answer to Mr. Gerrie in chief. For this reason, when questioned in cross-examination on the events of the 2002 RFP having to do with PMS, I ascertain that she was caught off guard. She struggled to find an explanation for Mr. Pyett’s conduct, but ultimately could not. In the end, I judged her to be flabbergasted by his actions.

Q.And you said that there are certain questions that would be forwarded to the Technical Authority for response?

A.Yes.

Q.Would you consider this to be such a question?

A.Yes.

2013 ONSC 2034 (*)

Page: 63

Q. It doesn’t appear that Mr. Pyett has sent this to the Technical Authority for a response.

A. In this chain, that’s correct.

Q. You’ll see, in the third....

A. But if he -- he could have, he could have sent it, got a response back, and then responded to the e-mail that he had received, as opposed to forwarding the whole thing. I don’t know. I mean, it’s not a decision that David would make on his own. To my -- to my knowledge, I wouldn’t -- I wouldn’t think he would either.

Q. Well and it appears that Mr. Gerrie is following up at 10:46 a.m. and David replies at 10:58?

A. Yes, that’s what it looks like.

...

Q. In Mr. Pyett’s third paragraph, in the top e-mail, he says:

As CF estimates show only 40 percent of members are home owners, it is

possible that the actual usage for this service would be closer to 40 percent than the 60 percent indicated.

A.Okay.

Q.If the CF estimates show that only 40 percent of members were homeowners, why would the inflated number of 60 percent be used here?

A.I don’t know.

Q.And you have...

A.I don’t know.

Q. ...no explanation for why an amendment wouldn’t be made to make the number more accurate.

A.None.

[340]Mr. Pyett followed Ms. Douglas as a witness. While he knew little about relocation, he was experienced in matters of procurement, being with PWGSC since 1993.

[341]He was asked questions in chief concerning his response to Mr. Gerrie. No question addressed the issue of his providing this information to one bidder and not by amendment. I do not believe that any response was possible in that he had clearly broken standard protocol of ensuring all bidders have the same information.

[342]He explained however, that he did not review this request with the technical authority because it was based on an estimate. As such, he thought it was fair to all bidders and was therefore not necessary. He also testified that he had no information on actual usage.

2013 ONSC 2034 (*)

Page: 64

[343]I find his answer not credible in light of Ms. Douglas’ clear statement that she could not understand how he could provide these answers himself without involving the technical authority. She also could not understand how an amendment would not be made to correct the estimates. This was not testimony she wished to give in my estimation. I have already indicated that I find Ms. Douglas to be a credible witness.

[344]Mr. Pyett had no actual information on PMS volumes, yet opined that the estimates were possibly incorrect, suggesting that actual volumes were one third lower than estimates.

[345]Accordingly, an “estimate” on a bid item representing millions of dollars can be off by as much as one third.

[346]The other problem in his answer concerns the distinction that he provides between actual volumes and estimated ones. He points out that “fees would only be paid in the actual instance where the service is provided.” Against this backdrop, he tells Envoy that bidding will be based on estimates. In effect, he is saying that actual volumes do not matter and effectively directs Envoy to use the estimated volumes because it “is consistent for all bidders.”

[347]By this response, Mr. Pyett has boxed himself in when he opened RLRS’ financial bid and sees the PMS 0 percent ceiling price quote. I find that he realized that RLRS had used actual volumes when he had clearly told Envoy that this could not be done and directed Envoy to use the estimated volumes in contradiction to the requirement of fairness to all bidders. I add to these conclusions below.

[348]I find that he cannot take RLRS’ 0 percent bid to his superiors without being the subject

of severe

criticism for his conduct. He

will be required to advise them of his email to Mr. Gerrie.

It contains evidence of his breach of

fundamental PWGSC contract administration rules, to wit:

providing

a response that only could be given by the technical authority, failing to correct the

estimated

volumes and not providing his response to all bidding parties.

[349]Perhaps worst of all, it is a clear direction that the bidders cannot rely upon actual volumes and must bid using the estimated volumes. On this basis, RLRS’ bid was fundamentally noncompliant.

[350]On top of all the other problems with this RFP - no evaluation criteria, an inappropriately shortened tendering period and the failure to hold a promised bidders’ conference because it ran behind time - his situation as contracting authority in being responsible for the overall conduct of the bid is already extremely problematic, leaving aside the additional problems caused by his response to Mr. Gerrie.

[351]I conclude on the basis of his conduct, that his decision was to conceal RLRS’ bid of 0 percent to avoid any scrutiny of his failures as Contract Authority of the RFP.

Mr. Pyett Recognized the Tender was Unfair Because RLRS Had Used Actual PMS Volumes

2013 ONSC 2034 (*)

Page: 65

[352]I find that any reasonable person in Mr. Pyett’s circumstances would have been surprised, to say the least, after all the bids were open, by the realization that RLRS, unlike the other tendering parties had not bid zero dollars for PMS, the difference with Envoy’s bid was $42 million.

[353]Mr. Pyett, as the person charged with conducting a major procurement process, would have the extra added responsibility of ensuring that nothing untoward impinging on its integrity would occur on his watch.

[354]Common sense dictates that PMS would not be provided free of charge by property management professionals. Mr. Pyett saw that other bidders had tendered as much as $42 million

for the services which must have reflected fair market value. This excludes any possibility of the 0 percent bid originating from a concession on the part of RLRS’ Third Party Suppliers.

[355]The question of the inaccuracy of the PMS volume estimates was live in his mind as the issue was raised by Mr. Gerrie requiring him to breach PWGSC tendering protocols, something he had to be painfully aware of. He had acknowledged that the estimates were off by as much as one third. He had no knowledge of how accurate they were.

[356]The PMS financial tendering formula was set, but questions had been raised about the veracity of the estimates. He knew that bidders were supposed to rely upon the estimated volumes. He knew the magnitude of differential of $42 million was simply too great to be written off as a business decision. Mr. Pyett was not an unintelligent person. A moment’ s reflection had to force his mind back to the formula, back to the queries on the estimates, back to the realization that RLRS would know the actual historical volumes and to the obvious conclusion that it had tendered using historical PMS volumes, when everyone else had relied upon the estimates, as he had told Envoy to do, and which he knew were at least one third off.

[357]I readily find on the balance of probabilities that Mr. Pyett was aware that there was a significant problem with RLRS’ bid on PMS and that Mr. Pyett knew it related to RLRS using actual PMS volumes to tender or otherwise turned a blind eye to this probability.

[358]Finally, if not from the circumstances leading up to opening the tender, Mr. Pyett impliedly admitted that RLRS used insider information during cross-examination.

Q.But you didn’t care how accurate the estimate was?

A.For the purpose of bid evaluations, no.

Q.No. So, I guess you didn’t care if bidders knew how accurate the information

was.

A. Everyone was provided with the same information.

Q.But it seems some bidders had more information than others, wouldn’t you agree?

A.Possibly.

2013 ONSC 2034 (*)

Page: 66

Q. Yes. Royal LePage, to be specific.

A. Yes, and if Envoy had had the contract, they would have had an advantage too.

Q. Well, they didn’t have that contract, did they?

A. Not at this time.

Q. No. Not ever, in fact. In fact, nobody has had it but Royal LePage, right? A. That appears so.

[Emphasis added.]

[359]In admitting that RLRS had an advantage because it had information as the incumbent that Envoy did not, Mr. Pyett effectively admitted that the procurement process was unfair.

Rule Against Comparing Bids

[360]Mr. Pyett testified that Paragraph 4.0 of the Evaluation Procedures in Part II of the General Information section of the RFP prevented him from comparing bids. It reads as follows:

Proposals received will be compared separately against the evaluation criteria identified therein for the total requirement of this Request for Proposal (RFP) and in conjunction with the accompanying Statement of Work.

[Emphasis added.]

[361]This explanation, which I find to be bogus, was also used by Mr. Goodfellow to justify the fact that he took no action when RLRS also bid 0 percent on PMS in the 2004 RFP.

[362]The rule against comparing scores is to prevent arriving at a score by comparing it with another bid as opposed to relying upon the evaluation criteria.

[363]The issue is not about evaluating or comparing a single number inserted as a ceiling price which was glaringly a complete outlier quote that jumped off the page of Mr. Pyett’s rollup of all the bids. I find that Mr. Pyett was aware, by the magnitude of the difference between the bidders that, at minimum, there was a fundamental problem that raised issues as to the integrity of the procurement process.

[364]He found himself in a conflict of interest in carrying out an investigation of RLRS’ outlier quote on PMS by his knowledge that he may have contributed to it, or, if an investigation ensued, would be severely criticized for breaching fundamental PWGSC tendering protocol.

[365]Issues concerning the integrity of the bidding process are not subject to any rule which could prevent an investigation to determine whether the process is fair, any more than it could prevent PWGSC from taking corrective measures from a conclusion that the process was unfair.

2013 ONSC 2034 (*)

Page: 67

[366]To permit a term in the RFP to prevent obvious unfairness in a process which is premised on fairness was not credible on the part of both Mr. Pyett and Mr. Goodfellow. It would be an

acceptance by the court of an extreme dereliction in their duties as Contracting Authorities were I to accept their testimony, which I do not.

Mr. Pyett Conceals RLRS’ Zero Bid

[367]In order for Mr. Pyett to avoid the consequences of the difficult position that he had put himself in, I conclude that he followed a strategy of concealing RLRS’ zero bid to the extent possible. He did this in four ways:

1.He failed to advise his superiors of RLRS’ bid and his own actions;

2.He did not advise Ms. Douglas;

3.He did not advise Lt. Col Taillefer and Major Keleher ; and

4.He permitted RLRS to charge transferees 9 percent, thus concealing its 0 percent bid.

[368]I will examine the first three of these items in this section because they all relate to Mr. Pyett. I will consider the acquiescence to RLRS charging transferees in the next section where I will consider Mr. Singh’s similar conduct.

Mr. Pyett’s Failure to Advise his Supervisor of these Events

[369]I asked Mr. Pyett whether he advised his superior, Mr. Paquette, that RLRS had bid zero on PMS. His answer was that he did not believe so and that he prepared no reports or anything else in writing to his superiors indicating the bid outcomes in detail.

[370]The defendant is critical of my asking this question, and others seeking an explanation as to how he could not have reacted to RLRS’ bid. Indicating that I had exceeded the bounds of neutrality by doing so, the defendant requested that these passages be struck. I am prepared to accede to this request.

[371]By the time that Mr. Pyett testified, I had already concluded that, without some explanation, he must not have advised his superiors. Ms. Billings and Mr. Benoit testified that they had no knowledge that RLRS had bid 0 percent on PMS in the 2002 process and I believe them.

[372]The fact that senior management was not aware of RLRS’ bid was also contained in the report of the OAG. If Mr. Pyett had advised his supervisors it is unimaginable that they would not have advised others and senior management would have found out. Instead the OAG indicated there was a problem that only one person was conducting the financial evaluations, and pointed to the failure to provide detailed information on tender bids to management, which

2013 ONSC 2034 (*)

Page: 68

obviously supports my conclusion that Mr. Pyett, incredibly, did not report to his supervisors that RLRS had tendered 0 percent bid.

[373]The plaintiffs pled that the defendant “failed to exercise a reasonable degree of managerial oversight over those officials who were tasked with carrying out this tendering process.”

[374]My conclusion that Mr. Pyett intentionally did not advise his superiors is also formed by the logic of the situation, including: his inappropriate conduct as Contracting Authority in responding to Mr. Gerrie’s question; the failure of the defendant to lead evidence from him explaining his turning a blind eye to the egregious differences in bid outcomes between RLRS and the other bidders; the failure of the defendant to call Mr. Paquette; Mr. Pyett’s concealing the 0 percent bid from Ms. Douglas and Lt. Col. Taillefer; and finally Mr. Pyett knowingly permitting RLRS to charge transferees contrary to contract terms.

Mr. Pyett’s Failure to Advise Ms. Douglas of these Events

[375]Ms. Douglas was questioned on the fact that her name was shown on Mr. Singh’s handwritten notes as one of the attendees at a meeting on February 24, 2003. Other participants included Mr. Pyett and Major Keleher. The note included a short statement on PMS. It stated:

Prop Mgmt fees

-bid is zero because given back to Crown.

-now in Personalized.

[376]In chief, Ms. Douglas stated that she had no memory of the meeting or anything discussed, although she admitted that if she was shown as one of the attendees she must have been there. However, she also said that in preparing for the trial, she had seen mention of RLRS bidding zero and that may have been the first time she learned about it.

[377]In cross-examination, Ms. Douglas indicated that she did not recall anything about being involved in any decisions regarding PMS, who made any decisions about this issue, why it was included as part of the financial evaluation, or why PMS had been moved into the personalized envelope. She testified “I don’t remember anything about this. I really don’t.”

[378]When questioned about the attendees at the February 24, 2003 meeting, Mr. Pyett stated that he had no memory of what was discussed at the meeting. However, he went out of his way to indicate, in no uncertain terms, that he had not told any of the attendees at the meeting about the zero bid, which would include Ms. Douglas, Major Keleher and Mr. Singh.

Q. Okay. So, when this subject came up at the meeting, would you not have been attuned to this subject, wouldn’t it have been of interest to you?

A. I would suppose so.

Q. And yet you can’t recall anything about it.

A. I do not recall anything about it.

2013 ONSC 2034 (*)

Page: 69

Q. How did -- these are Mr. Singh’s notes. How did he know their bid was zero? A. I have no idea.

Q. Did you tell him?

A. No, I did not.

Q. Did you tell the other people at this meeting?

A. No, I did not.

Q. Mr. Singh hadn’t been involved in the financial evaluation?

A. No, he was not.

Q.Okay.

A.Sorry, you’ve tripped -- sorry, let me retract my answer. They knew that they had bid zero because they were told the pricing for Royal LePage’s bid.

Q.At this meeting?

A.No, bef... -- I don’t recall when, but they knew what Royal LePage’s unit pricing was.

Q.Okay. So, they knew that Royal LePage’s unit pricing for the property management fees component had been zero.

A.Yes.

Q.And then at this meeting on February -- and by “they,” you’re referring to the people who attended this meeting.

A.Some of them, yes.

Q.Okay. So, Lee [Douglas] knew?

A.She may not have known.

Q.Okay. You definitely knew.

A.Yeah.

Q.Mr. MacIntosh?

A.No, he probably did not know.

Q.Mr. Lemay?

A.Yes, he would have known.

Q.Okay. Ms. Pankiw?

A.Yes.

2013 ONSC 2034 (*)

Page: 70

Q. And Mr. Singh?

A.Yes.

Q.Mike -- is that Keleher?

A.I cannot say.

[Emphasis added.]

[379]Mr. Pyett’s evidence came out unexpectedly because he wanted to correct the record. He described that not everyone that was listed as attending the February meeting knew of RLRS ’ bid.

[380]He was very certain in his answers that Mr. Lemay and Ms. Pankiw had been so advised, while Mr. McIntosh and Ms. Douglas were probably not. I am satisfied that there was some event he could recall, when the matter must have been discussed involving those he could identify. Unfortunately, he was not asked how he was aware of this information. I am satisfied that he was truthful on this testimony about who knew and who did not.

[381]The most important evidence for the purpose of this subject matter however, is that Ms. Douglas “may not have known” about RLRS’ 0 percent bid. Mr. Pyett could only make this statement if he had not informed Ms. Douglas himself, which is the point I make here.

Mr. Pyett Relied upon Ms. Douglas as his Mentor in Conducting the RFP

[382]As part of their case, the plaintiffs argued that Ms. Douglas was the de facto Contracting Authority. I would not go that far, but I do agree that she was called in to help out on many decisions. Nevertheless, she still had her own job and was not overseeing the entirety of the process. That was Mr. Pyett’s full-time job.

[383]She was quite accurately described as Mr. Pyett’s mentor; someone to be called upon when he needed help, which it turned out was quite often. I cite the evidence that the plaintiffs compiled to prove this point:

1)On March 28, 2002, Lt. Colwell provided Ms. Douglas with the Proposed IRP Contract and SOW.

2)In April, 2002, Lt. Colwell provided Ms. Douglas with the updated contract and SOW.

3)Ms. Douglas reviewed all three SOWs and provided handwritten comments. Ms. Douglas’ comments were incorporated into Mr. Pyett’s revisions to the SOWs.

4)Ms. Douglas was provided with the draft evaluation criteria. She reviewed this and made recommendations for changes.

2013 ONSC 2034 (*)

Page: 71

5)On July 25, 2002, Richard Gagne sought Ms. Douglas’ views as to whether bidders ought to be provided with an opportunity to demonstrate their various systems.

6)In August, 2002, Ms. Douglas was involved in the bid solicitation review for the 2002 IRP Contracts.

7)Mr. Pyett deferred to Ms. Douglas’ expertise with respect to the scoring mechanism for the 2002 contract.

8)Mr. Pyett directed Major Keleher to “present your rationale” to Ms. Douglas. It was Mr. Pyett’s evidence that Ms. Douglas would provide better feedback than he could.

9)Ms. Douglas had influence - in my view she decided this issue - over the development of the scoring scheme presented to the evaluation committee by Major Keleher.

10)On September 11, 2002, Mr. Singh invited Ms. Douglas to attend a meeting of the “members of the team” to “review and analyse the Evaluation Criteria and the weight allotted for segments therein.” The meeting was scheduled to proceed on September 19, 2002. I note that this was the same day the Q and A amendment was issued.

11)On September 25, 2002, Mr. Pyett asked Ms. Douglas if she would debrief the evaluation committee because he was not sure what he wanted to tell the team members. On October 1, 2002, Ms. Douglas provided this debrief and gave instructions to the evaluation committee.

12)Mr. Pyett asked Ms. Douglas to run the Envoy debrief session with the bidders as he deferred to her greater experience. Mr. Pyett knew that there were going to be contentious issues and was not sure that he was 100 percent comfortable in dealing with contentious issues. Mr. Pyett therefore asked Ms. Douglas to run the session so that he could see how he should handle it.

[384]The irony of this allegation concerning Ms. Douglas, and similarly Major Keleher for different reasons, is that had she been the Contracting Authority with responsibility to supervise the process in its entirety, none of this may have happened. I am satisfied on the balance of probabilities that Mr. Pyett was of the same view. That is why, despite his consistent practice of asking her to help out in difficult situations, she was not brought in on the problem of PMS volumes, nor advised about RLRS’ zero bid.

[385]I also accept that it was important for him to correct the record to state emphatically that he had not passed on information about RLRS’ bid to others. This means that the three people he could identify with certainty who knew of RLRS’ bid had learned from other sources, which

2013 ONSC 2034 (*)

Page: 72

could only have been from RLRS, as he told no one in PWGSC. This is not totally improbable given that Mr. Singh and Mr. Belair are the only witnesses who incredibly testify that RLRS was allowed to charge transferees for PMS after bidding 0 percent for these services. This suggests that they may have discussed the matter to achieve agreement once a strategy to explain RLRS’ unlawful behaviour.

[386]The other two persons identified as knowing that RLRS had bid zero were Mr. Singh’s manger, Ms. Pankiw, the Project Authority at the time, and Mr. Lemay, the RCMP’s Departmental Authority. These latter two persons were not called. I am of the view that both should have testified because of their involvement in the 2002 process, not to mention clarifying who knew about RLRS’ bid, which is an important issue in this litigation.

Lt. Col Taillefer and Major Keleher were not Advised RLRS had Bid Zero for PMS

[387]Lt. Col Taillefer indicated that he was not aware that RLRS had bid zero for PMS in the 2002 or 2004 tender processes. This might not be completely unexpected, because the evidence shows that he was a busy officer with four sections to administer. However, I would have expected Major Keleher to know about RLRS’ zero bid, because he was the person most involved from CF that worked on the IRP.

[388]Major Keleher was questioned on this issue as one of the attendees at the meeting of February 24, 2003. I have already indicated that his testimony throughout his questioning and on this issue was crystal clear. He answered the questions succinctly and directly without any attempt to mislead or craft the evidence in any way.

[389]Like Ms. Douglas, Major Keleher strikes me as the sort of person who would have understood immediately that something was afoot with RLRS bidding zero. He also would not have been baffled by someone saying that the 0 percent bid meant no charge to the Crown.

[390]The record demonstrates that Mr. Singh, Ms. Douglas and Major Keleher were the most knowledgeable persons on relocation and the RFP, all three having been involved in the IRP over a considerable period of time. His evidence on knowing about RLRS’ zero bid is as follows:

Q. And it’s saying Royal LePage’s “Bid is zero because given back to Crown. Now in Personalized.” Do you have any recollection of this discussion?

A.No, I don’t.

Q.Do you have any recollection of being made aware that Royal LePage’s pricing for property management or ceiling price was zero?

A.No.

Q.Do you recall anybody raising concerns at any point after the contract award that Royal LePage had provided a zero percent ceiling rate for property management services?

A.The first time that it came to my attention was during meetings that I had with my counsel.

2013 ONSC 2034 (*)

Page: 73

Q. In preparation for trial?

A.Yes.

[391]Major Keleher had enough about being asked about his recollection that he ignored the question put to him about his recollection of knowledge of the 0 percent PMS bid. Instead, he provided an unequivocal direct statement that the first time he learned about the bid was in preparation for the trial. I accept his testimony.

[392]On the basis that Major Keleher was not aware of the zero bid, I am satisfied that Lt. Col Taillefer was also not advised. I conclude therefore that the CF personnel on the IWG were intentionally not informed of RLRS’ 0 percent bid. This is another exceptional fact: the client department which was the overwhelmingly dominant user of these services, and the department most affected by the program, was not aware that RLRS had bid zero or that it subsequently was charging its members for services that were supposed to be free.

[393]These circumstances further support my finding that information on RLRS’ bid was intentionally kept from key people who should have been fully briefed on this extraordinary situation.

2013 ONSC 2034 (*)

Page: 74

The Zero Bid Contained in Contract Documents

[394]Mr. Pyett was asked questions to demonstrate that Departmental Authorities would have known about RLRS’ 0 percent bid from the contract document distributed to them at some undisclosed time. He provided a qualified affirmative response. Two of the three departmental authorities, Mr. Singh and Mr. Lemay, were aware of the zero bid, making this issue of concern only to the CF personnel.

Q. Now, the zero bid or the zero rate from Royal LePage’s proposal would have been carried over into their contract, would it not?

A. That is correct.

Q. Okay. So, anybody who had a copy of the contract should have known. A. Potentially.

Q. And who would have had a copy of the contract?

A. Each of the department heads.

Q. Okay. So, to our list there, we can add each of the department heads.

A. Like, in this case, it would be Ram, Gus and Jacques Taillefer.

Q. Okay. So, they knew.

A. Gus may not still have known because he’d just joined the team at that time.

Q. Okay. But all of -- each of the Departmental Authorities for each of the clients,...

A. Yes.

Q. ...they would have known.

A.Yes.

Q.They would have had to have known, right? Because they’re responsible for reviewing all of the financial transactions under the contract.

A.Yes.

[Emphasis added.]

[395]When Mr. Lunau asked these questions, I had not yet ordered the production of RLRS’ commitment agreements. These documents indicated that RLRS was charging transferees 9 percent for PMS. The evidence shows that these were forwarded to the Departmental Authorities on January 3, 2003. On January 29, 2003, Mr. McIntosh advised that he had reviewed the commitment letters and found them acceptable. I understand Mr. Lemay was the Departmental Authority at the time.

[396]There is no evidence of when the contract documents were provided to the Departmental Authorities, but it would clearly be after the signature of the commitment letters as they were a

2013 ONSC 2034 (*)

Page: 75

component of its contents. The contracts did not start until April 1, 2003. The commitment agreements had to be delivered within six weeks of contract award.

[397]The plaintiffs have not established that the Departmental Authorities were aware RLRS had bid zero. I accept Mr. Pyett’s original answer that “potentially” they could have learned it from the contracts. However, the potential appears very slim. If previously advised by the commitment letters that RLRS was charging 9 percent for PMS, and having approved the commitment forms, a single number buried in a large bundle of contract documents is not something that I could see any of the departmental authorities necessarily noticing. As noted above, the contract documents were never put in evidence, nor was any other evidence showing where and how reference was made to RLRS’ PMS bid in the three contracts.

[398]I accept the evidence of Lt. Col Taillefer and Major Keleher that they were not aware of the zero bid. I accept that they would not have contemplated a 0 percent bid from RLRS after reviewing the commitment forms which indicated that transferees would be charged fair market prices, for the services. A zero percent figure in these forms would have stopped them in their tracks

[399]I accept Mr. Pyett’s evidence that he did not tell anyone about RLRS’ zero percent bid. I find that the failure to advise these persons, and particularly Ms. Douglas, fits into a persuasive pattern of circumstantial evidence indicative of an intention to conceal this information. I attribute this attention to Mr. Pyett’s concerns that the zero percent bid was unfair and that he had played a part in its unfairness, which if revealed, would redound to his disadvantage. It also would have made little difference in the outcome. All other bidders had already been eliminated on the technical evaluation by the time he carried out the financial evaluation.

[400]Mr. Singh plays the more central role in this issue. Mr. Pyett’s situation is more defensible as he did not participate in the 2004 procurement process. It is not sufficient, however, for me to exonerate him, as I am satisfied that he was aware that everything about the RLRS bid, and subsequent charging of transferees, was improper. He was required to take some positive step to protect the procurement process as he was charged with promoting and upholding its integrity.

CHARGING FOR PROPERTY MANAGEMENT SERVICES AND THE CONCEALMENT THEREOF

Introduction

[401]The evidence regarding RLRS charging transferees for PMS is highly relevant. It speaks to the issue of whether repetition of RLRS’ zero percent bid in 2004 was noncompliant because the Crown had knowingly allowed RLRS to breach the 2002 contract because the same provisions of that RFP were repeated in 2004 with the same results.

[402]The Crown’s conduct on this issue is similarly highly relevant in assessing whether the Crown breached its implied contractual duty of fair and equal treatment of bidders based on the same circumstances. The Crown’s behaviour also raises questions about the directions given to

2013 ONSC 2034 (*)

Page: 76

bidders during the open tender period, which bear some similarity to those given by Mr. Gerrie described above.

[403]I begin my analysis of this issue with a review of the importance to RLRS, and to Mr. Pyett and to Mr. Singh, of concealing the fact that RLRS charged transferees for PMS despite having tendered a 0 percent bid for the services.

[404]I will then analyze credibility issues relating to Mr. Singh’s testimony and conduct which is fully exposed in these events. This is important because the three factual issues that I am required to consider very much turn around my conclusions on Mr. Singh’s credibility.

[405]I will consider three of the most crucial controversial factual issues. They are interrelated, and, taken together, reflect on Mr. Singh’s credibility. They are:

(1)whether Mr. Pyett advised Mr. Singh that RLRS had bid zero percent on PMS, and at the same time, advised him that transferees would be charged because the bid was at no charge to the Crown, as claimed by Mr. Singh;

(2)whether the court may rely upon Mr. Singh’s notations on his note of a meeting on February 13, 2003 with various persons explaining why property management fees bid was zero; and

(3)whether Mr. Belair and Mr. Singh’s justification for charging transferees for PMS is tenable.

RLRS’ Motivation to Charge Transferees for PMS

[406]While I am most interested in the issue of concealment of the 0 percent bid, I conclude that there were two reasons for charging transferees despite the bid proposal that they would receive them free of charge.

Firstly, Concealing RLRS’ 0 Percent Tender on PMS

[407]I conclude that the most important factor motivating RLRS to charge transferees was that its tender would have been challenged if its 0 percent bid was exposed. This was avoided by sending out thousands of commitment forms across the country indicating that RLRS had bid a fair market ceiling price of 9 percent for PMS in the prices it was charging transferees. This ironically is the basis relied upon by RLRS in arguing that its pricing structure was known.

[408]If the 0 percent PMS Ceiling Price bid became public knowledge, RLRS and the government would have faced a battery of challenges from the other bidders for all the same reasons raised in this litigation. Given the recognition by the industry that the estimated PMS volumes in the RFP were inflated, they would have instantaneously understood that RLRS’ bid on PMS was obviously unfair because the incumbent had used information that only it possessed after they were instructed to use the estimated volumes.

2013 ONSC 2034 (*)

Page: 77

[409]RLRS also had to keep its bid secret to avoid a challenge by a bidder such as Prudential that its tender proposal was noncompliant. Although it had been eliminated on its technical merit score, its shortfall was only 55 points on a total of 15,000. Accounting for the possibility of making up the shortfall on the “Exceeds” category, as described in some detail above, it would have been well situated to win the 2002 if RLRS was disqualified by its bid.

[410]In this regard, one of the lingering mysteries in the whole bizarre story of PMS, in both the 2002 and 2004 RFPs, is the court’s inability to understand why RLRS would have run the risk of being challenged on its bid - including being found non-compliant - particularly given its position of strength going into these tender processes as the incumbent.

[411]RLRS understood the rules of fairness as well as anyone. Mr. Lockington and Mr. Belair must have understood that by using the actual PMS volumes to make its bid, it had an unfair advantage over its competitors.

[412]In my view, it makes no sense for the incumbent to have risked court challenges and losing the tender altogether, while occupying the ascendant position in the relocation industry in Canada. I recognize at the same time that some of the economic advantages it gained on other bidders by doing so – worth $42 or $48 million depending on the RFP - could be applied to its bottom line to make the contract more profitable. Nevertheless, I remain astounded that it would act knowingly in what obviously was such an unfair manner.

[413]In any event, by sending out thousands of commitment forms across the country indicating that transferees would be charged a fair market ceiling price of 9 percent for PMS, no one knew or would have even contemplated the RLRS 0 percent bid. It was successfully concealed until the OAG opened up RLRS’ PMS Pandora’s box.

Secondly, Avoiding a Significant Increase in the Use of PMS

[414]If the actual volumes of PMS represent less than 1 percent of the estimated number, the question that struck the Court was why RLRS would not simply absorb the costs in the larger savings generated from the zero percent PMS bid. Why run the risk of breaching a multimillion dollar contract for $200,000 to $300,000?

[415]Besides concealment, I am satisfied that if PMS had been offered to transferees for free, there would have been a dramatic increase in use of Directory PMS services. Arm’s-length suppliers not on the Directory, being those engaged by the transferee but paid out of the Personalized Funding Envelope, as well as those paid directly by the transferee with its cashed out funds, could not compete with an offer of free unlimited professional PMS services. Even a transferee’s brother-in-law for free services could not compete with this offer.

[416]I say unlimited PMS, because not only was the annual cap of $1000 or $1500 never attained for free services, Mr. Singh also confirmed that the government would continue to pay for these services as long as the transferees lived outside the location where their homes were rented.

2013 ONSC 2034 (*)

Page: 78

[417]The significant expected uptake in use of Directory PMS is one of the reasons that I am of critical of the Government only requiring that RLRS pay back only those transferees who had actually paid for PMS services out of their Personalized Funding Envelope.

[418]I do not know if recourse was limited to payment of Directory PMS providers, but I hope not. The Crown has already breached its duty of fidelity towards transferees and the agreement that it made with them to give them funds as an incentive not to sell their homes. Hopefully, they did not nickel and dime Transferees on this item as well. In my view, RLRS ought to have been assessed the maximum amount for the period that any transferee’s house was rented.

[419] In addition, RLRS should have been required to pay some significant multiplier applied to the actual minimal use of these services, representing those borderline transferees who might have been convinced to rent their homes had PMS services been free throughout their tenure abroad. At the very least this would have compensated the defendant for undermining its incentive program upon which was intended to encourage transferees to rent so as to save on the greater costs incurred by sale of their homes.

[420]In passing, I also cannot help but wonder how the government would leave in the hands of the company with one of the largest realtor operations in Canada, the responsibility of advising a transferee whether to rent or sell. It would seem to me, that there was a double monetary incentive to discourage transferees from using PMS: avoid RLRS paying for those services and increasing the opportunity for its realty division to earn significant commissions on the sale and purchase of homes across the country.

[421]Coming back to the re-payment of transferees PMS expenses exacted from RLRS, I find that the slap on the wrist that RLRS received for the serious breach of the terms of both the 2002 and 2004 contracts indicative of the continued favouritism RLRS received from the government in these matters.

[422]Two explanations come to mind. Firstly, this litigation may have played on the minds of the defendant, although I find that RLRS has failed in any manner to come to the rescue of the Crown and left it almost defenseless in respect of the plaintiffs’ damage issues.

[423]Less speculative and much more pertinent to these proceedings is Mr. Belair’s letter of March 13, 2004 which will be analyzed below. Basically, it was a sign off by the Contracting Authority and the Project Authority, along with approving RLRS’ commitment forms on PMS, to allow RLRS to proceed in the fashion that it did. If these authorities had no problem with charging transferees, who could blame RLRS from going ahead?

Crown Employees’ Motivation to Permit RLRS to Charge Transferees

[424]I have already explained my reasoning for Mr. Pyett concealing RLRS’ bid from others being what I would describe as “bureaucratic cover-up”. He committed a grave dereliction in his duties by responding to Mr. Gerrie’s memorandum. He should have done so by amendment. He should not have provided advice on volume estimates as this was within the exclusive responsibility of the Project Authority. He should not have acknowledged that the estimates may

2013 ONSC 2034 (*)

Page: 79

have been as much as one third off. Worst of all, he should not have directed Envoy to bid using the estimated PMS volumes because it was “consistent for all bidders”, when RLRS had based its tender on the historical actual volumes that it alone had access to.

[425]Mr. Pyett pleads that he really did not understand issues relating to PMS, which only came to his attention after RLRS bid zero percent on its tender proposal. I partially accept that testimony in that this would not have been a subject matter that the IWG was concentrating on. Major Keleher made a similar comment.

[426]Furthermore, Mr. Pyett acknowledges that his initial understanding was that transferees were not to be charged. This subsequently changed to accepting that they could be charged, but without any explanation or any of the details as to how this transformation in views came about, at least not before being faced with the commitment forms. I say that because he ascribes his reconsideration to Mr. Belair’s letter of March 19, 2003. But, as this comes far too late after the commitment letters are received, this cannot be anything but a post facto rationalization.

[427]My conclusion is that Mr. Pyett, when faced with the choice of announcing to the world all the mistakes that he had made in this procurement process, instead pursued a strategy of concealment. RLRS had already won the bid on the technical evaluation, so bidding zero percent had no impact on the outcome. In that sense, I conclude that he went along with the commitment

forms, long before receiving in writing Mr. Belair’s explanation. To use the plaintiffs’ pleading he truly turned a blind, or at least a reckless, eye to what RLRS was up to. This is similar to his decision to not investigate what the actual PMS volumes after the fact.

[428]Mr. Singh’s motivation is much less clear. The defendant argues that there is no discernible explanation for Mr. Singh to have favoured RLRS to the extent of intentionally permitting it to breach the 2002 contracts. I do not agree inasmuch as I have found that he was aware that the PMS volumes were grossly inflated for all the reasons described. Perhaps there was a similar “bureaucratic cover-up”. An investigation into these egregiously incorrect volumes would surely have followed disclosure of RLRS bid, the primary responsibility of which would have been traced back to him and his oversight functions on the pilot project.

[429]The plaintiffs went further by attempting to suggest that Mr. Singh obtained some personal benefit favouring RLRS by it making donations to a charity that he was involved in. Mr. Singh denied the suggestion outright, but I admit to some surprise by Mr. Belair’s answer which was not the outright denial expected. Instead he replied to the question only that he could not recall any such donations, which is the standard answer resorted to often by witnesses in trouble in cross examination. He also deflected the answer to others who would have made that decision.

Q.Have you ever heard of a charity called the Sai Nalayam Spiritual organization?

A: The only thing I know is he left once a year somewhere to help some organization. What it was, who it was – I have no idea.

Q.Okay. Did Mr. Singh ever solicit donations from Royal LePage for any charity?

2013 ONSC 2034 (*)

Page: 80

A.Not that I remember.

Q.Did he ever ask for any other types of support or assistance for any charity?

A.Not that I remember.

Q.Do you recall if you or Royal LePage made donations to any charities at his request?

A.Not that I remember. And any request would have went to Toronto.

[October 18, 2011, pp. 57-58.]

[430]It is hard to imagine that Mr. Belair could not recall whether RLRS made a donation to Mr. Singh’s charity. It obviously would have been totally improper for RLRS to provide an indirect benefit to Mr. Singh by contributing to a charity that he was involved in when he was the Project Authority of its relocation contracts with the Crown. He had already just dodged one bullet by participating in a cruise with Ms. Douglas for which, in my view, RLRS should have been reprimanded along with Ms. Douglas. Moreover, I would not expect the person having primary responsibility to oversee the relocation contracts with the Crown not recollecting whether RLRS had made a contribution to the Project Authority’s charity. However, the issue was not followed up on and I leave it at that.

[431]Besides this testimony, I find that Mr. Singh had too close relationship with RLRS over the years as Project Authority by his attendance at their events, the most blatant example being his travel to Toronto to participate in a charity golf tournament paid for by RLRS, supposedly on his own time, which was never verified by the defendant.

[432]Despite my uneasiness, there is insufficient evidence for me to conclude what motivated Mr. Singh to provide a benefit to RLRS by approving its charging transferees for PMS. As shall be seen, I discount entirely the outlandish justification that its proposal was “at no charge to the Crown.”

[433]Accordingly, my conclusion on Mr. Singh’s bona fide support for RLRS’ contention that it was justified in charging transferees because it was at no cost to the Crown, is based upon whether there exists any logical or reasonable explanation for such a conclusion, irrespective of whether or not any apparent motive exists.

Mr. Singh’s Credibility on RLRS Charging Transferees

RLRS’ Relocation Packages and Commitment Agreements

[434]As described above, RLRS was required to submit a copy of the Commitment Form to Mr. Singh, the Project Authority, Departmental Authorities and the Contract Authority within six weeks of the award of the contract for approval.

[435]The Crown did not include copies of RLRS’ Relocation Packages or Commitment forms in its productions although relevant to a central issue to these proceedings. While many questions

2013 ONSC 2034 (*)

Page: 81

were asked of witnesses, particularly of Mr. Goodfellow, and the OAG report made the charges to transferees for PMS amongst its most shocking revelations, no documents were introduced into evidence to support this testimony prior to Mr. Singh testifying.

[436]On November 23, 2011, the defendant’s counsel led evidence during Mr. Singh’s examination in chief that Mr. Singh had reviewed the information package provided by RLRS under the 2002 contract. Mr. Singh was asked if the information package contained any financial information. He testified that “it’s not supposed to carry financial information.” When asked again if he could recall if the package contained any rates he replied, I don’t think so, no.

[437]Mr. Singh was then asked about the written agreements under the 2002 contract that Third Party Service providers needed to sign to agree to participate at the rate specified in the bid for their area of expertise. Mr. Singh stated that he was provided the forms and approved them. Again, he testified that he didn’t recall the forms speaking directly about a rate for the service.

[438]Mr. Singh was later asked about the written agreements that were provided under the 2004 contracts. He testified that once the contract was awarded, RLRS had a specific timeframe to submit the documents that would be provided to the third party service providers. When asked if these agreements included rates for specific services, Mr. Singh testified that he did not recall seeing any rates in them.

Order to Produce Commitment Forms & Relocation Packages

[439]The plaintiffs objected to this line of questioning, as the defendant had not produced the relevant documents to which Mr. Singh’s testimony related, namely the information package provided under the 2002 contract, or the written agreements under the 2002 contract or the 2004 contracts.

[440]Oral arguments were heard on November 24, 2011. Following this, I ordered the production of the information packages, the Third Party Supplier written agreements and the Directory of Third Party Suppliers, all in respect of PMS for both the 2002 and 2004 contracts.

[441]Despite leading evidence about these documents in examination in chief, the defendant then sought the opportunity to make written submissions with respect to admissibility. Following written submissions, I then issued another Order determining that the documents were admissible in evidence. I awarded costs in any event of the cause for that ruling made in favour of the plaintiffs.

[442]Included in my order was a conclusion that these documents should have been included in the Crown’s productions. They are obviously relevant to the pleadings and the extensive evidence that had been already gone in unopposed. I am specifically referring to the fact that the RLRS was charging transferees despite its zero percent bid.

[443]I suspect that the defendant was objecting so strenuously to the admissibility of these documents because they are hard proof that Mr. Singh and Mr. Goodfellow had been untruthful on this vital issue that RLRS was charging for its services despite having denied it on many other occasions, in addition to when testifying in front of me.

2013 ONSC 2034 (*)

Page: 82

2013 ONSC 2034 (*)

Page: 83

New Productions from the Defendant

[444]Following my order, the defendant produced portions of the Relocation packages and commitment forms for both the 2002 and 2004 contracts indicating that RLRS was charging 9 percent for PMS.

[445]Entered into evidence at the same time was a copy of a letter from RLRS to Mr. Singh dated January 3, 2003 submitting the commitment agreements with the third party suppliers including that for PMS. This letter was forwarded by Mr. Singh to Mr. Goodfellow on September 28, 2003 with a note written on it indicating that it was in reference to a complaint. Finally, copies of four letters dated January 20, 2003 to Mr. Goodfellow, Mr. Singh and the Departmental Authorities of DND and the RCMP enclosing the 2005 commitment letters were filed with the court.

[446]An email from Mr. McIntosh of the RCMP to Mr. Singh, Col. Taillefer, Ms. Pankiw and Mr. Lemay dated January 29, 2003 was produced in the regular course. It notes receipt of the “forms from RLRS”. Below in the body of the letter, Mr. McIntosh makes reference to the Commitment Form for Realtors. It is assumed that RLRS complied with the contract terms and all persons named in the email chain received the documents.

[447]I note again that, in a fashion not dissimilar to a broken record player which unfortunately will be left playing throughout these reasons, neither Mr. Lemay nor Ms. Pankiw testified at trial. They could have brought more light to bear on these issues. I particularly expected Ms. Pankiw to testify as Mr Singh’s manager and the designated Project Authourity of the 2002 process, even if Mr. Singh carried out most of the position’s responsibilities. She had been identified by Mr. Pyett as someone who was aware that RLRS had bid zero and it is now determined that she also received commitments letters indicating that the price for PMS would be 9 percent of annual rent. Her absence raises a presumption in my mind that her testimony would not assist the Crown’s case and in particular would not corroborate the testimony of Mr. Singh. It is assumed that Mr. Singh would have kept his manager informed of events occurring on the file.

[448]Moreover, the fact that we have evidence of RLRS’ bid being known by a more senior TBS manager raises the issue of how much further knowledge of this misfeasance went up Treasury Board’s hierarchy. The Court simply does not know because the Crown thwarted any possibility of this information receiving wider diffusion.

[449]Col. Taillefer received copies of the 2003 commitment letters. But, as he was not aware of RLRS’ zero bid, he would not know the commitment price of 9 percent was not the same as the bid price. Mr. McIntosh passed away prior to trial.

Mr. Singh is Recalled and Acknowledges Being Aware of RLRS’ Charging Transferees

[450]The defendant then recalled Mr. Singh to continue his testimony in March 2012. On March 21, 2012, Mr. Singh testified in chief that the commitment form from 2002 stipulated a rate for PMS and he agreed that a rate of 9 percent, not zero, was included in the form. Mr. Singh

2013 ONSC 2034 (*)

Page: 84

then stated that he was aware after the award of the 2002 contract that RLRS had quoted a ceiling rate of zero for PMS.

[451]He also said that when he saw the commitment form he was not concerned because “the Crown doesn’t pay for property management, so it’s zero to the Crown.”

[452]Mr. Singh’s trial testimony of being aware of charges to transferees also contradicts information that he provided to the OAG in 2006 and answers to undertakings provided to the plaintiffs during examinations for discovery.

Mr. Singh’s Responses to the OAG

[453]On Oct 10, 2006, Mr. Singh was advised of the opinion of the OAG that while the contract called for 0 percent commission rate for PMS, the contractor had been charging 9 percent. PWGSC indicated that they had not amended the contract to allow for this. Mr Singh replied:

We do not pay for this service, individual employees pay for this.

Based on the comments from the OAG I have asked for a complete audit of all files that had this service rendered. They are supposed to provide me with a complete report in addition to immediately reimbursing with interest, all charges to affected relocated employees.

[Emphasis added.]

[454]The court was never provided with any of the materials. By this reply, it was understood that RLRS was not paying for the service but when he saw the comments of the OAG, Mr. Singh took immediate action to have the transferees repaid.

[455]Then, on October 12, 2006, Mr. Singh was asked about the commission rate for property management services by the OAG. He was asked whether TBS was aware that the contractor was charging a 9 percent commission for PMS. When Mr. Singh stated that TBS does not get a copy of the invoices, and therefore could not be aware, he was reminded that TBS gets a copy of the signed agreements and was asked to confirm that there is no paper trail on this. Mr. Singh replied:

Once and for all -

TBS was not aware of a 9 percent charge by RLRS for Property Management. This service is an option that relocating employees opt for from either personalized funds or personal funds from their pocket. We do not audit this since it is a private arrangement between relocating employees and the [sic] service provider who has since been asked to conduct an immediate audit and to report to the Project Authority (Ram Singh) with the findings fully identifying the affected

2013 ONSC 2034 (*)

Page: 85

files and the amounts, if any, charged. They have also been advised to reimburse such amounts with interest.

I learnt last evening that the possibility exists for a misunderstanding that RLRS did not charge for property management services but for other services employees requested such as administering payments to individuals who mow lawns etc. for our employees.

I reiterate, TBS was and is not aware of any charges for property [sic] management.

[456]This answer was simply not truthful. Mr. Singh admitted under cross-examination that the answer, “TBS was not aware of a 9 percent charge for property management” as provided to the OAG, was not true. He then tried to claim that at the time of the above statement he could not remember seeing the rates in the agreements and that he did not have the documents “with him”.

[457]In addition, during cross-examination Mr. Singh provided the following answer to the question regarding the OAG advising of its interpretation of the PMS provisions.

Q. And the Auditor General later found that your interpretation of the contract was incorrect.

A. Yes, they -- at that point we were told that our interpretation was wrong.

Q. Yes. And they were wrong since 2002?

A.According to the OAG.

Q.And you don’t accept that.

A.No, because we were under the impression that the Crown does not pay, the transferee does.

[458]There is no evidence that Mr. Singh ever advised the OAG of his [“we”] opinion that RLRS was entitled to charge transferees because it was at no cost to the Crown.

[459]Instead, he was untruthful telling them that he was not aware RLRS was charging for the services. He thereby contradicted, not only his knowledge that he knew RLRS was charging for the services, but his opinion expressed in court that RLRS was entitled to do so and that the OAG was wrong.

[460]It might also be noted that the paper trail existed in the form of commitment forms that were not supplied to the OAG, as if provided, the OAG would have not asked the question whether TBS was aware RLRS was charging transferees. The suggestion in the third paragraph of Mr. Singh’s testimony above, that there was a possible misunderstanding regarding services not covered by the contract, appears also to be untrue as it was never mentioned during the trial.

2013 ONSC 2034 (*)

Page: 86

Mr. Singh’s Reluctance to Co-operate with the OAG

[461]This is probably the opportune moment to also review the evidence of Mr. Singh’s resistance to the OAG audit process. At the onset of the audit and in his response to the OAG’s initial request for information, Mr. Singh commented that “this is tremendous amount of work” and “Wow! I guess I will have to suspend all tasks at hand?”

[462]Mr. Singh’s resistance to the audit process continued. His responses turned from simple annoyance to accusations of misconduct on the part of the OAG audit team. For example, in June 2006, still early in the audit process, Mr. Singh received an email from the OAG providing a copy of the Entity Plan Summary and seeking comments. Mr. Singh responded with an all capitals email which stated: “IN MY PERSONAL OPINION IT IS A FORM OF ENTRAPMENT”. In his evidence, Mr. Singh acknowledged that he had deliberately capitalized this email as he was agitated and upset while repeating the allegation that he was being “entrapped” by the OAG audit.

[463]In a further email, Mr. Singh, who was responding to a routine follow up request by the OAG for outstanding information, stated that he had, “been made a scapegoat so far with unrealistic demands for data.” It was Mr. Singh’s evidence that he felt he was being treated unfairly during the audit.

[464]Mr. Singh also made accusations about members of the OAG audit team. In response to an email from the OAG regarding a rescheduled meeting, Mr. Singh stated that Mr. Carroll, one of the auditors tasked with conducting the audit and his team, “did not appear to respect and acknowledge for whatever reason be it official, personal or cultural” (emphasis added). In his evidence, Mr. Singh agreed these were serious allegations that were only based on his opinion.

[465]Mr. Singh was eventually reminded of his obligation as a public administrator under s. 13 of the Auditor General Act, R.S.C. 1985, c. A-17, to provide the requested reports to the OAG. Indeed, the OAG provided Mr. Singh with a firm deadline for his response and stated that if the information was not received, they may decide to qualify the audit with a statement that information was not provided by TBS.

Mr. Singh’s Responses to Undertakings

[466]Mr. Singh also provided contradictory evidence in his response to two undertakings given to the plaintiffs. The relevant undertakings and answers read as follows:

Q.Was Ram Singh aware that transferees were being charged property management fees after 2002?

A.Mr. Singh only became aware that transferees were being charged property management fees after the audit of the Auditor General.

Q.Ask Ram Singh, LCol. Taillefer and Maj D’Amours de Couberone [sic] if they

knew that RLRS LePage had been dealing with property management fees in the fashion set out in Mr. Bélair’s letter.

2013 ONSC 2034 (*)

Page: 87

A. Mr. Singh was not aware until the Auditor General’s report.

[467]When these passages from his examination for discovery were put to Mr. Singh in cross- examination, he made a feeble denial which ended up effectively establishing why the he cannot be believed for anything he says.

Q. Now, sir, why did you advise, when you gave answers to the undertakings, that you were not aware until the Auditor General’s report -- that you were not aware until the Auditor General’s report that Royal LePage had been dealing with property management fees in the fashion set out in Mr. Bélair’s letter?

A. Could you repeat your question, please?

Q. Why did you respond or provide a response in request -- in response to our request for an undertaking that you were not aware until the Auditor General’s report that Royal LePage had been dealing with property management fees in the fashion set out in Mr. Bélair’s letter?

A. Because I never accessed the DND financial reports, DND was responsible for that.

Q. Sir, you just said yesterday in the portion of the transcript that I read you that you were not surprised when you saw Mr. Bélair’s letter because you knew that that was Royal LePage’s intent and that was how you proceeded under the 2002 contract. That was before the Auditor General’s report.

A.Yes.

Q.So, the answer that you provided in response to the undertaking was incorrect.

A.No, it was not. I’ve said all along, we were operating under the assumption that they will be charging transferees directly. The question was asking about the letter, I didn’t know anything about the DND’s billings and what they paid and what they didn’t audit.

Q.You said yesterday that you knew they were proceeding under the contract in accordance with Mr. Bélair’s letter, right?

A.That’s -- he spelled it out in his letter.

Q.That’s what you said yesterday, isn’t it?

A.They were operating....

Q.That’s what you said yesterday.

A.I guess so, yes.

Q.Yes. And when you responded to the undertaking that we just looked at, you said something different.

A.No, I didn’t.

Q.Didn’t you?

2013 ONSC 2034 (*)

Page: 88

A.No, I didn’t.

Q.You said you were not aware until the Auditor General’s report that Royal LePage was dealing with property management fees in the fashion set out in Mr. Bélair’s letter. Yesterday you said you did know.

A.We were operating under the principle that they are charging transferees direct.

Q.Sir, yesterday you said you knew that Royal LePage was acting in accordance with Mr. Bélair’s letter under the 2002 contract; in response to the undertaking in March 2003, you said you didn’t know that until the Auditor General’s report came out in 2006. Right?

A.Yes.

[468]The passage above was typical of Mr. Singh’s testimony in cross examination. He would be asked a question about his telling the OAG that he was not aware RLRS was charging transferees only to reply in a misleading fashion with an answer that he never accessed the DND financial, while the evidence was staring him in the face from the commitment forms that he knew exactly what RLRS was up to shortly after they had bid. Similarly, he attempted to distract the questioner by leading into Mr. Belair’s letter of March 19, 2003, which, when read closely makes, no sense apart from conveying that transferees would be charged property management fees resulting in “no charge to the Crown.”

[469]I conclude that Mr. Singh is not a credible witness whose testimony can be relied upon. He provided untruthful answers that he was not aware that RLRS was charging transferees for PMS. He was untruthful as regards the OAG, and responses provided to questions on discovery and in the initial answers provided to the court even before my order requiring the relocation packages to be produced. In addition, I found him to be not credible in many of the denials and excuses in his testimony, which I conclude were further calculated attempts to mislead the Court.

Question #1: Did Mr. Pyett Advise Mr. Singh “Crown Pays Zero Because no Charge to the Crown”?

[470]Mr. Singh testified that, on the last day of the bid evaluation, Mr. Pyett advised “us“ that RLRS was the successful bidder and provided the team with the RLRS fee structure. In that fee structure, Mr. Singh states that he saw that RLRS had quoted a zero rate for PMS. He also testified that Mr. Pyett told them that the Crown was paying zero for PMS by stating that “the Crown pays the fees and they are zero.”

[471]As described above, Mr. Singh initially declined knowledge of RLRS’ zero bid to the OAG, on discoveries and in court. Accordingly, I have some difficulty in accepting that, having changed his position from not knowing of the zero bid until the OAG investigation, he now testifies that at the very moment that he learned RLRS won the bid, he also learned about the zero bid and hearing the rationale that the Crown not paying any fees. This is completely denied by Mr. Pyett, who testified that he told no one about RLRS’ bid.

2013 ONSC 2034 (*)

Page: 89

[472]The court does not know who the “us” was that Mr. Singh refers to. Apparently, they also learned from Mr. Pyett, when announcing the winner the detailed story of RLRS’s victory, as well as the rationale for charging trustees. No one else has come forward to suggest that Mr. Pyett gave them this information. Again, it would have been helpful if Ms. Pankiw or Mr. Lemay had been called as witnesses, but the Crown chose not to call them. Everyone else who testified has denied knowing about the zero bid, much less that RLRS proceeded to charge the transferees thereafter because it was at no cost to the Crown.

[473]The probability of Mr. Pyett, who was new to the relocation industry, coming up with an explanation of a zero bid involving CF IRP policy and personalized envelopes, after seeing the bid is much too far-fetched for the court to even consider. He would be the least knowledgeable person to offer this explanation. He testified that upon seeing RLRS 0 percent bid, he understood it could not charge transferees for the services but changed his view later.

[474]I much prefer Mr. Pyett’s testimony that Mr. Singh, and the others (Ms. Pankiw or Mr. Lemay), must have learned of the zero bid from some other source. That could only have been from the entity that submitted the bid, and then most likely from Mr. Belair who enjoyed a close relationship with Mr. Singh.

[475] As

shall be seen,

I have great difficulty with the credibility

of

both Mr.

Singh and

Mr. Belair

with respect to

their justification of charging trustee because

it

was as “no

charge to

the Crown.” I tend to accept Mr. Pyett’s explanation that he really did not understand the personalized envelope, but not to the point of finding it as a fact.

[476]I conclude that Mr. Singh attempted, once again, to mislead the court by a form of “cutthroat” defence in attempting to pass responsibility for his understanding and his actions to Mr. Pyett by being the source of his knowledge that RLRS was charging transferees for PMS because it did not cost the Crown to do so.

Question #2: May the Court rely upon Mr. Singh’s Notes as to What was Discussed at the Meeting of February 13, 2003?

[477]A meeting was held on February 13, 2003, at which it is alleged a discussion ensued about RLRS having quoted a ceiling rate of zero for PMS. Mr. Singh alleges that he took notes at that meeting, which read in part, “Prop Mgmt fees bid is zero because given back to Crown. Now in personalized.”

[478]Mr. Pyett, Ms. Douglas, Mr. Singh, Ms. Pankiw, Mr. Lemay, Mr. McIntosh and Major Keleher were noted as being in attendance. Ms Douglas and Major Keleher did not know that the RLRS charged zero for PMS, as I have so found. This is obviously difficult to reconcile with Mr. Singh’s note.

[479]The plaintiffs submitted that Mr. Pyett confirmed that, at this meeting, a topic of property management fees and a reference to them being given back to the Crown was discussed. That is not quite accurate as he testified that he could not recall any details of this meeting. His testimony, in fact, was that he could not recall the subject matter that was raised at the meeting

2013 ONSC 2034 (*)

Page: 90

even though he would probably have been attuned to this subject when it came up and that it would have been of interest to him.

[480]Looking more closely at Mr. Pyett’s testimony, he indicated Mr. Lemay knew about RLRS’ bid, but Mr. McIntosh did not, although both were shown as attending the meeting. This suggests that the subject could not have been discussed at the meeting in Mr. McIntosh’s presence. In passing, it is noted that Mr. McIntosh has passed away, while the other two attendees were not called by the Crown.

[481]In examination-in-chief, Mr. Singh testified that he could not recall what exactly was discussed at the meeting, but that his note meant that RLRS bid zero for PMS and that “the Crown” will not be making payments. Therefore it’s “zero to the Crown.” He said that he could not recall anything else about the note.

[482]However, in cross-examination he advised that it would have been Mr. Pyett, or Ms. Douglas, who would have made the statement, “one of the two of them explaining it” as they were going through the fee schedule on the contract.

[483]I conclude that Mr. Singh is dragging Ms. Douglas into this discussion because he knew that it was not plausible that someone with as little experience as Mr. Pyett could explain the “no charge to the Crown” rationale. I find that Mr. Singh thereby confirms that if Mr. Pyett would attempt to deal with this issue, he would have had to bring in Ms. Douglas to help.

[484]When asked how the participants knew the reason that RLRS had bid zero, Mr. Singh answered as though he really did not understand, “I wrote down what I heard” suggesting he did not know what his note meant.

[485]This was the answer of the person who wrote the policy and had worked with it since it was part of the pilot project years before this meeting. He demonstrated the implausibility of his answer that he, of all persons involved in relocation, did not understand the meaning to attribute to his own note by the follow-up question. When asked whether the statement, “Now in Personalized” was a reference to the fact that PMS was paid from the transferee’s personalized envelope, he responded with a misleading answer intended to baffle the questioner, by indicating that this was a reference to “Customized” envelope in the pilot project.

[486]I conclude that the reference could only be with respect to how the funds would be paid out of the personalized funding envelope of the transferee. This envelope is the distinguishing fact relied upon by Mr. Belair, as he also attempts to provide the Court with some plausible explanation for RLRS’ breach of contract.

[487]The questioning concludes with Mr. Singh denying that he had any discussions with Mr. Belair about this statement that Royal LePage bid zero because something was being given back to the Crown. Nonetheless, only Mr. Belair and Mr. Singh attempt to defend charging transferees for PMS, both using the same incredulous argument.

[488]I terminate my discussion on Mr. Singh’s note of February 13, 2003, with one of two conclusions. First, if the subject matter was raised at the meeting, it happened after Major

2013 ONSC 2034 (*)

Page: 91

Keleher and Ms. Douglas left, or discussed in some manner in their absence. I accept their testimony that they were not aware of RLRS’ zero percent bid.

[489]The second, and admittedly more cynical conclusion, is that Mr. Singh, like Mr. Belair wanted something on the record as evidence that the subject had been discussed in the presence of others under the direction of Mr. Pyett.

[490]I say like Mr. Belair. It will be seen that his letter of March 19, 2003 is a proactive explanation of a subject about which no previous, or later, document refers to, apart from Mr. Singh’s note. As Mr. Pyett agrees in cross-examination, Mr. Belair’s letter is clearly “for the record“ to make certain that there is no misunderstanding about RLRS’ intentions in its treatment of PMS.

[491]Given the illogical rationale of “no charge to the Crown”, I conclude that Mr. Belair would want this letter on file, just in case anyone accused RLRS of defrauding the Crown. With it in his pocket, RLRS is free to continue charging transferees under both the 2002 and 2004 Contracts, knowing that it has the blessing of the Contract Authority and the Project Authority.

[492]It would be my concern that Mr. Singh’s note is similarly “for the record”. With all the problems that I have with Mr. Singh’s credibility, I am not prepared to give him the benefit of the doubt that this was added to his note or the subject matter was raised with only the other attendees who knew that RLRS had tendered a 0 percent ceiling rate for PMS.

[493]In either case, I reject the note of February 13, 2003 having any probative value for lack of reliability and being based upon Mr. Singh’s testimony which I reject as not being credible.

Question #3: Does “No Charge to the Crown” have any Degree of Plausibility?

The Concocted Rationale: No Charge to the Crown

[494]In anticipation of the IRP contract commencing less than two weeks later, Mr. Belair sent Mr. Pyett an unsolicited letter on March 19, 2003 describing how “[I]n accordance with the commitment in our proposal, we will provide these services at no charge to the Crown.” No one else was copied with the letter.

[495]Everyone else who testified, except Mr. Belair, but including Jim Lockington, the past President of RLRS, disagrees that RLRS was entitled to charge transferees for PMS. Mr. Pyett takes no position on the correctness of charging transferees, but simply states that he accepted Mr. Belair’s position, although contrary to his original understanding of what the zero percent bid meant.

[496]In considering the positions of Mr. Singh and Mr. Belair, versus everyone else, regarding charging transferees, I will first review the explanation provided by Mr. Belair and to some extent Mr. Singh. I will also describe what I consider to be the motive of Mr. Belair for the letter and standing by his position, though unreasonable.

2013 ONSC 2034 (*)

Page: 92

[497]The answer to the question regarding the plausibility of the rationale is obvious for at least four reasons and a fifth that explains why a zero percent bid is noncompliant.

a)There are no cost savings to the Crown for property management services;

b)If this were the case all bidders would bid 0 percent;

c)RLRS obtains an additional $40 million premium “free of charge”; and

d)The zero bid adds additional costs to the Crown.

[498]In addition, I find that it is implausibleness is motivated by the fact that charging transferees conceals from the relocation world that RLRS had bid zero percent on PMS gaining an advantage of $42 million in 2002 and $48 million in 2004 on its competitors at no cost to itself.

2013 ONSC 2034 (*)

Page: 93

No Cost Savings to the Crown

[499]In the second paragraph of his letter of March 17, 2003, Mr. Belair points out that PMS is treated differently from other third party services because it is paid out of the Personalized Funding Envelope.

Property management services are unique under this contract. All other similar services for transferees-appraisals, legal services, home inspections, realtor services, and rental-finding services--are covered through the core funding envelope.

[500] In recognizing that difference, he is fully cognizant that the monies in that fund are for the transferees’ benefit, not the Crowns.

[501]In the third paragraph, Mr. Belair describes RLRS’ intention to charge PMS to the transferees’ personalized envelope so that these services would be at no cost to the Crown.

In our proposal, RLRS offered more than a “cost reduction” for property management services -- we committed to providing these services at no cost to the Crown. However, property management fees are covered through the personalized funding envelope. Therefore, the only mechanism whereby RLRS can provide this cost saving is to provide services to transferees on request, charging the cost to their personalized envelope, and then crediting the cost of these services to the Crown.

[Emphasis added.]

[502]He continues in the last paragraph of his letter describing the steps that would be followed to ensure no costs were incurred by the Crown for the services.

After arranging these services and paying for them through the transferee’s personalized envelope, RLRS will reduce the invoice to the Crown by the amount of these services in accordance with the Commitment Form, thereby delivering the committed savings to the Crown.

[Emphasis added.]

[503]The letter communicates three important points from RLRS’s perspective. First, its zero percent bid was a commitment by RLRS to provide PMS at no cost to the Crown; second, that transferees would be charged for the services [in order to pay the Crown!]; and finally, RLRS’ defence that the charges would be in accordance with the Commitment Form, i.e. nine percent. Thus, all bases are covered by this letter.

[504]I agree with the plaintiffs that the reasoning, if it may be called that, described in Mr. Belair’s letter is preposterous. Despite this, Mr. Singh insists that the treatment of transferees is in harmony with how the contract was intended to be applied.

2013 ONSC 2034 (*)

Page: 94

[505]It is simply not plausible for Mr. Belair or Mr. Singh to think under any circumstance that RLRS could take back from transferees money deposited in their Personalized Funding Envelopes placed there by the Crown as an incentive not to sell their homes and pay it back to the Crown, thereby eliminating the incentive and double-crossing transferees.

[506]Monies deposited in Personalized Funding Envelopes are held in trust exclusively for the transferees who, alone, use them at their discretion. Any amounts left over will be cashed out to the transferees as a taxable benefit.

[507]Tendering a Ceiling Price serves no purpose to generate savings for the Crown. Upon an indication that the transferee is not selling his home, the Crown will deposit an amount determined by a pre-established formula into the transferee’s Personalized Funding Envelope. This occurs before the transferee makes any decision on the use of PMS.

[508]Lower prices for PMS are for the benefit of the transferee. The lower the cost of these

services, the greater the amount cashed out or available for services that may be paid from funds in the personalized funding envelope.

[509]An argument that there are no charges, or that PMS are free to the Crown is irrelevant. The Crown has no obligation to pay for these services. If the transferee uses these services, the transferee must pay money for them from his or her personalized envelope.

[510]Mr. Belair and Mr. Singh may as well have argued that the ceiling price of zero means there was no charge to some unknown person standing on a street corner. That person, like the Crown, has no obligation to pay for PMS used by a transferee; the money has already been paid into the personalized funding envelope.

[511]Moreover, there is no evidence of any funds being credited back to the Crown. Indeed, the first reply of Mr. Singh and RLRS when all this came to light should have been that the Crown received a credit back for these services. Therefore, while RLRS would argue that it was mistaken in its interpretation, it was for the Crown to re-credit the money to the transferees, not RLRS. The evidence is that RLRS repaid the transferees, not the Crown.

All Bidders Would Logically Bid 0 Percent

[512]Taken to its logical conclusion, the theory of “no charge to the Crown” would lead all tendering parties to bid zero percent for PMS. There would be no disincentive to do otherwise.

[513]If the ceiling price bears no relation to what transferees would be charged, all bidders would logically bid zero percent. Similarly, commitments obtained from Third Party Suppliers would have no impact on the bid.

[514]Thus, if two bidders submitted the same zero percent ceiling price bid for PMS, while one had a commitment from its Third Party Supplier to charge a maximum price of eight percent and the other one percent, both PMS bids for the purpose of determining the lowest overall price for contract award, would be identical.

2013 ONSC 2034 (*)

Page: 95

[515]Ironically, Mr. Belair’s theories in terms of benefits to the Crown, although not shown in the ceiling price bid in the tender, means that the bidder with the highest commitment price would provide the greatest return to the Crown when PMS funds were credited back. In other words, not only would the Crown’s interests be diametrically opposed to the purpose of its incentive program, but the higher the amount charged the transferee, the greater would be the Crown’s credit.

[516]In his testimony described below, Mr. Singh actually supported the illogical outcome that all bidders should have tendered a zero percent ceiling price.

[517]The passage containing Mr. Singh’s statement also describes Mr. Singh’s view on how the personalized envelope works and makes no mention of crediting anything back to the Crown. The remainder of the excerpt demonstrates Mr. Singh’s attempts to both feign that his error was an honest mistake and to mislead the court by evasive and misleading answers.

[518]When challenged, Mr. Singh’s responses developed into a loose pattern. He will first attempt to lead Mr. Lunau astray by reference to service users that are not relevant for bid purposes. Next, when questioned on the purpose of the personalized envelope, after agreeing to most of what is suggested, he will again attempt to mislead with reference to irrelevant income tax consequences, bearing in mind that Mr. Singh holds an MBA. Finally when brought to the inescapable purpose of the personalized funding envelope, he will answer that he cannot comment on the question, although he has acknowledged that he is a government expert on relocation and one of the designers of the IRP policy.

Q. So, before the 2004 procurement process, were you aware that Royal LePage had bid zero for property management services in the 2002 procurement process? A. Yes, I was, because at the – the time that the contract was left, we had the – the ceiling fees for the services we required, and it was zero to the Crown.

Q. And did you anticipate or think that Royal LePage, given the same criteria, was likely to bid zero again?

A. Never thought about it.

Q. No? So that was something that never entered your mind?

A. No, it never did. As I said previously, property management was not an area of issue in the re-tender.

Q. It became a big issue, did it not?

A. Not at the development phase when we were working on it, it became an issue after the fact.

Q. Okay. So you gave no thought to the fact that Royal LePage might be expected to bid the same way in ‘04 as they did in ‘02.

2013 ONSC 2034 (*)

Page: 96

A. I was hoping that everybody would read the policy document to understand that the Crown does not pay for property management, the transferee does.

Q. So you’re saying everybody should have bid zero?

A.Yes.

Q.So why would you put a requirement in a contract that everybody should bid zero for?

A.Well, I don’t expect them to bid zero, if they want to put a dollar value, tell us how much they will charge the Crown. If they want to charge the Crown, fill it.

Q.And the Auditor General later found that your interpretation of the contract was incorrect.

A.Yes, they -- at that point we were told that our interpretation was wrong.

Q.Okay. And you thought in 2002 that it was okay for transferees to be charged these fees because that’s what was in the commitment forms.

A.Yes.

Q.So if you’re wrong in 2004, you were wrong in 2002.

A.That was the eventual conclusion, yes.

Q.And Royal LePage appears to have prepared its bid on the basis of the same understanding that you’ve said you had.

A.Yes.

Q.And if you were wrong in your understanding, then they were wrong.

A.It came out that way, yes.

Q.Yes. And they were wrong since 2002?

A.According to the OAG.

Q.And you don’t accept that.

A.No, because we were under the impression that the Crown does not pay, the transferee does. And if they select someone outside of Royal LePage, they had to pay for the services.

Q.We’re not talking about a situation where a transferee accepts someone from outside Royal LePage, we’re talking about a situation where a transferee uses the services of Royal LePage under the IRP contract.

A.Right.

Q.Okay. And the cost to the Crown of funding the envelope is the same whether a bidder bids zero as a ceiling price in its bid or whether it bids some other percentage?

2013 ONSC 2034 (*)

Page: 97

A.I don’t understand your question.

Q.Well, you said that a bidder would be justified in putting in a ceiling price of zero in its bid because there’s no cost to the Crown.

A.Yes.

Q.And what I’m saying to you is that the cost to the Crown is actually fixed by the personalized funding formula.

A.Right.

Q.And that funding formula is the same whether a bidder bids zero or bids 8 percent...

A.Yes.

Q. ...or 9 percent.

A.Yes.

Q.And once the Crown funds the envelope, its liabilities to the transferee with respect to this particular envelope are fixed.

A.Yes.

Q.And the transferee, to the extent that funds are not disbursed from that envelope, has ownership of those funds.

A.Yes.

Q.So, it’s to the benefit of the transferee to reduce disbursements from the personalized envelope as much as possible.

A.No, it’s not, really.

Q.Well, the fewer the disbursements out of the personalized envelope, the more funds the transferee has at the end.

A.No, they would lose 50 percent of the cash value to CRA.

Q.Well, leaving aside sort of what happens income tax-wise,...

A.Right.

Q. ...the transferee -- it’s in the transferee’s interest that disbursements out of the personalized envelope be minimized as much as possible.

A. I can’t answer that question.

[Emphasis added.]

RLRS obtains a plus $40 million premium “free of charge”

2013 ONSC 2034 (*)

Page: 98

[519]Probably the most obvious point that comes to mind when RLRS bid zero percent on PMS was that it obtained a very large advantage over its competition who bid, as Envoy did, in the neighbourhood of eight percent at a total PMS bid price of $42 million.

[520]From the perspective of fairness, it is bad enough that RLRS, thanks to its knowledge as the incumbent of actual PMS use, obtained this “premium”. To turn around and eliminate any cost to it or provide any added value to the Crown is, to again quote the plaintiffs, a completely preposterous proposition.

[521]RLRS was adding insult to injury by making transferees pay for PMS and was avoiding its one “cost” that would flow from a zero percent bid - the cost being that incurred by the transferees - which were supposed to be free.

[522]In effect, RLRS takes the position that it could obtain the minimum premium of $40 million on its competition by bidding zero percent on PMS at absolutely no cost to itself, and no value to the Crown.

Extra Costs to the Crown

[523]Once again ironically, not only was RLRS’ zero percent tender on PMS not at no cost to the Crown, but it significantly increased the costs of the Crown by enabling RLRS to pump up its administration fees at no cost to itself or any extra value to the Government.

[524]Under most scenarios, where RLRS bids zero percent for PMS while charging transferees, the results will increase the cost of the contract to the Crown. In such a situation, the best outcome possible is that the Crown avoids incurring any extra costs.

[525]The fact that a zero percent bid on PMS will drive up the cost of the IRP contract is not necessarily related to whether or not transferees are charged for the services. Nevertheless, Mr. Belair argues that bidding zero percent on PMS is at no cost to the Crown, when, in reality, the exact opposite was the effect to the Crown.

[526]The results of the 2004 procurement process appear to be an example of where RLRS’ zero bid cost the Crown more than it otherwise would have paid for the administration of relocation services. This was similarly the conclusion of OAG report at paragraph 5.63:

Because PWGSC was unaware of the incorrect property management business volumes in the request for proposal, the government may have paid more than it needed to for the administrative services of a professional relocation company.

[527]While the OAG’s comment points to property management volumes, it is referring to the overpayment for administrative services. This occurs as a function of RLRS having tendered a ceiling price of zero percent which caused the Crown to pay more for its contract because of the actual low volumes of PMS in compared with the grossly inflated values in the PMS payment formula.

2013 ONSC 2034 (*)

Page: 99

[528]I have already explained in the introduction to this section how RLRS obtains, what I described as a “premium” that may be applied either to reduce its price or to increase profitability via the administration fee. The premium represented the difference between the property management price of zero dollars that it bid in comparison with the price generated by

multiplying its suppliers’ commitment price (9 percent) by the estimated volumes multiplied. This premium would be reduced to the extent that RLRS had to pay for PMS out of its own pocket, rather than have these costs flow through under the model where the Ceiling Price is the commitment price. In any event, RLRS would have two options on how to apply this premium.

[529]If it wished to increase its profitability, it could do so by transferring some, or all, of the premium to its administration fee on which it generates its profits. The evidence confirms that RLRS transferred some of the PMS premiums to its administration fee.

[530]This was confirmed by Jim Lockington, President of RLRS from 1994 to 2006. He testified that by bidding 0 percent on PMS, RLRS was able to propose a higher administration fee. He further agreed that the higher fees charged by RLRS allowed it to support more staff, an issue that will be further discussed in the damages section, stating as follows:

Q. And I understood you to say, sir, that these bids of zero would have been at a loss for Royal LePage insofar as if there were property management services to be delivered, there would be no charge to the crown for those services. Is that correct?

A. Yes. That’s correct.

Q. Would you agree that it’s fairly obvious that if you bid zero for something in - under this contract, it would affect your overall bid price?

A.Yes. Yes.

Q.A bid of zero would arguably result in a lower bid price?

A.It would result in a number of factors that - that lower bid price, and the opportunity to have a higher file fee, so that ....

Q.And the file fee you’re referring would be the admin fee?

A.Correct. Shall we say the entire exercise is a composite exercise? None of these things was dealt with in isolation.

Q.And when you say a composite exercise, just so that we’re clear on the record, what you’re saying is, Royal LePage looked at both the admin fee portion, Table I, and the ceiling rates that were to be delivered under - that are recorded under Table II, as a whole, and at the end of the day, it made a business decision as to what it was going to bid in both those tables. Correct?

A.Yes. And based on what we were bidding in our services. We knew what our baseline delivery expense would be, so the entire bid is a composite exercise. If you’re going to bid a greater and better service, your fee has to be higher to provide for profitability, and then that extends into the whole exercise of reviewing the supplier pricing and your administration fee.

2013 ONSC 2034 (*)

Page: 100

Q. Part of that also extends into the actual staff you have on the ground to deliver the services?

A. Big and better service means more staff.

[Emphasis added.]

[531]Conversely, if RLRS uses its premium so as to lower its total bid price, the loss to the Crown is determined by the extent that RLRS’ administration fee exceeds that of its nearest competitor. For example, if after adding the premium back into Envoy’s bid, RLRS remains the successful bidder, there would be no loss in value to the Crown. If on the other hand, Envoy would have won if RLRS had not obtained its $48 million unearned premium, the Crown loses by the value that RLRS’ administration fee exceeded that of Envoy’s. All this is to demonstrate that RLRS’ zero percent bid adds no value to the Crown. Its least harmful effect on the costs of the contract to the Crown occurs when the premium has no effect on the outcome.

[532]Accordingly, the argument of Mr. Belair and Mr. Singh that the zero percent ceiling price bid for PMS meant no charge to the Crown is incorrect; in a situation where the differential between the estimated volumes and actual volumes of PMS is significant, the economic interests of the Crown are likely to be harmed by a zero bid. The evidence in this case is that the Crown paid more.

[533]How much more? We know from the evidence provided in the assessment of damages portion of the trial that that RLRS would have had revenues of approximately $112 million against costs estimated by the defendant’s forensic investigative accountant being applied on a

comparative basis against Envoy to be in the neighbourhood of $66 million. This would produce a profit margin of $46 million. RLRS 2002 total bid price was $48 million higher than in 2004, despite being quoted against a smaller number of files, meaning that it had even greater profits on that contract. Its premium on PMS in comparison with Envoy’s CF tender was $42 million in 2002 and $48 million in 2006. All these figures are in relation to the CF RFP.

[534]There definitely appears to be some margin in the profits generated in either year to think that a significant portion of the PMS premium went straight to RLRS’ bottom line.

Did Mr. Singh Turn a Blind Eye?

[535]A blind eye is a euphemism for “intentionally” allowing RLRS to breach its contractual obligations under the 2002 Contract.

[536]Mr. Singh testified that when he read Mr. Belair’s letter, he understood he was proposing to charge for PMS from the personalized envelope of transferees, but that this did not surprise him because that was RLRS’ intention.

Q.And when you read this letter, did you understand that what Mr. Belair was proposing to do in March 19, 2003 is to charge the cost of property management fees to the personalized envelope of transferees?

2013 ONSC 2034 (*)

Page: 101

A.Yes.

Q.And did that surprise you?

A.No

Q.No. So you knew that this had been their intention?

A.Yes, it was in the forms, and this is the way we operated.

Q.So going back to the 2002 contract, you knew that that was how Royal LePage was going to operate.

A.Yes.

[537]I stop here to point out that this is significant evidence in relation to my finding that RLRS 2004 bid was noncompliant because its intention was obvious when it bid on the contract that the defendant “new that that was how Royal LePage was going to operate.”

[538]I have already explained, for all the reasons set out above, why a zero percent bid could not possibly work in the fashion suggested by Mr. Singh. The manner in which the personalized funding envelope operates results in the Crown having no property in its contents; the consequences of his interpretation is therefore absurd from every perspective. Probably his most extreme statement was that all bidders should have tendered a zero percent as the Ceiling Price for PMS.

[539]Of all of the government employees, Mr. Singh is the person best positioned to have known the scheme of these policies and the contracts that were designed to implement them. To now testify that the design of the contract was to allow a tendering party to bid zero, to remove the transferee’s incentive, with no consequences paid to for it by RLRS, or any value provided to the Crown, with the result of significantly increasing costs to the Crown is unbelievable in the legal sense of that term, i.e. no intention to exaggerate. The evidence cited above suggests that he anticipated RLRS’ conduct as being a function of the design of the contract. Again this is evidence of a clear intention of RLRS` to repeat its conduct for the purpose of considering the 2004 procurement process

[540]I weigh these patently unreasonable interpretations of provisions that Mr. Singh was supposedly involved in drafting and administering which, on their face, do not present challenges for interpretation in terms of how the funding of the personalized envelope works or is paid out. I simply cannot accept that someone of Mr. Singh’s obvious intelligence could really believe what he is telling the court.

[541]His lack of credibility from the unreasonable rationale presented is magnified by the manner in which he has acted around the issue of PMS. As shall be seen, he takes no steps in the 2004 RFP process to prevent the same irrational results occurring with RLRS capturing a significant premium on a zero percent bid for PMS and proceeding to charge transferees for the services. He sees no problem in one bidder interpreting the contract differently from all the other bidders, to its own advantage, being repeated a second time.

2013 ONSC 2034 (*)

Page: 102

[542]When the situation starts to unravel and the OAG requests information, I find that he intentionally attempts to prevent the audit from proceeding or the information on PMS volumes being provided. He misleads the OAG, saying that he was not aware that RLRS was charging transferees. He knew that his argument was indefensible then, just as it is now.

[543]Nevertheless, he continued to conceal his knowledge through the examinations for discovery and initially during the trial. Before me, when pressed, he finally admits his knowledge of RLRS’ bid and its charging of transferees. Instead of being chagrined by being caught in a monstrous lie, he instead leads a spirited defence based on his illogical reasoning.

[544]But what other alternative does he have? Like Mr. Belair, I do not find that Mr. Singh was truly trying to convince the Court that RLRS could charge transferees. That was a hopeless task. Instead, he wanted the Court to accept that he honestly believed that charging transferees did not infringe the contract. If his mistake was an honest one, and honestly believed, regardless of how lacking in merit or reasonableness it may have had, no one could accuse Mr. Singh of intentionally turning a blind eye to RLRS’ unlawful conduct.

[545]I am more than satisfied well beyond the balance of probabilities that Mr. Singh was fully cognizant that RLRS was breaching the contract and acquiesced to it doing so by transferees for PMS. He knowingly allowed RLRS to procure an advantage at the expense of the transferees and his employer, whose interests he was supposed to be upholding.

Did Mr. Pyett Turn a Blind Eye?

[546]In counter distinction to Mr. Singh, Mr. Pyett takes no apparent stand on the viability of the rationale justifying RLRS’ conduct of charging transferees for PMS. He pleads instead that he really did not understand the subject matter.

[547]He acknowledges that his first understanding was that transferees were not to be charged, but that is inconsistent with his approval of the commitment forms. This subsequently changed to accepting they should be, but without any explanation or any of the details as to how this transformation came about. He ascribes his rethinking to Mr. Belair’s letter of March 19, 2003, but this comes much too late after the commitment letters are received, to be anything but a post de facto rationalization.

[548]I conclude that his strategy was to conceal the 0 percent bid. It did not matter what rationale was offered up. He was ok with whatever achieved his objective.

[549]I conclude that Mr. Pyett either knowingly acquiesced to RLRS’ breach of the contract, or alternatively acted in a reckless fashion to avoid confirming the correctness of Mr. Belair’s proposal to charge transferees, thereby enabling RLRS’ unlawful conduct.

[550]He was probably blindsided twice by RLRS’ conduct. The first was when he saw that it had bid 0 percent when he opened their tender and decided it had no consequence on the outcome of the process and he would not challenge it. The second was when he realized that RLRS was going to charge transferees in accordance with their commitment forms. When Mr. Belair’s “for the record” letter came in just before contract commencement, I conclude that he

2013 ONSC 2034 (*)

Page: 103

quietly put it away in the hopes that it would never be raised again. But for the intervention of the OAG, he and the others who were concealing these events, would have got away with it.

[551]I do however distinguish his role from that of Mr. Singh. There is no suggestion that he advocated for Mr. Belair’s illogical explanation. It simply suited Mr. Pyett’s purposes of concealing everything about the PMS bid.

[552]On the contrary, Mr. Singh was a vocal apologist for the rationale of “no cost to the Crown.” In addition, he makes a feckless attempt to direct responsibility for originating this rationale to Mr. Pyett, which appears to be supported by Mr. Belair’s letter directed to the Contract Authority and no one else.

[553]But it is clear from this trial, and I so find that Mr. Singh is the person inside the government touting Mr. Belair’s incredible justification for charging transferees for PMS. He continues to act on their behalf in the 2004 procurement process, by failing to bring to the attention of others running this contract, including Mr. Goodfellow who I conclude was also broadsided by RLRS PMS bid, to prevent the same unfortunate and costly scenario from recurring in 2004.

Is Mr. Lockington Credible that he did not Know RLRS Charged the Transferees?

[554]Mr. Lockington was one of the Crown’s key witnesses in support of its allegation that RLRS breached its contract by charging transferees for PMS.

Q. So they should.... If you bid.... If Royal LePage bid a ceiling rate of zero, was

it your view that transferees should not then be charged rates for property management fees because Royal LePage had bid zero?

A. For the service that we had contracted for, the crown and nor – nor the transferee, neither the crown nor the transferee should have been charged for those services. That is correct.

[Emphasis added.]

[555]Thus, against the backdrop of Mr. Lockington’s testimony, it would appear that Mr. Belair knew that charging transferees was in breach of the contract. His testimony was such to suggest that Mr. Belair was a “rogue” employee who went off on his own to charge transferees. Mr. Lockington never actually testified to this effect. But it was clear from his answers that he always understood that the zero percent bid for PMS meant that the transferees would not be charged and Mr. Belair’s course of conduct proposed in his letter of March 19, 2003 made no sense. He could not recall being consulted on the issue, which fell within Mr. Belair’s responsibility, as long as it did not involve an issue where the client was not satisfied.

[556]I admit to having some difficulty with this scenario. It is difficult to comprehend how Mr. Belair’s self-interest would justify him going out on the limb when the returns, and they appear to be sizable, were to RLRS’ shareholders. His employment position may well have been at risk if RLRS lost its most important contract, but I would think that would equally apply to Mr.

2013 ONSC 2034 (*)

Page: 104

Lockington. This was a contract that would make or break a relocation company and radically change the face of the industry in Canada.

[557]Admittedly, Mr. Belair had some credibility difficulties. For example when he testified that he was not involved in the financial bidding component of RLRS’ tender, this was completely rejected by Mr. Lockington in his testimony. He testified that they all worked on the tender together. It makes no sense given his role as the project manager for the IRP contracts. Moreover, his letter of March 19, 2003 belies his own evidence by explaining the financial implications of RLRS’ bid on PMS.

[558]Mr. Lockington confirmed my observations that he should have anticipated some significant increase in the use of PMS by transferees to be given away by RLRS free of charge. He testified that RLRS had a contingency plan in place but that it would have breached the contract. It would have relied upon the use of RLRS’ own forces to provide the services.

Q. ...so not the grass cutting, and things like that. We’re talking about the fees. And Royal LePage bid a ceiling rate of zero expecting that it would take some loss. First of all, would it be accurate to refer to it as kind of a loss leader for Royal LePage?

A. No. Can I step back one step away from the....

A. So, of course, coming back to answer your question, Ron – because I know you want to loop back to property management fees, did I know we’d take a haircut on those instances of property management, yes.

Q. Right. And my question was.... When you were looking at the financial

implications of how big a haircut are you going to take, you said it was considered manageable and my question is, is that because you knew or anticipated, from your past experience, that the actual volume of files that would involve property management fees was quite small?

A. A – a variety of things would have factored into it. That would be one for sure. Another would be that we had a network of Royal LePage brokerage offices across the country, a sister company that we could call upon to do that property management service for us at a – at a low rate, and also retain revenue, because it was going to flow back into the family. So those are two things I can think of right now. We certainly would have looked at historic volume which, I think, answers your question. But I – I also want to say that we wouldn’t have looked at that in the absence of the – the contingency plan as to how we would execute based on the – the volume that could well occur in any future year.

[Emphasis added.]

[559]A number of conclusions flow from this testimony. Firstly, RLRS has admitted that it used its historical information to formulate its bid; which goes a long way towards proving that the tendering process on this item was unfair.

2013 ONSC 2034 (*)

Page: 105

[560]Secondly, this is something that he would have had to discuss with Mr. Belair because they worked on the tender together as a team at a“ granular” level according to Mr. Livingstone. Mr. Belair would also have to know about the contingency plan as it could not be carried out the liaison between the two branches of RLRS. If Mr. Belair understood that RLRS was going to “take a haircut”, how could he possibly have misunderstood that transferees were not to be charged? Why on earth would he make up the “no charge to the Crown” and put himself out there as the rogue employee, when no apparent benefits would flow to him. Mr. Belair did not strike me as a “company man”, incidentally, which is how I would describe Mr. Goodfellow.

[561]hirdly, as already pointed out, RLRS could not have done what Mr. Lockington said it would do to take up any surge in PMS use. Mr. Belair, with whom he would have discussed these issues at length, would have been the first person to draw such a flagrant anticipated breach of the contract to Mr. Lockington’s attention.

[562]Fourthly, RLRS tender documents both in 2002 and 2004 indicated an intention to charge transferees in the sample commitment forms as part of the relocation packages in their tender proposals. Accepting Mr. Lockington’s evidence, it would appear therefore that Mr. Belair filled in the sample commitment forms in both tender proposals, showing a 9 percent and then 8 percent commitment price in in 2002 and 2004 respectively, all unbeknownst to Mr. Lockington.

[563]I am even more deeply troubled when I look to the 2004 bid. RLRS had been performing under the 2002 contract since April 1, 2003, even though it was terminated by the Crown. By the time it submitted its tender on June 15, 2004, it would have had more than two years’ statistics to observe whether the anticipated surge in PMS occurred. None occurred, principally because RLRS charged nine percent. How could Mr. Lockington not have inquired and not been informed about Mr. Belair’s contract-breaching conduct?

[564]I am not in a position to answer these questions, nor am I required to do so. I will say however that charging transferees would seem so much a simpler. In addition to all of the problems described above, I would think that a very bright man like Mr. Lockington would surely have seen the benefits of not revealing to the relocation world that RLRS had enjoyed a $42 million and then a $48 million premium on its PMS bid over a bidder like Envoy. Certainly by the time the 2004 RFP took place, Envoy had established reputation of being both vocal and litigious in these matters. Besides, by the time the 2004 bid rolled around, RLRS had Mr. Belair’s letter of March 19, 2003 in its pocket, happy with the knowledge that it had pre- approved its 0 percent bid the previous Contracting Authority and the continuing Project Authority.

[565]In such circumstances therefore, I wish to make it clear that I have not relied upon Mr. Lockington’s testimony to conclude that Mr. Belair, and indirectly Mr. Singh, should have known that RLRS was not permitted to charge transferees for PMS.

[566]These conclusions stand very much on their own, without the benefit of Mr. Lockington’s assistance.

2013 ONSC 2034 (*)

Page: 106

CHAPTER 4 - 2004 FACTUAL BACKGROUND

INTRODUCTION

[567]Three areas of concern dominate the 2004 RFP procurement process.

[568]The first is the continuing impact of the 2002 PMS provisions which were repeated in the 2004 process with the similar startling consequences described in the previous Chapter.

[569]Secondly, the Crown abandoned its “Best Value” lowest cost per point (“LCPP”) selection formula. Instead, it replaced it with a new method of selection whereby 75 per cent of the outcome was attributed to technical merit scores and 25 per cent to a bidding party’s total price tender.

[570]Thirdly, new issues arise concerning the fairness of the evaluations of Envoy’s tender submission relating to staffing where it lost most of its points.

[571]I will follow a different structure than was used in my analysis of the 2002 RFP process. While the 2002 RFP Process was partly chronological, it was ultimately mostly concerned with issues involving property management services.

[572]In my analysis of the 2004 procurement process, I will follow a purely chronological structure, even though it may involve revisiting the same issue from a different perspective in evaluating the implications of how different events unfold.

[573]For example, my analysis of the facts concerning the Crown’s decision to modify the selection formula, span the entire chronological spectrum. They start with the drafting of the selection formula provisions and terminate with the report of the Office of the Auditor General in November 2006. At that time, it was finally revealed that concerns about the revelation of RLRS’ pricing structure underlay the Crown’s decision to increase emphasis on technical merit scores and issues of conflict of interest come to a head.

[574]The chronological structure is broken down into four distinct periods:

1.Events between August 2003 when the retender was announced and April 20, 2004 when the 2004 RFP was posted on MERX;

2.Events after posting the RFP on April 20, 2004 and terminating on the tender closing date of June 14, 2004;

3.Events concerning the evaluation of Envoy’s proposal and terminating on November 2, 2004 with the contract award to RLRS; and

4.Events after contract award terminating in 2008 with the settlement of RLRS litigation.

EVENTS BETWEEN AUGUST 2003 AND APRIL 20, 2004 WHEN THE 2004 RFP WAS POSTED ON MERX

2013 ONSC 2034 (*)

Page: 107

August 21, 2003 - First concerns about RLRS Litigation

[575]While this event predates slightly the final decision to retender the relocation contract, it also relates to the new process that would follow.

[576]Concerns about the impact of legal challenges from RLRS arose immediately upon PWGSC considering the possibility of terminating the 2002 contract to initiate a new reprocurement process. On August 21, 2003, PWGSC held an urgent high level meeting to discuss the CITT’s decision and the information it had received from the investigation conducted by Mr. Genest.

[577]It was held to brief the Deputy Minister. In attendance were Allan Cutler, Dan Ross, Dave Dobson and six other unnamed individuals. It was indicated in an email by Mr. Cutler that Mr. Ross, the Associate Deputy Minister, had requested a risk analysis to be carried out to determine “the impact of a new contractor, a break in service and legal challenges (from RLRS).” Mr. Cutler and Dave Dobson were tasked with completing the analysis. The risk analysis, if it was done, was not introduced into evidence.

[578]As the plaintiffs pointed out, the two elements of risk identified by Mr. Ross were the risks inherent in changing contractors and the legal liabilities to RLRS. If RLRS won the re- tender, both of these risks would be minimized. Indeed, it was at this point that the conflict of interest that the Crown would face later as a result of RLRS’ litigation, was predicted before the decision to retender was decided.

August 29, 2003, RLRS Seeking Reasons for Re -tender

[579]In a letter dated August 29, 2003, Jim Lockington, President of RLRS, wrote to Dan Ross indicating that RLRS was disappointed and distressed by the PWGSC’s decision to conduct a full re-tender of the 2002 contract. In particular, RLRS was concerned that the announcement included the comment that the re-tender related not only to the Prudential CITT determination, but also to “reasons unrelated to the ground of complaint. ”

[580]Mr. Lockington requested further information on the reasons for the re-tender along with advance notice of any other announcements intended by PWGSC with respect to such reasons. He assured Mr. Ross that RLRS would continue providing service under the existing contract pending the re-tender process. I would have to think that RLRS was concerned about its own role in the conflict of interest concerns that led to the retender.

[581]On September 2, 2003, Mr. Ross called Mr. Lockington to discuss his letter of August 29, 2003 and the decision to re-tender. Mr. Ross did not testify. Mr. Lockington testified that he did not recall what was discussed during the telephone conversation with Mr. Ross.

[582]However, he acknowledged that by September, he had considered the possibility of litigation and would have discussed it with Mr. Ross, both on the telephone and in his letter sent to PWGSC.

2013 ONSC 2034 (*)

Page: 108

[583]He confirmed that from August 2003, when RLRS learned that the contract would be terminated and re-tendered, the company was in conversation with legal counsel determining its options for seeking damages against the Defendant.

[584]In a note to Mariette Fyfe-Fortin regarding his call with Mr. Lockington, Dan Ross indicated there are “lots of issues here and we need to stay at a high level with a brief reply.” The note also stated that she should coordinate with legal.

Change of Contracting Authority to Richard Goodfellow

[585]Having cancelled the 2002 contract over conflict of interest concerns, PWGSC took steps with a view to ensuring that the 2002 and 2004 procurement processes were separate, including assigning a new Contracting Authority to the 2004 process, Mr. Richard Goodfellow.

[586]Mr. Goodfellow testified that his manager, Mr. Rancourt, was very clear that any contractual matters or issues would be dealt with by Mr. Pyett, who was the Contracting Authority for the 2002 contract, and that all matters related to the procurement process would be directed to Mr. Goodfellow. He was very clear that those two processes should be kept separate and distinct.

[587]Mr. Goodfellow testified that the two processes were to be kept distinct because “[w]e didn’t want any perceived influence or bias related to the 2004 process” Mr. Goodfellow had considerable experience in procurement process. He had been trained in all major aspects of a procurement process, including the development of SOW, the development of RFPs including methods of selection, and the conduct of technical and financial evaluations of bids. In his various positions with the public service, he had responsibilities to review RFPs, including SOW, evaluation criteria and procurement strategies and was involved in the technical and financial evaluation of bids. He had also been responsible for the administration of multimillion dollar contracts.

[588]Because it was the intention of PWGSC to keep the 2002 and 2004 procurement processes separate, Mr. Goodfellow received no briefings, information or file materials from Mr. Pyett. In that respect, he came into the procurement completely cold with no file background from the 2002 tender process and without any support from Mr. Pyett, or someone with more experience such as Ms. Douglas. He was therefore completely reliant upon his technical authorities concerning technical issues.

[589]However, the issue of responsibility for requiring a fairness monitor review the input of industry falls completely within the mandate of the Contracting Authority and the PWGSC .

Interdepartmental Working Group and Mr. Singh’s Partiality Towards RLRS

Composition and Mandate

[590]An IWG was established for the re-tendering process. This group included the Project Authority, Mr. Singh, the Departmental Authority from CF, Lt. Col. Taillefer, and the

2013 ONSC 2034 (*)

Page: 109

Departmental Authority from RCMP, Gus McIntosh, together with the Contracting Authority from PWGSC, Mr. Goodfellow. Major D’Amours de Couberon also testified that he participated as an observer replacing Major Keleher on the IDWG.

[591]The group’s role was to review and decide all of the related technical requirements, develop the evaluation criteria as well as the method of selection. As the 2002 SOW remained largely unchanged, the most important responsibility of the IWG was to redraft the evaluation criteria and an extra-added task of modifying the selection formula.

[592]The intent was that the working group would continue, after the award of the contracts, to deal with ongoing contract administration.

[593]Ms. Billings testified that PWGSC had requested different personnel than were assigned to the 2002 procurement process to work on the 2004 re-tendering. Nevertheless, the individuals listed above were named by their respective departments to participate and represent their departments’ interests in the 2004 RFP. Mr. Singh was instructed to remain involved because he was the only person who could fill the role, while Lieut. Col. Taillefer was advised that military personnel are not required to recuse themselves.

The Reasonable Appearance of Bias of Mr. Singh

[594]The Departmental Authorities and Mr. Singh had experience with the administration of the 2002 contract as I described in the previous chapter. As such, they all had extensive prior experience working with RLRS and had been subjects of interest in the conflict of interest investigation by Mr. Genest.

[595]However, I note here that in addition to my analysis of Mr. Singh’s conduct concerning property management, there were several other manifestations of his conduct which raise a concern of his partiality towards Envoy and RLRS. These are well summarized in the plaintiffs’ submissions.

[596]Mr. Singh was the Project Authority for the IRP contracts through most of the applicable time period. As such, he played an important role in the 2002 and 2004 RFP processes. Mr. Singh’s relationship with RLRS began in April, 1999, with the award of the IRP pilot project.

[597]Between 1999 and 2002, Mr. Singh dealt with RLR on a constant basis. He was responsible for providing policy interpretation to the Federal Public Service and liaising with

RLRS. He had working meetings with RLRS representatives, including Mr. Belair or Mr. Bonin, a couple of times per month. He also had telephone conversations and e-mail communications with Mr. Bonin or Mr. Belair almost daily.

[598]Each year between 1999 and 2002, Mr. Singh also attended annual training sessions and Christmas lunches paid for by RLRS. The training sessions ended with a gala dinner and all participants were given gifts, such as a shirt or another small item. Mr. Singh also received gifts from RLRS at CERC conferences in 2000, 2001 and 2002.

2013 ONSC 2034 (*)

Page: 110

[599]Perhaps unwisely, Mr. Singh attended CERC in Montreal in October, 2002, despite the fact that his colleagues from the evaluation committee did not attend and it was even suggested to him by Mr. Pyett that he should not attend on this occasion, given the circumstances. On this evidence, Mr. Singh did not appear to consider himself bound by the same rules as his colleagues.

[600]In September, 2000, Mr. Singh accepted an invitation from RLRS to participate in a golf tournament in Toronto. It was paid for by RLRS, but according to him, his participation was authorized by his superiors. This was contrary to the conflict of interest Guidelines of TBS. At the outset of the tournament Mr. Singh received a free fleece vest from RLRS and the green fee was paid for by RLRS.

[601]In 2003, after the Plaintiffs made allegations of conflict of interest to the Minister’s office, Mr. Singh was subjected to an interview with Mr. Genest. Mr. Singh confirmed that he was upset to be involved in the Genest investigation and that he attributed blame to Envoy for being put through what he found to be an intimidating experience.

[602]He also testified that he was asked to undergo a lie detector test and that he considered this to be a form of intimidation.

[603]In his correspondence to a member of the 2004 IDWG, Denis D’amours de Couberone, Mr. Singh described Envoy in negative terms:

After the debrief we discovered that Prudential Relocation Services filed a complaint with the CITT and they used comments made during the debrief to “make their case”. Subsequent to this, Envoy Relocations which was a conglomerate of several organizations and who under the “Envoy” banner did not have the required years of experience made several personal and unfounded accusations which has since subjected members of the committee to interrogation by investigators and in fact some were intimidated in that they were asked whether they would be prepared to undergo a lie detector test. Since then there has been a publication in the “Sun” newsprint which carried certain committee members, names [sic].

[604]By way of contrast, Mr. Singh appears to have maintained excellent relations with RLRS. Indeed, in a somewhat fawning letter to Mr. Lockington he apologized to RLRS for the “unfortunate” and “injurious” scrutiny of RLRS’ contract:

It is unfortunate that our current contract has been subject to such injurious scrutiny but it is the mandate of the Federal Government that all its dealings with the corporate world must be free of any perceived inappropriate occurrences. To this end we have a new contract from which we will commence working soon.

[605]When Mr. Singh was asked about his involvement for a briefing for a Question Period note, he provided the following information:

2013 ONSC 2034 (*)

Page: 111

I assure you that I have never taken or asked for anything from RLRS or anyone. I have never been on a cruise or fishing trip which others went on.

[606]On cross-examination, Mr. Singh admitted that he had in fact taken gifts from RLRS. As was evident in the review of his testimony when considering the PMS issue, his practice of failing to disclose relevant information, or shading the truth, was also evident during the OAG investigation.

[607]I agree that this evidence suggests that Mr. Singh’s attitude towards Envoy going into the 2004 RFP process was negative and resentful. It also demonstrates that his relationship with RLRS was too close for someone who was to play a prominent role on the IWG and draft the 2004 RFP, particularly after being one of the persons who violated the Conflict of Interest Guidelines.

[608]This evidence is supplemented by other evidence from his testimony. It shows that he continued to argue that RLRS did not breach the 2002 contract by charging transferees after being made aware of his earlier error in judgment. My conclusion on his appearance of bias is further substantiated by his conduct in the 2004 procurement process described below.

[609]As it turns out, he expressed his own concerns about appearances of bias, but was nevertheless allowed to remain on the IWG.

[610]I understand Treasury Board’s decision to keep him on the IWG as he was by far the most technically experienced member. Nevertheless, I conclude that the defendant was required to take steps to ensure that Mr. Singh’s presence could not be seen as having an opportunity to influence the decisions of the IWG. In particular, to alleviate such concerns, an impartial and knowledgeable fairness monitor was required to observe the work of the IWG in preparing the 2004 RFP.

The Appearance of Bias of the Committee

[611]To a certain extent, I have found that the committee members have attempted to shield each other in recognition that finger pointing may backfire.

[612]There are innumerable examples in the evidence where no member is able to recall who came up with an idea, or who strongly supported it. An apt example is concerned with the imposition of unreasonable file experience requirements or the selection formula changes to double the weight of technical merit relative to that of price. While I accept that these events took place many years previously, the fact that each of the members was able to provide specifics in other areas suggests that the memory loss on items that would tend to stick in one’s mind - i.e. as to who was advocating for what and how strongly - should have been retained.

[613]While the inability to recall who was advocating for the different decisions of the IWG may prevent the attribution of individual responsibility, it has the opposite effect in supporting my conclusion in attributing bias from any member to the entire committee.

Failure to Brief Mr. Goodfellow: RLRS’ Zero Bid for PMS and Charging Transferees

2013 ONSC 2034 (*)

Page: 112

Mr. Goodfellow’s Dependency on Others Regarding Technical Matters

[614]Mr. Goodfellow did not have specific knowledge of the relocation industry. He testified that this did not have an impact on the fairness of the process as it was common for a procurement officer to rely on others for their technical expertise as reflected in the contents of a SOW. It was his assertion that PWGSC officials do not have to be experts in the particular field; there expertise lies with the conduct of the procurement process itself.

[615]In this matter, he acknowledged relying upon the technical expertise of the client departments. Mr. Goodfellow testified that all members of the IWG in 2004, other than himself, were experts in relocation. In my view, Mr. Singh possessed by far the most experience and knowledge of the relocation industry.

Q. Okay. And at the time you were preparing the 2004 RFP, did you not think that events under the 2002 contract might be relevant to that work?

A. It - it would depend. And I would’ve relied on my technical authorities if there were issues with respect to the relocation services that were provided under the previous contract, to identify them and make those corrections in the statements of work for the upcoming contracts.

Q. But wouldn’t there – or couldn’t there have been some lessons learned since 2002 that could impact on the 2004 RFP? I mean, isn’t that a normal part of the tendering process, that where you have a contract that has been in place, maybe some things have been learned under that contract that will affect how you prepare the next RFP?

A. And that’s why I would’ve relied on my technical authorities for that advice. [Emphasis added.]

Failure to Advise of 2002 PMS Circumstances

[616]I carry out the following analysis from the perspective that Mr. Singh and Mr. Pyett were acting in good faith. That is not my conclusion from the previous chapter. I proceed on this basis to consider the defendant’s liability absent intentional behaviour by its employees and agents.

[617]In 2003, Mr. Singh and Mr. Pyett were aware that RLRS had quoted a ceiling price of zero for PMS in their bid on the 2002 RFP, yet had then proceeded to charge transferees 9 per cent for these services. I find that their expectation, based upon their knowledge, was that if the same provisions were used in the 2004 procurement process, the same results would follow.

[618]Therefore, it was incumbent on them to make known to those involved in the 2004 procurement process that RLRS, in winning the 2002 contract, had bid on the PMS provisions in an entirely different manner than Envoy. This would demonstrate that there was confusion in how the same tendering parties were interpreting the RFP on an important item that would have a price impact of over $40 million.

2013 ONSC 2034 (*)

Page: 113

[619]It was not only the remarkable outcome of RLRS gaining more than a $40 million advantage over the other parties by bidding in this fashion; Mr. Singh had to have understood that in charging the transferees, its PMS bid was at no cost to RLRS. He was the expert on the IRP and the 2002 contract. He had realized the advantage that RLRS possessed because he testified that the other bidders should have done the same.

[620]In any event I find that anyone experienced in conducting these tenders and administering the contracts would recognize the extent of the pricing differential resulting from a bid of zero percent versus 9 percent for PMS and the resulting need for clarification of the provisions of the RFP.

[621]In brief, the fact that another bidder had previously interpreted the provision in a significantly different fashion from that of RLRS required, at a minimum, that it be brought forward for discussion by the IWG. The defendant had an obligation to ensure that its tenders were clear in their intent to all bidders.

[622]Mr. Pyett also had the means to bring these circumstances forward, even though not as a member of the IWG. The firewall set up between the 2002 and 2004 RFP processes would not justify a failure to advise his superior, Mr. Rancourt, of the exceptional facts pertaining to the 2002 process and contract administration. By this indirect manner, it could not be suggested that Mr. Pyett was interfering in the 2004 bidding process. This is an alternative to my finding that neither Mr. Pyett nor Mr. Singh wished to have the circumstances involving RLRS’ 0 per cent bid brought to light uniquely to suit their own interests.

[623]As noted, Mr. Pyett did not provide Mr. Goodfellow with his contract file, which contained a copy of the March 19, 2003 letter from Mr. Belair. He could have provided it to Mr. Rancourt for consideration. This would have alerted Mr. Goodfellow to the situation.

[624]Mr. Singh was aware that RLRS had bid zero percent for PMS and was charging transferees for these services under the 2002 contract. He testified that he did not have any discussion with Mr. Goodfellow about these facts at the time that the 2004 RFP was being developed.

[625]As a result, the 2004 RFP was finalized containing the same formula that allowed RLRS to bid zero for PMS, while at the same time, all other bidders provided a ceiling rate based on fair market value. The effect of this is that the RFP contained an undisclosed preference concerning the PMS provisions in favour of RLRS not known by the other tendering parties.

[626]This is in addition to my finding of fact that neither gentleman bringing the issue of the significant difference of the PMS bids of RLRS and Envoy to their superiors further confirming my view that both gentlemen were intentionally concealing the fact that RLRS had bid zero dollars on PMS in 2002. By their failure to act, Mr. Singh and Mr. Pyett permitted a significant concealed preference in favour of RLRS that existed in the 2002 RFP to be repeated in the 2004 procurement process.

Mr. Goodfellow Concluding that the Significant Difference in the PMS Bids of RLRS and Envoy was Irrelevant

2013 ONSC 2034 (*)

Page: 114

[627]When cross-examined, Mr. Goodfellow maintained that the information of how the incumbent contractor had interpreted the identical contractual provision in the 2002 contract was

not relevant to his duties as contracting authority. This applied equally to either the preparation of the 2004 RFP or his financial evaluation of the bids.

Q. When you took over as contracting authority from Mr. Pyett, did he brief you at all with respect to the zero bid by Royal LePage in 2002?

A.No.

Q.Or about the fact that transferees were being charged property management fees?

A.No.

Q.Wouldn’t that information have been relevant to both the preparation of the 2004 RFP and your duties as contracting authority?

A.No.

Q.Had he told you that, it wouldn’t have taken an investigation by the Auditor General in 2005 and ‘6 to uncover that information, or would it?

A.I - I – can you rephrase your question? I’m not sure I understand what you’re asking me.

Q.Well, basically, what I’m getting as is, if he had told you that, there would’ve been an issue that came to light at a much earlier stage than before the Auditor General commented on it in her audit in 2006?

A.I don’t know what - what information Mr. Pyett had at that time, so I don’t know what information he could’ve passed on to me that would’ve been any different than, or prevented, anything that the Auditor General found in - as a result of her audit.

Q.But it would’ve identified the issue for you at an earlier stage. And in fact, it might have clued you in when you were doing the financial evaluation of Royal LePage’s 2004 proposal that a zero ceiling rate doesn’t really mean ‘zero’ because transferees are being charged, and have been charged, for the past two years. Don’t you think that would’ve been relevant and important for you to know?

A.I would say that that is a contractual issue, that had Mr. Pyett known that Royal LePage was charging for property management services, that he would’ve addressed it under the terms of his contract. And I – and to me, that’s - that’s in a

– that’s a - that’s a contractual issue that he would have dealt with. So I don’t

know what effect that would’ve had on the 2004 contract or RFP.

Q. So, even if you knew – had been told by Mr. Pyett that a ceiling rate of zero didn’t really mean ‘zero’ – you would still have evaluated Royal LePage’s financial proposal as though it did.

2013 ONSC 2034 (*)

Page: 115

A. I would’ve accepted that the information provided by the bidder, and – was correct. And I would’ve done the financial evaluation based on the information that they provided. And I would have taken the position that by putting in a ceiling rate of zero, that you’re committing to providing those services at no cost to the transferee.

[628]Accordingly, proceeding on the basis of Mr. Singh and Mr. Pyett were acting in good faith runs raises the issue of Mr. Goodfellow’s good-faith taking proper steps had he been advised of their concerns about the PMS provisions.

[629]Mr. Goodfellow is not credible in concluding that information on RLRS’ bid and subsequent charging of transferees for PMS was not relevant, or that this information would not have affected how the RFP would have been drafted. I make this finding for a number of reasons.

[630]First, it would have forced him and the other members of the IWG to seek a rational explanation as to how RLRS could achieve a $42 million advantage over Envoy and any other bidder who did not bid zero percent for PMS. The only logical explanation as described above during the analysis of the 2002 procurement process, was that the PMS volumes figures were egregiously inaccurate.

[631]Even if the IWG did not search for a rational explanation of the differential, it could not possibly have allowed the basis of payment and PMS financial evaluation formula to remain unchanged while knowing that RLRS had interpreted it in an entirely different manner than the other bidders providing it with $42 million advantage in its tender for the item.

[632]This is the reason he, and all the other defendant witnesses such as Ms. Billings, Mr. Benoit and even Lieutenant Col. Taillefer, were at pains the to ensure the Court that they had no knowledge that RLRS had previously tendered a zero percent Ceiling Price for PMS.

Kick-Off Meeting October 15, 2003

Method of Selection

[633]The IWG met for the first time on October 15, 2003. The purpose of this “kick-off“ meeting was to introduce the members of the group, to talk about roles and responsibilities and the overall procurement strategy, as well as to deal with other issues such as the duration of the contract, the value of the contract, the bidders’ conference and so forth.

[634]Included in these discussions was the issue of the selection formula indicated in Mr. Goodfellow’s notes: “Method of Selection - most likely Best Value - Lowest Cost Per Point. Can provide other examples.”

Mr. Goodfellow’s Knowledge of Mr. Singh and Lt. Col. Taillefer’s Conflict of Interest concerns

2013 ONSC 2034 (*)

Page: 116

[635]In his notes, Mr. Goodfellow recorded, “concerns of potential conflicts of interest, due to past relationships. Ram (Singh) will remain as PA (Project Authority). TBS has no one avail. to work on SOW and eval. criteria. Ram is sole contact”

[636]Mr. Goodfellow testified that he was not aware of Mr. Genest’s investigation or the conflict of interest allegations giving rise to the re-tendering of the contract. He stated that Mr. Rancourt never advised him nor was he curious as to why the re-tender was taking place.

Q. What were you told of the reasons why there was now going to be a retender instead of a re-evaluation?

A. I was told that it was a departmental decision; that there would not be a re- evaluation; and that a new procurement process would be conducted; and that I would – I was to review the CITT determination to ensure that the - that the issues related to that complaint were taken into account in the development of the new RFP.

Q. And by “departmental decision”, is that referring to a decision by Public Works?

A.Yes.

Q.Okay. Did you ask Mr. Rancourt for the reasons why the reevaluation had become a retender?

A.No.

Q.Weren’t you surprised when your instructions changed?

A.Yes, I suppose I was.

Q.Okay. So, weren’t you curious about the reasons?

A.No.

Q.Didn’t it strike you that this was a very unusual situation, that such a large contract that had only recently been awarded was being retendered?

A.Yes, I guess.

Q.Okay. Didn’t that make you think that something very bad must have happened with the original contract award?

A.No, but I would’ve had trust in my seniors to – that made that decision would’ve had their reasons. So, that was not my place to question that.

Q.Okay. And I think you said during your evidence in-chief that you were not told about the Genest investigation?

A.No, I was not.

[Emphasis added.]

2013 ONSC 2034 (*)

Page: 117

[637]He stated initially that, only after the completion of the evaluation process did he learn of the internal investigation and that there were allegations of conflict of interest with respect to some individuals who were involved in the 2002 procurement process.

[638]However, these statements, when viewed in their entirety, reflect the fact that Mr. Goodfellow gave contradictory and inconsistent testimony as to what was discussed with respect to the “potential conflict of interest” at the kick-off meeting.

[639]For instance, when asked about this note during his testimony at trial, Mr. Goodfellow stated that either Lt. Col. Taillefer or Mr. Singh had raised this concern. However, the concern, as he understood it, related to the fact that as part of the Prudential CITT complaint, a conflict of interest issue was raised concerning Major Keleher having brought a legal action against Prudential.

[640]Mr. Goodfellow testified that because Mr. Singh and Lt. Col. Taillefer had participated as evaluators in the 2002 process, “we” also wanted to make sure that there was no perceived conflict of interest in the 2004 process. He further testified that this concern was addressed by having a new technical evaluation team in the 2004 process.

[641]Under cross-examination, Mr. Goodfellow agreed that he had read the Prudential CITT complaint and was aware that there was no allegation against Mr. Singh or Mr. Taillefer with respect to that complaint. However, he maintained that the reference to a conflict of interest in his notes did not relate to the Genest investigation and that he did not have any concerns about Mr. Singh or Lt. Col. Taillefer being involved in the 2004 RFP including working on the SOW.

[642]According to Mr. Goodfellow, neither Mr. Singh nor Lt. Col. Taillefer raised the Genest investigation or declared their involvement in that investigation during any of the meetings of the IWG, despite the fact that concerns about conflicts were expressly raised at the kick-off meeting. These two individuals did not offer to recuse themselves from any discussions that related to the development of the 2004 RFP, and thereafter participated in key decisions affecting the design of the re-tender.

[643]On December 1, 2008, at his examination for discovery, Mr. Goodfellow gave different evidence. At this time he testified that the conflict of interest that was raised at the kick-off meeting, as recorded in his notes, was with respect to the involvement of Lt. Col. Taillefer and Mr. Singh in the 2002 process.

Q. I’d like to move to binder number seven. Page number 4. In the middle of the last paragraph there’s a sentence stating, ‘The clients also expressed concerns regarding potential conflict of interest due to participation with the previous evaluation process.’ And I should have mentioned, this in the minutes from the kickoff meeting on the 15th of October 2003, correct?

A. Yes, that’s correct.

Q. And who would have taken these minutes?

A. I did.

2013 ONSC 2034 (*)

Page: 118

Q. So when you say the clients also expressed concerns regarding potential conflict of interest, which clients expressed the concern?

A. I don’t remember specifically, but the three clients that were present were

Mr. Singh from Treasury Board, Mr. Taillefer from DND and Mr. MacIntosh from RCMP.

Q. So do you recall what their concern was?

A. Yes, they felt that because of their participation in the 2002 process and the allegations of the hospitality that was made and the Public Works investigation, they

believed that because of their participation in that previous 2002 process that it could be perceived as a conflict of interest.

Q. So that’s Taillefer and Mr. Singh?

A. And Mr. MacIntosh, yes.

[644]However, when he was cross-examined at trial on this prior inconsistent testimony, Mr. Goodfellow was unable to explain his evidence:

Q.Well, it’s not made up. It’s a transcript of how you answered the question on December the 1st, 2008.

A.I mean, I - I - I don’t know how to – what else to say. I mean, I know I just

read the report as part of the preparations for that discovery process. And I think I

- I misinterpreted my understanding of those comments at that time. But....

Q. So you’re saying your answer on December 1, 2008 was not true?

A. I think I - I misunderstood that comment.

[645]Lt. Col. Taillefer, during examination in chief, had a different version of events. He testified he had concerns about being involved in the 2004 process because it was “the same people.” He stated that “we raised” the point at the table that “we” had been under investigation and there was controversy. It was Lt. Col. Taillefer’s understanding that Mr. Goodfellow was aware of the allegations of conflict of interest that had been made against him and that he must have known that everyone had been investigated.

[646]Mr. Singh testified that at the kick-off meeting, he was concerned that, having been somewhat tainted by accusations, that it may not be fair to participate beyond preparing the technical documents. Mr. Singh further stated that Lt. Col. Taillefer expressed the same concerns. Mr. Singh testified in examination in chief that, “…we were accused, falsely albeit, that we removed documents from files and we showed favouritism.” He believed that the issue was resolved by bringing in other individuals from Treasury Board to work on the evaluation process.

2013 ONSC 2034 (*)

Page: 119

[647]I do not find Mr. Goodfellow credible in his testimony concerning either that he was unaware of Mr. Genest’s investigation prior to completion of the evaluations or that Mr. Singh and Lieutenant Col. Taillefer were subjects of the investigation.

2013 ONSC 2034 (*)

Page: 120

RLRS Advises of Legal Implications Arising from PWGSC’s Decision to Re -Tender

November 3, 2003 Letter - “Manifest Unfairness” in Disclosing RLRS Pricing

[648]On November 3, 2003, Mr. Simon Dean, Chairman of RLRS, wrote to the Honourable Ralph Goodale, Minister of PWGSC, responding to the Department’s decision to re-tender the 2002 contract.

[649]Mr. Dean raised the unfairness of RLRS having to participate in the re-tender when there had been public disclosure of its competitive pricing through the 2002 RFP process. From this point forward, RLRS complained that it was in a position of manifest unfairness because its pricing had been disclosed to its competitors.

[650]He also impliedly threatened litigation: “Mr. Minister, RLRS does not want this matter to escalate any further, but I am sure you understand that RLRS must protect all its rights. ”

November 10, 2003, Participating in Re-Tender to Mitigate Damages

[651] On November 3, 2003, the same day as Mr. Dean’s letter, PWGSC posted an

Opportunity Abstract on MERX providing advance notice to potential bidders that a new RFP would be posted for the re-tender of the IRP contract.

[652]In response, Mr. Lockington sent a letter to David Pyett stating that PWGSC had repudiated the 2002 IRP contract. He indicated that the publication of the Opportunity Abstract

made it clear to RLRS that PWGSC did not intend to fulfill its obligations under that contract. As a result, RLRS was forced to consider the 2002 contract to be at an end.

[653]Mr. Lockington assured Mr. Pyett that RLRS would continue to provide relocation services until further notice “in accordance with past practice and on commercially reasonable terms”.

[654]The letter also served as official notice that RLRS intended to pursue litigation to recover damages resulting from the re-tender. Mr. Lockington informed PWGSC that RLRS would participate in the re-tendering process in order to mitigate its damages:

In addition, RLRS’s current intention is to participate in the bidding process in an effort to mitigate its damages arising from PWGSC’s conduct, and without prejudice to RLRS’s right to seek recovery of all damages arising from PWGSC’s actions.

[Emphasis added.]

[655]The defendant never made any serious attempt to challenge RLRS’ claim that the Crown would have to pay damages for terminating the 2002 process. Eventually, it would pay RLRS $4.5 million on its claim for damages after RLRS won the retender process.

2013 ONSC 2034 (*)

Page: 121

[656]By this letter, RLRS made obvious what I conclude was already known to the defendant; the Crown was in a conflict of interest with all bidders apart from the incumbent.

[657]I make this finding as RLRS indicated that it would be claiming for its lost profits from the 2002 contract, while at the same time, it would attempt to mitigate those losses by winning the re-tender process. If RLRS won, the Crown would pay less in damages. However, if RLRS succeeded with the highest possible administration and other fees, the Crown’s payment in damages would be similarly lessened.

[658]By its interests aligning with the best possible outcome for RLRS in the 2004 re-tender,

the Crown was in a real, not apparent, conflict of interest with the other bidders. Moreover, while a duty to avoid an actual financial conflict of interest can be further heightened, the Crown was already coming off a tendering process that was vitiated by an apparent apprehension of bias, such that the Crown had to be aware of its perilous situation in conducting the new procurement process.

[659]After the tender process was completed, in his letter of November 11, 2004, Mr. Atyeo pointed out a conflict of interest, which he described incorrectly as only including a perception of a conflict of interest, indicated that this required the defendant to be more transparent to answer this perception. He identified the problem and provided the remedy.

Had another bidder won this competition, then the government would have had to terminate the existing contracts with Royal LePage. This gives rise to at least a perception that the government had a financial interest in awarding the contracts to Royal LePage in order to avoid or mitigate the costs or damages that the government might have had to pay if Royal LePage’s existing contract had been terminated. We suggest that the government needs to be more forthcoming with information to answer this perception.

[Emphasis added.]

[660]Mr. Goodfellow made no attempt to respond to this allegation. Further, during argument, the defendant made no serious attempt, beyond a blanket denial by defence counsel, that the Crown was in a position of conflict of interest.

[661]PWGSC obviously had to proceed with the reprocurement process. Nevertheless, in my view, it was required to take pro-active measures to mitigate any conclusion that the Crown was acting on its conflict of interest. This duty could have been discharged by having the process conducted under the supervision of an independent, qualified third party monitor to ensure its fairness and transparency.

[662]The defendant appeared to recognize that a fairness monitor was necessary at all stages of the procurement process. However, it abandoned that idea during the drafting of the new RFP. The monitor it retained was only for the purpose of overseeing the evaluations of bids. It added nothing in terms of fairness. Indeed, the defendant did not even risk calling him as a witness to testify on how the process was conducted.

2013 ONSC 2034 (*)

Page: 122

November 26, 2003, PWGSC Internal Email Chain - Requirement to Mitigate Potential High Litigation Risks

The E-mail Chain

[663]On November 25, 2003, an impressive assemblage of senior personnel of PWGSC met to discuss the reprocurement process. It was attended by the Associate DM (Christiane Ouimet), ADM for Acquisitions, Ms. Billings, PWGSC Senior Legal counsel (Ellen Stensholt) and the Director General of the Procurement Section, Mariette Fyfe-Fortin [later replaced by Pierre Benoit]. Mr. Goodfellow testified that Mr. John Shearer was the ADM for Acquisitions at the time. I conclude however, that Ms. Jane Billings was in this position. She testified that she assumed these duties starting in November 2003, and more importantly, was copied with the original e-mail of the chain described below.

[664]On the same morning Ms. Fyfe-Fortin requested an update of information on the status of the reprocurement process from Mr. Rancourt, Mr. Rancourt provided Mr. Goodfellow with the following instructions.

Please action for 1: OOPM - update on your Nov. 21st status report; SOW, Evaluation Criteria, grid, committee, fairness monitor and schedule update; discussions with Industry concerning Basis of Payment. TB Program approval or other.

[Emphasis added.]

[665]It would appear from this memorandum that the concept of amending the Basis of Payment, resorting to a fairness monitor and consulting with industry were issues that had previously been discussed.

[666]The November 21st status report was not entered into evidence, nor any status report from Mr. Goodfellow to his managers. Nor was any evidence introduced as to what those previous discussions were. Mr. Goodfellow provided no reply comments in his e-mail on employing a fairness monitor. Later evidence indicates that he had been directed to engage a fairness monitor to review the input of industry to the LOI.

[667]In his reply e-mail, Mr. Goodfellow described two options to revise the basis of payment involving different payment arrangements for administration and third-party fees. He added that both options contained a number of significant disadvantages which would increase the government’s burden or risk in administering the contracts.

I have investigated possible options concerning amending the Basis of Payment (BOP) for IRP, and my suggested options are detailed below:

Present BOP - Firm All-Inclusive Administration Fee per File, and Ceiling rates for

2013 ONSC 2034 (*)

Page: 123

Third Party Services per region (Appraisal Fees, Legal Fees, Real Estate Commission, Building Inspection, Property Mgmt Commission, Rental Search) with no allowance for overhead or profit.

Option 1 - Firm all-inclusive fee per file including Admin fees and Flow-Through costs. Advantage - easy to manage, puts the onus and risk on the contractor. Disadvantage - must provide historical data (which would have to come from Royal LePage) so that all bidders have the same information to base their firm price on. Also, this would allow the contractor to incorporate overhead and profit into the fees paid for Third Party services. Additionally, historical data is subject to change, and as soon as the costs start eating into the contractor’s profit, degradation on services may result or the contractor will start looking for other options to make up the difference. This opens the door to a whole set of other potential problems for PWGSC and client departments. The Real Estate commissions are based on the sale price of a house, and this cannot be predicted in advance.

Option 2 - Firm hourly rates: not feasible, as it would be an administrative nightmare for 300 contractor employees nationally and international (for CF) to document every minute they spend on the phone or face to face with government transferees on 12,000 moves per year.

Others: milestones or firm lot prices would not work.

[668]Later the same afternoon, Mr. Rancourt provided a third option - which he also did not recommend - because of the increased administrative work that it would entail for the government contracting parties.

Option #3: separate Specific Services from main relocation file and award 6 NMSOs - we would however ask dept’s to coordinate all services plus burden them with the management of all files plus no management of expenses - therefore not recommended. .

Pls. note that we had gone out to industry in preparation for the present contract [2002 contract] asking for industry best practices on B. of P. and M. of P. and we had received no comments.

[669]Ms. Fyfe-Fortin replied to Mr. Rancourt the next day copying Mr. Goodfellow and Mr. Bullock. She described the decisions made by senior management on what course of action should be followed.

a)Basis for Payment: Considering the RLRS letter of November 1 [sic 3], 2003, it has become necessary to modify the basis of payment to mitigate potential high litigation risks. It is recognized this is a major scope change to the “review and update” strategy previously endorsed for this procurement which will require work with the Interdepartmental Committee, consultation with the industry (in a

2013 ONSC 2034 (*)

Page: 124

form of issuance of a draft RFP or other means), and which will impact the fast timeline forecast for posting on MERX. You are therefore tasked to think through options for a modified basis for payment and launch discussions of such with the interdepartmental committee. You are also required to develop options for consultation with the industry.

b)Timeline: considering a) above, it is recognized that the posting on MERX of a draft RFP by December 12 is unachievable. Considering the work that needs to be done on the basis for payment, you are asked to review and update the overall timeline for the reprocurement, with ideally maintaining the target of commencement of services by December 1, 2004, and therefore reprofiling the other activities (including contract award) to include the activities related to the modification of the basis of payment within the overall timeline.

[Emphasis added.]

[670]I find that the modification of the Basis of Payment was intended to meet RLRS’ complaint that its pricing had been disclosed to its competition. Indeed, in her memorandum to the Minister in February 2004, she describes RLRS’ complaint as being founded upon the fact that its basis of payment was disclosed.

[671]Modification of the Basis of Payment as described in the reply memorandum of Mr. Goodfellow and Mr. Rancourt would have had no discernible effect on other bidders. Thus, on its face, PWGSC started off in responding to concerns that RLRS’ pricing had been disclosed that would not impact adversely on other bidders. However, no modification of the Basis of Payment ever occurred. Instead, the most significant change to the 2004 RFP was the heavy weighting accorded technical merit in the evaluation methodology.

[672]I find that this memorandum is a clear indication that senior management gave instructions to change the 2004 RFP to mitigate its potential high litigation risks with RLRS. In particular, it wished to respond to RLRS’ complaint that it was disadvantaged because its basis of payment was known.

[673]Further, I find that senior management viewed modifying the Basis of Payment as the preferred solution, despite the disadvantages raised by Mr. Goodfellow and Mr. Rancourt. This

implies that the senior managers were not readily put off in finding a neutral manner to respond to RLRS’ threatened litigation, which would not put the Department in a situation of conflict of interest with other bidders.

Failure to Document How the Selection Formula Came to be Modified

[674]The email chain of November 25-26, 2003, is highly relevant for a number of reasons. Already noted, it provides some indication of the Crown’s intention to modify the 2004 RFP to contend with the potentially high litigation risks with respect to RLRS and it demonstrates a desire to find some means to mitigate these risks in a fashion that was neutral to all bidders. It

2013 ONSC 2034 (*)

Page: 125

demonstrates the importance senior management attributed to this procurement process and the oversight it intended to provide to it.

[675]Finally, it stands out as the only document of its kind involving senior management or that provided any explanation of any kind as to the strategy employed to mitigate the litigation risk or to modify the RFP.

[676]Mr. Goodfellow’s notes, which are detailed and start off with numerous references to various topics, record no other reference to modifying the selection formula apart from the initial reference of “most likely Best Value - Lowest Cost per point”. No notes of the other members were entered into evidence or referred to assist Mr. Singh or Lt. Colonel Taillefer testify on this subject. There are no memos to senior personnel and, in particular, no reporting memorandum to senior PWGSC management or evidence of their approval of the modification.

[677]The report of the OAG was critical of the lack of documentation describing how the MOS came to be established. The report stated as follows on this issue:

5.55As part of our assessment of the process for awarding the contracts, we wanted to determine whether the basis for evaluating the bids had been established and communicated to potential bidders.

5.56We expected that, as required by the Treasury Board Contracting Policy,

the contract on files would provide a complete audit trail containing details related to relevant communications and decisions, including the identification of officials and contracting approval authorities involved. In addition, the PWGSC Supply Manual states that a current file serves as a historical record and an accurate audit trail in the event of a financial review, subsequent legal action, or an official complaint. We expected that the file would include documentation of the rationale for evaluation criteria established.

5.58Although the RFP disclosed the evaluation criteria and the 75/25 split, the reasons why PWGSC chose this particular ratio were not documented in its procurement files. This is a concern because the evaluation criteria and the weighting of technical versus price considerations may influence the selection of the winning bid.

[Underline added.]

[678]Although I am in complete agreement with these conclusions, I am considerably more critical about the absence of any documentation explaining how and who was involved in approving the decision to radically modify the selection process.

2013 ONSC 2034 (*)

Page: 126

[679]This email confirms that senior management had previously endorsed a “review and update” strategy for the reprocurement process. It also confirms that it was now abandoning this strategy, which was to undergo a “major scope change”.

[680]No changes were ever made to the BOP in the fashion stated in the e-mail chain to “mitigate the high potential litigation risks”. The litigation risk did not go away; indeed, it eventually materialized in the form of a lawsuit, which the Crown only learned of in August 2004. From this, I conclude that that there must have been another change in the strategy to mitigate litigation risks. Moreover, senior management and PWGSC staff would not stop following this controversial file, including being fully informed and approving a significant amendment to the selection formula. This is especially the case whereby a fundamental change to the Best Value methodology was to be replaced by a selection formula that weighted technical merit three times higher than price.

[681]As pointed out by the OAG, these changes “may influence the selection of the winning bid”. Also, they significantly increased the costs of the contract to the Crown, as was pointed out by Mr. Atyeo, indeed removing one of the main reasons for a retender of an already well operating contract.

[682]It is also unimaginable that these discussions were not documented anywhere in the Federal public service. This is all the more incredulous as we have seen that this contract was being followed by senior officials who were directing Mr. Goodfellow and his superiors to carry out their instructions.

[683]The only conclusion that I am able to make is that this failure to document was done intentionally to thwart the very purpose of maintaining a “current file”. As the OAG notes, this would have served “as a historical record and an accurate audit trail in the event of a financial review, subsequent legal action, or an official complaint”.

[684]

Beyond the one email chain I noted above, there is a complete dearth of written evidence.

I treat the absence of documentation that a bureaucracy -which carries out

most of

its

communications in written form, especially in explaining

how important and costly

decisions

are

made - comparable to the absence of a witness that a

court would expect would be called

to

testify

on an important subject.

 

 

 

[685]I am entitled to draw adverse presumptions in such cases. My initial inference is that the documentation was intentionally not created because the Crown was aware that the modification of the selection formula would have the effect of conferring an advantage on RLRS. This is supported by the evidence demonstrating that the Crown concealed from tendering parties the true rationale for modifying the selection formula.

Mr. Goodfellow’s Testimony Contradicted

[686]The email chain is also significant because it was used to demonstrate Mr. Goodfellow’s lack of credibility on a significant point in the litigation. He testified that he only became aware

2013 ONSC 2034 (*)

Page: 127

of the RLRS litigation after the procurement process was completed. He staked his impartiality in part, on this fact, as described in his answers in chief.

Q. And did you become aware of the existence of the Royal LePage litigation at some point?

A.Yes.

Q.And so can you tell me approximately when you became aware of the existence of the Royal LePage litigation?

A.I – I believe it was somewhere around September, October of 2004.

Q.And so was that after the 2004 evaluation process had been completed?

A.Yes.

Q.Sir, what would you say to the suggestion that you conducted yourself in a manner to ensure that Royal LePage would win the 2004 procurement process because of its litigation against the crown?

A.That’s a false statement.

Q.And why do you say that?

A.I would say that because I knew nothing about the litigation when we conducted that procurement process.

[Emphasis added.]

[687]He made several similar statements in cross-examination to the effect that he only learned of the RLRS litigation, and threatened litigation, after the procurement process was completed. However when confronted with the email chain, of which he had been one of the recipients, his answers were not credible.

Q.So, your evidence, Mr. Goodfellow, is that as of November-December 2003, you had no knowledge of the risk or threat of litigation by Royal LePage?

A.That’s correct.

Q.And is it also your evidence that the risk or threat of litigation by Royal LePage had no impact on the preparation of the draft RFP?

A.That’s correct.

Q.I’m going to show you a document recently obtained by our client. We’ve produced a copy to my friends about a week ago. It was obtained, by our client, under the Access to Information Act.

Q. And Mr. Bullock, who is he?

A. I think he was her - kind of - special advisor.

2013 ONSC 2034 (*)

Page: 128

Q. Okay. Now, a number of documents that Envoy has obtained and produced had this ‘NOT RELEVANT’ stamp on them. Do you know anything about that stamp?

A. No, sir, I don’t.

Q. So you don’t know who put that stamp on there, or why?

A.No.

Q.Were you asked as part of the discovery process to provide a copy of all relevant documents that you had in your possession?

A.I was.

Q.Do you recall producing this particular email?

A.I’m sorry, sir. I don’t, I don’t recall.

Q.Okay. Because I have it if you want to see it - the preceding page which makes it appear as though this email was in fact printed off your system. Is that possible?

A.Yes.

Q. Now, you were copied on this email, Mr. Goodfellow?

A.I was.

Q.Okay. And did you understand what they were talking about when they referred to this Royal LePage letter and potential high litigation risks?

A.No.

Q.Did you ask anybody?

A.No.

Q.So, you’re getting an email that indicates that there’s a high litigation risk. It refers to correspondence from Royal LePage. It’s talking about a major scope change to the review and update strategy previously endorsed for this reprocurement. It looks like it’s going to have some impact on the basis of payment. But you didn’t seek any information as to what this litigation risk was about?

A.No. I would’ve relied on Mr. Rancourt to - to deal with that. I was only focused on the - the RFP retendering process.

Q. Okay. So, your two options here, neither of them was accepted? A. Correct.

2013 ONSC 2034 (*)

Page: 129

Q. Okay. So, is that what was meant by mitigating potential high litigation risks, that the basis of payment would just stay the same as it had been in 2002?

A. No. I mean, I would say that looking at - at – had - had the basis of payment been changed that - at that time, it was felt that - that it was necessary to change to mitigate any potential risks.

[Emphasis added.]

[688]It is clear that Mr. Goodfellow was not credible when he testified in court that he was not aware that there existed a litigation threat from RLRS during the time that the IWG was drafting the SOW. His last response, in effect, admits mitigation of litigation risk motivated his instructions to modify the Basis of Payment.

[689]He switches smoothly from answering his counsel that he was not aware of litigation, when confronted with his own email to falsely testifying that he did not understand the litigation that he was tasked with assisting to mitigate. Specifically, this occurred when, in changing the basis of payment terms involving RLRS, he acknowledges, demonstrates that it was necessary to make these modifications to mitigate potential risks.

[690]Mr. Goodfellow demonstrated his intelligence and general abilities throughout the trial. There is no doubt in my mind that he was brought in specifically to deal with a high-risk and challenging procurement process because of his native natural abilities; unfortunately, these include a willingness to misstate the truth when testifying in court. This conclusion is backed up in many other instances, the most significant of which will be discussed below.

[691]In connection with Mr. Goodfellow’s credibility failings, the court is very concerned by the fact that the email chain was marked “NOT RELEVANT” and thereby not produced by the defendant to the plaintiffs. Mr. Goodfellow acknowledges that this document appeared to come from his office. As indicated before, this is but one example of a disconcerting trend whereby the defendant failed to produce crucial documents in this litigation. The commitment forms are another apt example.

[692]The e-mail chain flatly contradicts the testimony not only of Mr. Goodfellow, but also Ms. Billings, that mitigating litigation risk was a factor in underlying the modification of the RFP. This is on top of the denial of the obvious conflict of interest created by the RLRS litigation and predicted by Mr. Cutler even before it started.

[693] Instead, the email chain demonstrates that mitigating the risk of litigation with RLRS, as a result of its prices being disclosed, was front and centre in considering strategies that the government could pursue in the re-procurement process.

[694]None of the persons mentioned in the e-mail chain were called by the defendant to testify with respect to the events described in the email chain such as Ms. Mariette Fyfe-Fortin, Ms. Ouimet, Mr. Shearer, Ms. Stensholt, or Mr. Bullock (nor was an explanation offered to explain exactly what was his role as “special advisor”). In brief, no one came forward to explain how such an obviously relevant document came to be marked “NOT RELEVANT”.

2013 ONSC 2034 (*)

Page: 130

[695]According to Mr. Benoit, who later replaced Ms. Mariette Fyfe-Fortin, Mr. Rancourt had carriage of the RLRS litigation file. In my view, he should have been called by the defendant if it wished to avoid adverse inferences drawn by the court based upon his absence.

[696]Ms. Billings, who had to be called by the plaintiffs under subpoena, testified ahead of Mr. Goodfellow but was not questioned on the document. It was only introduced – and used very effectively against Mr. Goodfellow – during his cross-examination. She could have been recalled by the defendant along with the other senior personnel mentioned to explain what was meant by mitigating the high potential litigation risks in Ms. Mariette Fyfe-Fortin’s e-mail.

[697]All this is to say that I find the lack of documentation on the rationale and decision- making process to modify the SOW suggests that the government wished to conceal this information. It did this either by not recording it at the time these events occurred, or not producing relevant documents in this trial, such as for the e-mail chain of November 25-26, 2003, because of the adverse effect it would have on the Crown’s case.

[698]The Crown chose to amend the selection formula to “level the playing field” due to RLRS’ allegation that its prices had been disclosed. It denies that mitigating litigation risk had anything to do with that change to the RFP, although the evidence demonstrates conclusively that this would have been to RLRS’ advantage.

[699]The additional problem, stemming from the lack of documentation and testimony from knowledgeable witnesses on this issue, is that PWGSC never admitted to anyone that it was being threatened with litigation at the time it was amending the formula. It never advised the bidders. Nor did it advise the OAG when it disclosed for the first time, three years hence, that the rationale for changing the selection process was to respond to a complaint from RLRS about its pricing being disclosed.

December 2, 2003, Mr. Atyeo Writes Mr. Goodfellow Providing Suggestions to Improve the

RFP

[700]Mr. Atyeo’s letter sets out a number of what appear to be innovative suggestions to assist the Crown in obtaining the best value, highest-quality for lowest cost, result. The letter also contains a number of concerns, including the following admonition:

If PWGSC cannot develop a way to “level the playing field”, the incumbent will always prevail resulting in the credibility of the procurement process being totally undermined.

Mr. Goodfellow Describes Scenarios with Weighting of Technical Merit and Total Price

[701] Sometime prior to December 12, 2003, Mr. Goodfellow had prepared a spreadsheet to show the IWG some of the various results that could occur with different selection methodologies.

2013 ONSC 2034 (*)

Page: 131

[702]In his spreadsheet, Mr. Goodfellow used a series of weighting ratios, being 15/85, 25/75, 30/70, 35/65, 40/60, 50/50 and 75/25 to demonstrate outcomes based upon different bidding scenarios. Mr. Goodfellow wanted to show that different bidders could obtain the same scores with a different combination of technical and financial scores.

[703]On December 12, 2003, on the eve of posting the LOI on MERX, Mr. Goodfellow proposed a method of selection based on a combined weighting score of technical merit 70 per cent and total price 30 per cent. Mr. Goodfellow testified that the 70/30 weighting proposal was initially agreed to by the working group. Sometime between December 12, 2003 and December 15, 2003, when the Letter of Interest was posted on MERX, the weighting was changed to 75/25.No one could recall how the changes came about.

Consideration of the 2002 RFP Proposal to Exclude Joint Ventures

[704]Sometime prior to the publication of the LOI, there had been discussions about putting in place measures that would have prevented the plaintiffs from participating in the 2004 procurement process. This, at least, would appear to be the conclusion from an email on December 16, 2003, in which Mr. Singh wrote to Mr. Goodfellow inquiring about the contents of the draft RFP. Mr. Singh asked, “By the way, did your lawyers delete my bit about the corporate experience?”

[705]Mr. Goodfellow responded:

“If you are referring to the part about the corporate experience having to be gained under the firm’s name, yes, I removed it. Bidders are able to bid as a partnership, joint venture or with subcontractors, and this is acceptable within the terms and conditions of the RFP.”

[Emphasis added.]

[706]The plaintiffs claim that this is another example of bias by Mr. Singh against Envoy with the intention of excluding them from participating. I agree.

[707]As noted, Mr. Singh had previously described the Plaintiffs as “a conglomerate of several organizations” who “under the ‘Envoy’ banner did not have the required years of experience.”

[708]This conclusion is buttressed somewhat by the failure of the defendant to produce documents that could contain the actual language proposed by Mr. Singh, which clearly existed at one time, but apparently has gone missing.

[709]The intent to eliminate Envoy is also consistent with the exclusion of all bidders, except the incumbent, that would have occurred had the mandatory minimum files experience been increased as originally proposed in the LOI.

2004 Letter of Interest

2013 ONSC 2034 (*)

Page: 132

[710]The Letter of Interest was posted on MERX on December 15 or 16, 2003, although the document is dated December 12, 2003. Unlike the 2002 LOI, it included the complete draft RFP: SOW, Basis of Payment, Evaluation Criteria and Procedures.

[711]Apart from additional provisions to meet new security requirements, the 2002 draft RFP closely resembled what was used in 2004 except for changes made to the evaluation criteria and the selection formula.

[712]Prospective bidders were given until January 16, 2004 to provide their comments on the LOI which would be considered by the IWG prior to the final RFP being posted on MERX.

[713]All of the previous issues relating to property management services remained, inasmuch as the 2002 provisions were carried relatively unchanged into the 2004 RFP. The bidders’

continuing difficulty with these provisions was reflected in the questions and

answers provided

in amendments which are addressed below and which the plaintiffs claim were

misleading.

[714]In the end, the weighting formula was redesigned to give technical merit three times the weight of total price. The plaintiffs claim that the amendment was intended to favour the incumbent and motivated by the desire of the Crown to mitigate its litigation risks as part of its undisclosed conflict of interest. I agree with this submission. This is confirmed in the evidence that follows in the remainder of the procurement process and concludes with the report of the Office of the Auditor General.

[715]In addition, the transfer fees provisions were changed from 2002. Previously, the contractors were responsible to complete the files that they opened eliminating transfer fees. By the provisions in the 2004 RFP, the replacement contractor receives 25 percent of its administration fees for any file it takes over from the incumbent, while if the incumbent continues on, it receives its full administration fee on the files open at contract commencement. More will be said about this in the Chapter on Damages.

5,000 Files Threshold

[716]The Draft RFP contained the requirement that bidders demonstrate its relocation experience of 5000 client relocations across Canada in any given year.

Previous Similar Clause Rejected by Ms. Douglas

[717]Ms. Douglas testified that when she originally reviewed the 2002 Draft RFP, it contained a requirement that to qualify, a bidder must demonstrate 10,000 moves per year within the federal government, or similar wording. This provision had the effect of excluding everyone except the incumbent, RLRS, who had been performing the pilot project. Mr. Pyett went back to DND and advised them that the criteria needed to be changed.

Similar Proposal in 2004 LOI

[718]The same result, of excluding all bidders except the incumbent, would have occurred if the experience requirement was modified to 5,000 files annually. Mr. Atyeo, and several other

2013 ONSC 2034 (*)

Page: 133

bidders in their comments on the LOI, complained that the volume requirements in the draft RFP would preclude all bidders except the incumbent from bidding on the CF RFP and the experience requirement was reduced to 500 files annually as it was in 2002.

Mr. Singh’s Explanation

[719]Mr. Singh testified that he did not think that this requirement would have the effect of eliminating all competition except for RLRS. He testified, “…we were always led to believe by RE/MAX, Prudential and others that they were quite capable of providing these services. They were all claiming that they had a huge client base.” Mr. Singh is simply not credible on this testimony.

[720]Mr. Singh’s explanation could not have applied to the plaintiffs who he knew could not have had an annual file volume of 5,000 files. In addition, he knew the historical file volumes of several bidders, including Envoy, by their bids in the 2002 procurement process as he was a technical evaluator for the 2002 RFP. This RFP included a requirement that the bidder demonstrate its relocation experience by providing details to allow assessment for 500 client relocations across Canada in any given year.

[721]Mr. Singh had been involved in the relocation industry since his work with the Guaranteed Home Sale Program in 1997. He was seconded to TBS as of October 1998 to develop the IRP program and policy. He testified that he attended CERC conferences every year. As of the fall of 2003, Mr. Singh had more than five years of experience with the relocation industry, and as such, it is reasonable to expect that he would have gained knowledge of the industry during that time frame.

[722]It is not clear from whom the suggestion originated, but I am satisfied that Mr. Singh, and likely Lt. Col. Taillefer, were aware that increasing the experience requirement tenfold would have eliminated all the bidders except the incumbent.

[723]In addition, one would have thought Mr. Goodfellow might have asked questions on the

purpose and ramifications of increasing a mandatory requirement tenfold, bearing in mind that all bidders except RLRS had been eliminated by mandatory requirements in the 2002 process.

75/25 Weighting

[724]The draft RFP, and ultimately the final RFP, set a 70 per cent mandatory minimum technical point score in order to be deemed compliant. Thereafter, the 75/25 scoring formula employed was described as follows:

The compliant proposal that scores the highest with the combined rating of Technical Merit (75 per cent) and Price (25 per cent) for the CF will be recommended for award of a contract. For GOC and RCMP the total Technical scores and total price for each compliant proposal will be added together, and divided by two. The compliant proposal with the combined rating of Technical Merit (75 per cent) and Price (25 per cent) for the GOC and RCMP will be recommended for award of a contract.

2013 ONSC 2034 (*)

Page: 134

[725]The defendant submits that there were three factors that caused it to vary the Method of Selection from that used in 2002. They are fully described for the first time in the OAG’s November 2006 report as follows.

5.59PWGSC officials told us that technical considerations had received a relatively heavy weighting because the primary objective of the Integrated Relocation Program was to ensure that the winner of the contract would deliver

[1]a high level of service. Quality-of-life considerations, therefore, took precedence over price. We found no documentation or analysis, however, to support this rationale for the weighting system.

5.60PWGSC officials have also stated that this weighting was used to balance the concerns raised by potential bidders-that is, the incumbent’s concern that its [2] pricing structure was known to competitors and the new bidders’ concern that a financial bid that had to take into account [3] the cost of establishing the necessary infrastructure to deliver the program may result in their bid not being financially competitive.

[Underline and numbering added.]

[726]Thus, the Crown contends that the justification for emphasis on technical merit was based upon the need to maintain a high level of service, i.e., quality concerns, and to balance the offsetting concerns that Royal’s pricing structure had been disclosed and industry’s concerns that high start-up costs favour the incumbent.

[727]Because there is no direct evidence that the Crown modified the selection criteria with the intention of favouring RLRS, the evidence that the plaintiffs must rely upon is, necessarily, largely circumstantial. Similarly, the plaintiffs’ evidence that mitigation of litigation risks was a factor is also largely circumstantial, with the exception of the reference in the November 25, 2003 email chain involving senior management.

[728]As shall be seen, the evidence discloses that the Crown continually changed its rationale over time to explain the emphasis on technical merit. I find it significant that the Crown never advised the bidders that the modification of the selection formula was to offset a perceived disadvantage suffered by RLRS due to its pricing structure having been disclosed.

December 29, 2003 Goodfellow memo to Billings

[729]Richard Goodfellow provides Ms. Billings with the description of how the 2004 RFP differs from the 2002 RFP. No mention is made about the significant change to the method of selection from lowest cost per point to the 75/25 weighting in favour of technical merit. He comments that the evaluation criteria and grids were revised and notes that relocation experience will require evidence of handling more than 5000 relocation files a year.

2013 ONSC 2034 (*)

Page: 135

[730]The failure to point out, what I conclude was the singular most important change to the RFP from 2002, is in keeping with the total absence of any relevant documents in the Crown’s materials.

[731]I am also concerned that senior personnel did not want to be tarred with any involvement in decisions involving unfairness. I concluded that the subject matter was purposely never committed to writing, or that any documentation on the subject has disappeared, or marked “NOT RELEVANT” and not produced to the plaintiffs. This is consistent with all the evidence regarding this issue.

2013 ONSC 2034 (*)

Page: 136

December 29, 2004, Mr. Atyeo Provides his Initial Comments on the LOI

[732] Mr. Atyeo provided initial comments criticizing the 5000 Files Volume requirement and complaining that “Structurally however, little has changed and much of the evaluation criteria has an inherent bias towards the incumbent.”

[733]He did not specifically comment on the weighting ratio. Nevertheless, he stated that the RFP created an unfair bias in favour of the incumbent:

Structurally however, little has changed and much of the evaluation criteria has an inherent bias towards the incumbent. For example, the incumbent contractor cannot score anything less than a “meets” for almost all of the criteria as they are currently defined. The incumbent has:

The experience (volume)

The files (IRP files)

The staff (already hired and trained)

The infrastructure (including physical premises and systems)

Etc.

[734]In effect, Mr. Ateyo was stating that the incumbent would score higher than other bidders on the technical merit component of the RFP for the reasons stated. This proved correct as RLRS’ technical merit score was 984.2 out of 1000 points on the CF RFP, and 982.9 on both GOC and RCMP tenders.

[735]If one adds back in 6 points lost on all three tenders for “marketing assistance”, which I find was incorrectly removed from both Envoy and RLRS scores, RLRS achieved a score of 99.9 per cent on all three of its technical merit tenders.

December 31, 2003, PWGSC Response to Simon Dean’s Letter

[736]On December 31, 2003, Assistant Deputy Minister Jane Billings responded to Simon.

[737]Dean’s letter of November 3, 2003. She first explained the reasons for the cancellation of the 2002 contracts and re-tender.

[738]With respect to Mr. Dean’s comments on the unfairness caused by the pricing of RLRS being known, Ms. Billings indicated that they would be considered by PWGSC during the re- tender process:

You further suggest that RLRS has suffered damages as a result of the decision to re-tender the requirement for relocation services. We have noted your concerns, and will ensure they are taken into consideration in the development of the new Request for Proposal.

[Emphasis added.]

2013 ONSC 2034 (*)

Page: 137

[739]During her examination in chief, Ms. Billings confirmed that the complaints made by RLRS had a direct effect on the development of the 2004 RFP. It was her responsibility to ensure that the new RFP was “substantially different” from the 2002 RFP so that RLRS was not disadvantaged by the alleged release of their bid pricing. She testified:

Q. So your job was to make sure that the two RFPs were substantially different from one another?

A. Yes. That was part of my job. That the two processes were substantially different, notwithstanding that at the end of the day we needed the same set of services largely.

[740]Given this admission, a series of rhetorical questions cannot be avoided: why mislead the bidders when they seek an explanation for the change; why only reveal this rationale when forced to by the OAG; and lastly, why is the rationale not documented anywhere in the Crown’s productions?

[741]What clearly comes through from Ms. Billings evidence is that she was directing efforts to ensure that the RFP was substantially different from the previous version, yet there is no evidence of her having any input into the change of the selection formula.

January 15-16, 2004 – Prospective Bidders Provide Comments on LOI Bidders’ Comments on the LOI

Envoy

[742]On January 15, 2004, the plaintiffs provided more fulsome comments on the unfairness of the increased weight attributed to technical merit in their official response the LOI.

The government should adopt its standard “lowest price compliance” methodology for this RFP. Under this scenario, the government would first determine the lowest cost bidder and then evaluate that bidder for compliance. In the event the lowest cost bidder is not compliant, the next lowest cost bidder would be evaluated. This process would continue until the government had identified the lowest cost compliant bidder.

In the event that the technical/price weighting methodology is used, we believe that the weighting should be modified to emphasize price over technical merit. It is clear that the current formula will result in selecting the highest scoring technical proposal instead of the best value proposal. It favours the incumbent bidder because of the high points inherently available for existing staff, infrastructure and process. The 60/40 technical to price weighting provides some buffer for the inherent bias towards the incumbent bidder in the current criteria.

[Underline added.]

[743]Mr. Ateyo attached a table of comments which repeated the allegation that the selection process was biased. He noted that it provided the incumbent with “an undue advantage” and “an

2013 ONSC 2034 (*)

Page: 138

insurmountable advantage”. He asked “Why would PWGSC deviate from the standard selection model?” Mr. Ateyo recommended that the selection formula in the LOI be modified to 60/40 per cent or 50/50 per cent price to technical merit. His comment recommending a 60/40 ratio in favour of technical merit was only made in the body of his covering letter.

RLRS

[744]On January 16, 2004, Mr. Belair provided the following comments about RLRS to the draft LOI:

Our analysis of the revised evaluation methodology suggests that technical scores will be levelled, reducing the Crown’s ability to differentiate between proposals on their relative quality and merit. Furthermore, our pricing is in the public domain, both through the publication of the CITT determination and through the normal conduct of our business. We have already sent out more than 15,000 commitment forms to suppliers, with prices for services. This enables our competitors to undercut price “at any cost”, to win the contract. Such a result will not serve the long-term interests of the departments or their employees.

[Emphasis added.]

[745]When speaking to RLRS’ pricing being “in the public domain”, Mr. Belair did not mention that while RLRS has bid zero percent in its 2002 tender, the 15,000 commitment forms that it distributed annually indicated that it would be charging transferees at a rate of 8 percent of annual gross rent, a differential of more than $42 million from its bid of zero dollars.

[746]As was noted by later witnesses, including Ms. Billings, it was not clear how the competition would have known RLRS’ pricing structure when an item of this magnitude had been misrepresented in the market place.

[747]When questioned on this passage in his letter, Mr. Belair testified that he was arguing for the change in weighting of technical merit in the selection formula.

Q.Were you arguing or referring there, sir, to the weighting of 75 percent technical/25 percent price?

A.I would think that’s what I was referring to.

Q.And I take it you were arguing in support of that weighting?

A.Yes.

Q.Was that because you believed Royal Lepage would be particularly strong in

the technical area but perhaps less so when it came to pricing? A. Yes, I would say yes.

Q. Okay. So a 75/25 weighting would tend to favour those areas where Royal Lepage considered itself to be strong?

2013 ONSC 2034 (*)

Page: 139

A. It – I wouldn’t say favour, I just – it was something that we were concerned of, just having 50/50 was something that we were very concerned over.

Q. Right. But putting a weighting on the technical – the technical evaluation that was three times the weighting of the price evaluation was something that you saw would be – be favourable to Royal Lepage, and by favourable I mean it would put the emphasis on an area that Royal Lepage thought it was particularly strong?

A. Yes.

[Emphasis added.]

[748]I find this to be significant evidence from someone with a demonstrated experience in procurement processes involving relocation. Further, he was a participant in both RFP processes whose evidence on this subject is not based on self-interest.

[749]Mr. Belair’s testimony proved to be another subject matter which demonstrated Mr. Singh’s lack of credibility. When questioned on the amendment to the weighting formula, he testified as follows:

Q. Now, sir, did you intend as part of the working group to favour Royal LePage by adopting this method of selection in the 2004 procurement process?

A. No. In fact, it’s the reverse, because we are –we – we reduced the – the – the value placed on pricing and placed the value on technical merits because we wanted to make certain that everybody who were qualified to deliver these services – that was my concern. I could care less about prices -that we had someone who was able to deliver the services. So, we put the focus on technical, the ability to deliver services. In fact, Mr. Bélair complained about that.

[Emphasis added.]

[750]Another knowledgeable person who indirectly testified on the effects of the selection formula was Lee Douglas, the acknowledged expert of the government in procurement processes. Although her testimony was with respect to the effect of setting minimum mandatory requirements, I find that she also supports the logical conclusion that an incumbent will do better than new bidders on technical merit.

Well, if your “meets” is 90 percent of available marks, right, and your “meets most” is only 3 percent of the available marks, that leaves a difference of 60 percent if you fail to meet one, and you would have to exceed six to get back to a “meets” ratio sort of thing. The thing is when you have an incumbent contractor, it’s particularly favouring the incumbent because you know the incumbent is probably going to meet those criteria. So you are automatically giving the incumbent a 90 percent pass score.

2013 ONSC 2034 (*)

Page: 140

And when you’re using lowest cost-per-point selection criteria, it means he’s starting with a 90 percent score, which means that you can actually pay a higher premium because he’s starting with such a high score.

Any other bidder is probably going to struggle to come in above the 70 percent . When “meets most” only gives them 30 percent, it’s just too big a gap to make up, they can’t make it up. So it artificially inflates the incumbent’s score.

[Emphasis added.]

Other Bidders

[751]Other prospective bidders also provided comments. None, however, were introduced into evidence. Instead, the defendant relied upon a document prepared by Mr. Goodfellow bearing the heading of “Summary of Input Received from Industry”. The comments on the Summary of Prudential Relocation Services are relevant.

-the incumbent will have an advantage because they have the specific numbers for international transfers. Suggest ceiling rates for International activity be eliminated and redistributed under the respective regions. .

-weighting of particular services is skewed, and causes the bidder to drive down the overall supplier costs through expense. Recommends actual utilization rates from the incumbent be provided to all bidders.

-raising the volume requirements for all biding companies demonstrates a complete lack of understanding about the current state of the relocation industry in Canada. All areas of the SOW, requirements, qualifications, etc. Favour the incumbent.

-Barriers to entry into the IRP program are formidable, i.e. Start -up costs, infrastructure, and other than the incumbent, there isn’t one relocation company in Canada with IRP experience.

-suggest the draft SOW is essentially the same bid as 2002, with some adjustments to the scoring formulas. Unless there are radical changes to the Technical Evaluation, the results will be a repeat of 2002 with even more controversy.

[Emphasis added.]

[752]I will have more to say about this summary document later. However, if one accepts Mr. Goodfellow’s evidence that Prudential complained about start-up costs being an impediment to competitive pricing with the incumbent, it is clear that Envoy’s complaint was to the opposite effect. Envoy submitted that emphasis should be on pricing and that the proposed technical merit

2013 ONSC 2034 (*)

Page: 141

component of the selection formula was biased in favour of RLRS. In other words, there were differing views from industry as to where emphasis should be placed in the selection formula.

[753]In any event, both Envoy and Prudential, along with other bidders, mentioned in the summary, complained that the RFP favoured the incumbent.

January 12-23, 2004 - Mr. Goodfellow’s Proposal for the Involvement of a Fairness Monitor is Rejected

[754]Either Ms. Billings or Mr. Rancourt had suggested to Mr. Goodfellow that a Fairness Monitor should be present during the review by the IWG of the industry input in response to the Letter of Interest. Lt. Col. Taillefer and Mr. Singh opposed the suggestion. When referred to Ms. Billings, she rejected the suggestion that a Fairness Monitor oversee the IWG’s consideration of industry input.

[755]The discussion on the subject by members of the IWG is found in an email chain amongst members commencing January 12, 2004 and ending on January 23, 2004.

January 12, 2004:

Mr. Goodfellow: “ FYI, I’m pursuing the possibility of having a fairness monitor from industry to observe the bid evaluation process and to provide further confirmation that all evaluation and selection activities are conducted in accordance with the evaluation criteria detailed within the RFP and that these activities are conducted with integrity, objectivity and impartiality. This is normally the Contracting Authority’s role; but given the sensitivity and risk associated with this requirement a Fairness Monitor will provide additional credibility to the bid evaluation process. The appropriate Conflict of Interest and non-disclosure clauses will be included in the Fairness monitors contract. This fairness monitor may or may not be present during the review of the input received from industry.

January 13, 2004:

Mr. McIntosh (RCMP): The presence of a fairness monitor during our review of the industry feedback adds little in my opinion. However, I do not object to the presence of a monitor.

January 19, 2004

Mr. Singh (TBS): I would prefer to know who the individual is prior to our meeting considering the volume of consultants in the industry. I tend to agree with Gus on this also in that our discussion should be free of the fairness monitor whose task will be to ensure that the bid reviews are done fairly, not our discussions.

January 19, 2004 (copied to Mr. Rancourt)

Mr. Goodfellow: I’m awaiting senior management approval to acquire the services of a Fairness monitor, and I expect to hear something today or

2013 ONSC 2034 (*)

Page: 142

‘tomorrow. As for the name of the individual, I will be requesting quotes from 4 firms and it’s up to them to propose an individual that meets the specified criteria. Until I receive their proposals, an evaluation is completed, and a contract awarded, then I’m not in a position to provide the name. I expect this will be completed in a very fast timeframe.

Please note if you have issues with a Fairness Monitor being present during our review of input received from industry, please take the necessary action to advise your senior management.

January 23, 2004

Col. Taillefer (CF): Unless it is absolutely necessary, I am inclined to agree with my colleagues about the presence of a fairness monitor while we are finalizing the RFP.

The SOW portion is the entire responsibility of the client departments and while the industry’s comments are most welcomed, it remains that the SOW represents the services that must be delivered to meet our needs. I do not understand the role of the fairness monitor at this stage of the game. I believed that the fairness monitor was only required during the selection process. The final RFP will be available to all potential bidders and then it will be in the hands of the members of the evaluation committee. I will be there Monday to review all the comments made by the industry.

[Emphasis added.]

[756]Prior to receiving the industry feedback on the LOI, Mr. Goodfellow starts off the email chain by noting that, despite the duties of a fairness monitor [to ensure the review of industry input being conducted with integrity, objectivity and impartiality] characteristics of which are normally attributed to the Contracting Authority, “the sensitivity and risk associated with this requirement” made one necessary.

[757]He was not questioned on what he meant by the sensitivity and risk of the requirement. I am satisfied however, that at least one of the reasons he wanted a Fairness Monitor present was to avoid any possibility of an appearance of bias arising in the 2004 process. Certainly the Chinese wall between the 2002 and 2004 processes is strong evidence of this concern being an overriding objective of the Department. There had already been a failure in execution of this objective by the continued participation of Mr. Singh and Lt. Col. Taillefer.

[758]The replies of Mr. Singh and Col. Taillefer do little to quell the court’s concern about their presence on the IWG, in particular as it relates to the decision to emphasize technical merit over price in the reprocurement process.

[759]Mr Singh’s response somewhat mischaracterized Mr. McIntosh’s reply [“that our discussion should be free of the fairness monitor…” versus “I do not object...” though unnecessary].

2013 ONSC 2034 (*)

Page: 143

[760]In addition, he queried the name of the person who would be involved. He explained this comment during cross-examination as follows:

Out of the entire team, I was the only one who was more familiar with the names of the consultants in the industry. And that’s why I wanted to know the name, because we had talked about this, and I – as I mentioned before, I preferred that our fairness monitor be somebody outside of the relocation consulting industry.

I wanted somebody that had nothing to do with any one of the relocation firms, because a fairness monitor shouldn’t be related – shouldn’t be associated with any of these firms. It’s somebody who’s supposed to be monitoring the activities there during evaluation purposes.

[Emphasis added.]

[761]In effect, by his acknowledgment of familiarity with the consultants in the industry, Mr. Singh confirms my conclusion that he was the only member of the 2004 IWG who had familiarity with the relocation industry. There is no evidence to suggest that Col. Taillefer was informed about the industry; relocation fell under DCBA being but one of four sections under his command. Major Keleher had been the expert - he headed up the section for a number of years

and had drafted the 2002 SOW – however, at that point, he had moved on. Similarly Mr. Goodfellow acknowledged that he had no background in relocation, including as pertains to procurement.

[762] Mr. Singh’s

statement that he wanted a fairness monitor from outside of the relocation

consulting

industry

raises the obvious question as to what purpose a fairness monitor could serve

in ensuring

integrity, objectivity and impartiality, if not in a position to understand the issues

being vetted by the IWG from industry’s feedback on the LOI. For what it is worth, this question also applies to the effectiveness of the fairness monitor during the evaluation of tender bids. It does not appear that the fairness monitor was from the industry and I find the selected monitor’s presence provided very little value to the integrity of the process. I assume that is why he was never called to testify.

[763]In the face of a debate over price versus technical merit, and whether the incumbent enjoyed an advantage because of the cost of new infrastructure, or being able to better score on technical merit because it already had the necessary infrastructure in place, the IWG would have been protected against allegations of lack of integrity, objectivity and impartiality.

[764]Returning to Mr. Goodfellow’s concern about the sensitivity and risk associated with the file, Mr. Singh understood that he was front and center in the continuing appearance of conflict issue when the 2002 contract was cancelled due to government employees having too close a relationship with RLRS.

[765]PWGSC had requested that the other organizations appoint persons not implicated in that earlier tender. Mr. Singh and Lt. Col. Taillefer standout in this regard, not only as they were the two carryovers from the key client departments, but particularly because Mr. Singh is the

2013 ONSC 2034 (*)

Page: 144

government expert on the subject matter and was thereby able to exert a disproportionate amount of influence on the outcome of the design of the 2004 RFP. For example, he was tasked with re- writing the 2004 SOW.

[766]In all the circumstances, I would have thought that Mr. Singh would have welcomed the presence of a fairness monitor to avoid any suggestion that he influenced the outcome on a number of pivotal issues. These would include not only the significant change of the selection formula that was said to favour the incumbent, but also bumping up the experience requirement from 500 to 5,000 files eliminating all bidders except the incumbent.

[767]I find Mr. Singh’s earlier concerns over conflict of interest issues very difficult to reconcile with his objection over the participation of a fairness monitor in the review of industry’s comments on the draft RFP.

[768]Mr. Goodfellow was not persuaded by Mr. Singh’s objection to engaging a fairness monitor. His response demonstrates that he considered the issue to fall within the jurisdiction of PWGSC. He was taking action to engage a Fairness Monitor without any input from the committee on the process. In addition, he indicated that his recommendation was before senior management. This suggests that additional documentation that would be helpful to explain Mr. Goodfellow’s reasons for involving a Fairness Monitor in the design of the RFP was not put before the court. There are also no documents describing how the conflict between Mr. Goodfellow and the other members of the IWG was resolved. What clearly comes across however is Mr. Goodfellow’s strong intention to proceed with retaining the fairness monitor despite objections of other members of the IWG who were told to involve their senior management if in disagreement.

[769]Col. Taillefer was equally set in his determination not to have a fairness monitor participate in the committee’s review of industry comments. He claims jurisdiction over the issue, somehow stipulating that it was a matter of drafting the SOW and ignoring the obvious requirement that it, and indeed the whole reprocurement process, was required to be conducted with “integrity, objectivity and impartiality”. His position is also irreconcilable with his previous concerns over his apparent conflict of interest in being a member of the IWG. His response demonstrates that, as far as he was considered, the matter was settled. He stated that he would be attending the meeting scheduled the next working day to review industry input from the LOI, obviously without a Fairness Monitor present.

[770]This of course, brings the matter back to senior management, who it appears was Ms. Billings. She testified that any dispute between PWGSC and the client departments was something she clearly would have wanted to know about and have brought to her attention. She also recalled that Mr. Goodfellow wanted one to oversee the development of the 2004 RFP. She stated that this was not unusual for large contracts, such as the 2004 IRP.

[771]However, she further testified that she had no memory of any concern or dispute about the fairness monitor. She did not deny that it might have happened. Had it come before her, she stated that she would have wanted to know the arguments of both sides before deciding the matter.

2013 ONSC 2034 (*)

Page: 145

[772]Again, I am troubled by this evidence. The request went to senior management which could only mean Ms. Billings. She took responsibility for ensuring the RFP was different in 2004. PWGSC clearly set off unilaterally to engage a Fairness Monitor and was intent on doing so. She is the decision maker. There is no paper on this issue, though obviously it existed. Ms. Billings had to be subpoenaed by the plaintiffs. She is a very intelligent person. PWGSC reverses a decision already taken. Ms. Billings has no memory of these events.

[773]Mr. Goodfellow is once again not credible in the evidence that he provides on this subject. The long excerpt from his testimony that follows is an excellent example of his deftness in in providing evasive answers to direct questions, as well as offering up responses that lack credibility, when evaluated against his own previous testimony.

Q. Weren’t Mr. Singh and Mr. Taillefer opposed to having a fairness monitor attend meetings of the working group?

A. No, I wouldn’t say they were opposed. I think they didn’t think there was value added in having a fairness monitor oversee it.

Q. Sir, wasn’t there some issue about having a fairness monitor present that you took to Jane Billings?

A. Well, it was - it was suggested that we would have a fairness monitor present at the time of the review of the input from industry. But there was no issue that I - that I raised with Ms. Billings that I recall with respect to having a fairness monitor present. And in fact, he was present right from the time the RFP closed till the completion of the technical evaluation.

Q. You wanted to have a fairness monitor present during the review of the input from industry?

A. It – that – I had suggested it, yes.

Q. No. More than suggested it, you wanted it?

A. I can’t remember if it was my suggestion or Mr. Rancourt’s.

Q. But you wanted a fairness monitor present during the review of industry input? A.I, I had suggested it, yes.

Q. Mr. Goodfellow, you remember being examined for discovery on October the 7th, 2008?

A.Yes, sir.

Q.You were asked the following question:

“Question: You said, at 437, ‘This fairness monitor may or may not be present during the review of the input received from industry.’ I think that’s…

Answer: Yeah. I wanted a fairness monitor present during that review. There was difficulty with trying to get somebody in place at that time.”

Do you recall that question and giving that answer, sir?

2013 ONSC 2034 (*)

Page: 146

A.I do.

Q.So, is it correct, as you answered at the time, that you wanted to have a fairness monitor present during industry review?

A.Yes.

Q.Okay. And Mr. Singh did not agree with having a fairness monitor present?

A.I think - I think he was – he didn’t see the value added in having the fairness monitor present at that early stage.

Q.So he did not agree with having a fairness monitor present?

A.I wouldn’t say that. I - I just think he felt the value would be better added during the technical evaluation process.

Q.Well, didn’t you think this point was serious enough that you went and took the issue to Jane Billings?

A.Actually, I think, sir, that I didn’t take the issue to her. She took the issue – she brought forward the issue to me. And it was suggested either from her or Mr. Rancourt – I don’t recall which – that we would have a fairness monitor at that early point of the review. But if - I mean, ultimately, we didn’t have a fairness monitor present. So if it was that strong of an issue, then we would’ve delayed the process until such time as we obtained that fairness monitor.

Q.Mr. Goodfellow, did you make a request to Jane Billings notwithstanding the fact Mr. Singh and Mr. Taillefer didn’t agree to having a fairness monitor? Did you make the request to Jane Billings?

A.I’m – I - I think it was the other way around. I think it was her suggesting to me that - that we have the fairness monitor present.

...

Q.Now, Mr. Goodfellow, at page 219, question 814:

“Question: So you did in fact make that request notwithstanding Mr. Singh’s and Mr. Taillefer’s disagreement?

Answer: Yes.

Question: You did?

Answer: Yes.

Question: So Ms. Billings turned it down?

Answer: It was turned down. I don’t recall. [1]Either because of the short timeframe or [2] the cost associated with that. There was also, [3]depending on the definition of a ‘fairness monitor’, a lot of times they are only for the overseeing of the technical evaluation process. They were not normally involved – [4] it would be very costly to have someone involved to oversee the development of an IRP because they….

Question: That all may be, but your personal preference was to have one?

Answer: Yes.”

2013 ONSC 2034 (*)

Page: 147

Q. Were those answers true, Mr. Goodfellow?

A. Yes.

[Emphasis added.]

[774]From the email chain and Mr. Goodfellow’s testimony, I accept that Mr. Rancourt, or Ms. Billings, wanted a fairness monitor present to ensure a fair process, i.e. ensuring that the process was respected the goals of integrity, objectivity and impartiality in reviewing the input from industry. I conclude that they were very aware of the tenuous position that the department was in. Not only was the reprocurement caused by a conflict of interest issue, it was actively fencing off litigation with RLRS and advising them that their concerns would be taken care of.

[775]Moreover, this is one additional example of Mr. Rancourt’s absence as a key witness to the 2004 RFP, on the subject directly related to conflict of interest concerns and preferential treatment of RLRS. His absence fortifies my presumptions that the Crown has chosen not to be fully forthcoming on these issues because his evidence would have been harmful to the Crown’s case on the issues he was involved in: litigation with RLRS, concerns about the existence of a conflict of interest in the need for a fairness monitor at the RFP development stage and motivation to favour RLRS.

[776]Mr. Singh raised concerns about finding an impartial fairness monitor from the industry, while Lt. Col. Taillefer objected that decisions about drafting of the RFP were to be made by the client.

[777]None of the reasons for banning a fairness monitor suggested by Mr. Goodfellow - that I have set out in square brackets in the passage from the transcript, i.e. short timeframe, cost and fairness monitors being used at the evaluation stage - were raised by the members of the IWG who opposed a fairness monitor. Similarly, I fail to see how any of the contentions of the client departments could overcome the overarching concern the PWGSC had for running a clean procurement process. As already mentioned, I also cannot understand why Mr. Singh and Lt. Col. Taillefer would not want a fairness monitor to protect their interests and provide transparency to the process of responding to industry comments on the LOI.

[778]In my view, it would have required a considerably more substantive rationale to abandon the government’s proactive strategy to avoid any possible repeat of the 2002 RFP appearance of bias issue arising.

[779]Circumstantial evidence leads me to conclude that, despite the strong desire to maintain appearances of impartiality, the defendant could not risk having an industry fairness monitor present to review the bidders’ comments on the RFP.

[780]The obvious risk is that a Fairness Monitor, from industry, would be responsible for reviewing the input of industry and would agree with Mr. Atyeo that a selection formula with technical merit weighted at 75 per cent would be heavily biased in favour of RLRS.

2013 ONSC 2034 (*)

Page: 148

[781]I am satisfied that if an objective Fairness Monitor had been retained, and particularly one with industry experience, he or she would have come to the same conclusion as Mr. Belair, Ms. Douglas and Mr. Atyeo, that emphasizing technical merit in the selection formula would provide a significant advantage to RLRS.

[782]With an independent Fairness Monitor commenting that the selection formula would favour RLRS, PWGSC would be forced to abandon the strategy adopted by amending the method of selection to assist RLRS win the retender.

2013 ONSC 2034 (*)

Page: 149

February 2004 – Memorandum to the Minister of PWGSC Informing Him of Threat of Litigation

[783]PWGSC staff drafted the memorandum to the Minister in anticipation of a meeting between the Minister and RLRS representatives. It outlined, among other issues, the concern expressed by RLRS “apart from its disappointment about the loss of a recently awarded $1 billion contract” that its pricing structure had been disclosed.

RLRS argues that its competitors are aware of the Basis of Payment in the current contract and, although the Crown will review and update the Basis of Payment and revise the evaluation methodology for the upcoming RFP, RLRS continues to feel that its competitive position has been jeopardized.

[Emphasis added.]

[784]It is noteworthy that no mention is made of the significant modification of the selection formula, despite reference to the fact that the Crown would “review and update the Basis of Payment and revise the evaluation methodology for the upcoming RFP”. Senior management also continued to stress that “RLRS continues to feel that its competitive position has been jeopardized” as something that the minister should be aware of. I am not aware of any update to the BOP if at least not in the form of the options provided by Mr. Goodfellow and Mr. Rancourt in the e-mail chain referred to above.

[785]Ms. Billings testified that her memorandum was intended to advise the Minister about RLRS’ concern over disclosure of its pricing and how the department was looking to mitigate it. The memorandum also brought to the Minister’s attention, threats to the program by stating that while RLRS had been providing services under the 2002 contract thus far, it “may not in the future.”

[786]Clearly, PWGSC was fixated on RLRS’ situation throughout this period. Not only was litigation being threatened, the attenuation of which was best achieved by RLRS succeeding on the retender process with the highest administration costs possible, but it had to be concerned about a withdrawal of RLRS services creating havoc to the whole program. This is adequately borne out by the evidence.

February 27, 2004 Notice of Action and March 26, 2004 Statement of Claim RLRS Commences Legal Action

[787]RLRS issued a notice of action against PWGSC on February 27, 2004 in the Ontario Superior Court of Justice. This was followed by the filing of a statement of claim on March 26, 2004.

[788]These documents were not immediately served on the defendant. On August 20, 2004, RLRS first became aware of the claim when Ms. Billings was called by Simon Dean of RLRS who advised her of the substance of the claim. He did so in order to obtain the Crown’s consent to an extension to the deadline for service, without which RLRS would be required to serve the

2013 ONSC 2034 (*)

Page: 150

documents. Consent was provided and several extensions were obtained until the matter was finally settled in June 2008.

[789]The statement of claim pleaded mitigation in a fashion similar to that described by Mr. Lockington in his letter of November 10, 2003 to Mr. Pyett: RLRS’ damages would be mitigated to the extent it succeeded in the re-tender and was awarded the 2004 contract. It stated:

As a result of the Department’s repudiation of the IRP Contract, RLRS has suffered damages equivalent to the profits that it would have earned under the IRP Contract had it continued to the end of its extended term. The damages suffered by RLRS are subject to mitigation to the extent that RLRS is awarded all or a part of the IRP Contract Re-Tender. Consequently, RLRS is unable to quantify its contractual losses at this time.

[Emphasis added.]

[790]The claim was settled in June 2008 after RLRS won both retenders. Mr. Goodfellow testified that RLRS received $4,500,000 from the defendant to settle the claim. No other evidence on the settlement was presented to the court.

EVENTS AFTER POSTING THE RFP AND TERMINATING ON JUNE 14, 2004 WITH THE CLOSING OF TENDERS

The 2004 RFP

[791]The RFP for the 2004 IRP contract was advertised on MERX on April 20, 2004 with a closing date of May 31, 2004. This date was subsequently extended to June 14, 2004.

[792]The 2004 RFP closely resembled the 2002 RFP, including its composition of a number of parts. The first is the General Information section setting out definitions and the ground rules for the tender process for all three contracts, i.e. CF, RCMP and GOC. It is followed by a number of annexes, only three of which are relevant, being Annexes A, B and D.

Annex A contains the Statements of Work (“SOW”) for the CF, RCMP and GOC contracts which for the most part resemble each other. They constitute the major component of the RFPs. They describe the requirements of the contract in terms of the services the contractor is required to provide. Apart from additional security requirements, they were very similar to those in the 2002 RFP.

Annex B contains the three Basis of Payment (“BOP”) documents for the CF, RCMP and GOC contracts. For the most part, they are the same tables as used by contractors to insert their bid prices for the Administration Fee and Third Party Services ceiling prices for the contracts. The numbers tendered form the basis upon which the winning bidder will be paid. These tables are repeated with information used to complete them found in D.3, the Financial Evaluation section of the Annex D, which contains the Evaluation Criteria and Procedures documentation described below.

2013 ONSC 2034 (*)

Page: 151

Annex D contains the Evaluation Criteria and Procedures for the three contracts. It is a major document consisting of three sections.

D.1 is The Evaluation Procedure which is a short document containing Mandatory Technical Minimums and the Method of Selection (“MOS”) or Selection Formula. The technical minimum was a 70 percent score on technical merit.

The MOS describes the combination of the total Technical Merit scores and the Total Price bid to determine the winning bidder. In the 2002 RFP selection formula was the Lowest Cost Per Point (“LCPP”). This was modified as described above to a 75/25 weighting in favour of technical merit.

D.2 consists of the Technical Evaluation and Criteria for the three contracts. The component contains the (1) the mandatory minimums for corporate experience (e.g. minimum of 500 relocations across Canada in any year) (2) the formulas used to ascribe points consisting of Multipliers to different levels of achievement and (3) the detailed technical criteria used to evaluate the proposals, in effect describing how the tender should be structured and evaluated using a point rating.

The “exceeds” criteria used in 2002 was eliminated. Instead, in 2004 100 per cent of the points was assigned for fully meeting the requirements of each criterion; 70 per cent if one requirement was not met; 40 per cent if two requirements were not met; and 0 per cent of the points were assigned if more than two requirements were not met.

D.3 consists of the Financial Evaluation which provides calculations showing how the 75/25 weighting formula is applied. In Appendix 1 to Annex D

Financial Evaluation are found the same formulas and calculations as in the 2002 Appendix C1, modified to reflect the increase in the number of relocations.

[793]These formulas were used to complete the same table as found in the BOP, but expressed in dollar amounts. Thus, while the contractor had to bid a ceiling price for PMS in the BOP, it did so based on the calculations found in D.3 which monetized the ceiling price bids in the BOP into dollar amounts for the purpose of the financial evaluation.

[794]The formula in Appendix 1 to Annex D used to calculate PMS described estimated volumes of files that were more grossly inflated than those in 2004 due to the increase in the number of relocations.

Amendments Concerning Property Management Services

May 13, 2004, Amendment #1: Q. 1.12.a , Third Party Suppliers

Q. 1.12.a: Reference annex A/1 [CF SOW] article 2.2 third party supplier. For the purpose of this RFP, does the definition of TPS refer only to the suppliers identified in annex B/1 [CF BOP] for which the bidder is required to quote ceiling rates?

2013 ONSC 2034 (*)

Page: 152

A. Yes, the bidder is required to provide ceiling rates for third party services identified in annex B/1.

[Emphasis added.]

[795]Because the answers are intended to respond and clarify the RFP, they must be interpreted in the same fashion and subject to the same rules as any other contract term.

[796]The definition of Third Party Supplier in the CF SOW at article 2.2 is restated as follows:

2.22 Third Party Supplier: a Third Party service provider engaged by the Contractor to provide specialized services in accordance with the IRP program or to the relocating Member as part of their entitlement under the program. Participation is open to all firms and their agents (without charge) who have agreed to participate in the program and to respect the terms and conditions established by the Contractor. The provider must meet the requested standards as laid out by the Contractor (and in consultation with the Project Authority), which shall include quality and price assurances. The Contractor must maintain a directory of participating Third Party Suppliers and distribute referrals for the purpose of maintaining a consistent market share among all Third Party Suppliers.

[Emphasis added.]

[797] The CF Basis of Payment included the following statement:

b) Ceiling Rates for Third Party Services:

The Ceiling Prices (by region as mentioned in Table 2) will apply for all services (including those performed by suppliers selected by the Member).

[798]The question, at its highest level, is asking whether the Ceiling Price to be quoted in the Basis of Payment refers only to those Third Party Suppliers engaged by the contractors who committed to prices (“price assurances”)? This refers to the fact that there are other Third Party Suppliers selected by the transferee who are not engaged by contractor, but are to be paid under the contract.

[799]This is a very intelligent question, as it is clear that the actual prices to be paid under the contract to Third Party Suppliers will include those on the Directory, as well as those hired by the transferee, but paid but on the same basis. In effect, the bidder is asking whether it is supposed to bid a price only for those whose prices it knows, or, is it supposed to include the other group whose prices it does not know? This is a surely the first indication that the contractor intends to bid the commitment prices of its Third Party Suppliers.

[800]It is also apparent that the bidder is indicating that it is under the impression, from the contract terms, that it is required to quote prices of his Third Party Suppliers in the Basis of Payment table.

2013 ONSC 2034 (*)

Page: 153

[801]In my view the link phrase “for which” refers to the Third Party Suppliers. The questioner assumes that it is required to quote ceiling rates for its Third Party Suppliers. They are the persons who will actually be paid for these services, which are just flowed through the contractor without the right to receive any remuneration as a result.

[802]In addition, there is no reference to Third Party Suppliers in annex B/1, which is the basis of payment Annex of the RFP. It only refers to quoting ceiling rates for third party services. The questioner is assuming that the ceiling rates for third party services means those of its Third Party Suppliers.

[803]By answering “Yes” to the question, PWGSC is indicating that bidders are to quote ceiling rates that reflect the commitment prices of the Third Party Suppliers referred to in the question as TPS.

[804]The additional wording “the bidder is required to provide ceiling rates for third party services identified in annex B/1” is non-responsive to the question which is about identifying Third Party Suppliers.

[805]At the very least, it was incumbent upon PWGSC, no doubt in reliance upon Mr. Singh, to ensure that there was no obligation to quote the ceiling prices of Third Party Suppliers, when the bidder is asking what group of Third Party Suppliers is under consideration.

[806]Given Mr. Singh’s knowledge that Envoy and RLRS had taken radically different interpretations of the PMS RFP provisions - resulting in an aforementioned $42 million differential in 2002 - this question should have forced Mr. Singh to ensure that the answer clearly brought home his interpretation that ceiling prices quoted did not have to be those of Third Party Suppliers.

Amendment #1, Q.1.32: Request for Actual PMS volumes

[807]Mr. Atyeo was aware, based on his experience, that the estimated PMS volumes were incorrect. He asked a question in order to obtain the actual volumes as described below.

Q.1.32: Reference Annex A-1 , article 12.6 Property Management, provide actual annual volume numbers for member use of property management services over the past 5 years.

A.1.32: Actual volumes for property management services are unavailable for the past 5 years, but the estimated number of annual moves per region is provided in Table 2 of Appendix 1 to Annex D. 840.

An Implied Direction to Tender Using the Estimated Volumes

[808]Ms. Taylor was asked in chief the reason for this question. She replied that “[w]e felt that the numbers provided in the RFP were overstated, and we wanted to get a sense of where the actual numbers were to be able to quote on that service.”

2013 ONSC 2034 (*)

Page: 154

[809]The defendant made repeated submissions that the plaintiffs were aware of the actual volumes and therefore had the same information as RLRS. There was other evidence that the plaintiffs estimated that the actual PMS volumes were less than 1 percent.

[810]This amendment undermines that contention, along with a number of other aspects of the RFP. If the government says it has no actual volumes for PMS, this must mean that the accuracy of actual volumes is not significant. It is in effect directing the bidders to use the estimated volumes to prepare their tenders, even if egregiously inaccurate.

[811]It is, in fact, the same answer that Mr. Pyett gave to Mr. Gerrie during the 2002 procurement process when he stated that it did not matter that the estimated PMS volumes were off by one third.

[812]If the Crown wanted inflated prices for its PMS, using inflated volumes for whatever reason it may have had in mind, who were the bidders to say that they should not follow instructions at risk of being found to have tendered a non-compliant bid?

Did the Crown have the Actual Volumes Available?

[813]The plaintiffs have made extensive submissions pointing out why the Crown should have had available volumes on property management services without having to request information from RLRS. There are a number of problems with this contention.

[814] Firstly, there is the conundrum, not explored to any effect during trial, of the distinction in tracking Directory and non-Directory PMS volumes. As was seen above, I find there are three methods by which PMS could be used. They are:

Firstly, the transferee could select a property management supplier from the Directory who would be paid under the contract;

Secondly, the transferee could go off-Directory to hire a property management supplier which would be subject to the same terms as suppliers on the Directory, as well as being paid under the contract; and

Thirdly, the transferee could cash out his or her personalized funding envelope and use the funds to retain a non-arm’s length property management services supplier who would not be tracked or paid under the contract.

[815]Only the Directory suppliers count for bidding purposes. Almost no reference was made to the distinction between Directory and non-Directory suppliers during the trial. When some of the defendant said it could not track volumes for the purpose of responding to this question, it is not clear that they were referring to off-contract suppliers or contract suppliers not on the Directory.

[816]Therefore, while those PMS suppliers who were paid with cashed out funds were clearly off the grid, it is not clear how actual volumes were being maintained by RLRS nor whether

2013 ONSC 2034 (*)

Page: 155

RLRS tracking distinguished between Directory and non-Directory suppliers paid under the contract.

[817]From the answers given to the OAG, it appears that they were tracking both forms of third-party suppliers

[818]It is just another illogical aspect of this RFP that it is seeking prices from contractors for a volume of PMS providers who represent only a portion of those who will actually paid out under the contract.

[819]The second explanation for the lack of volumes data, despite the long list of contract provisions requiring them to be tracked, is that neither RLRS nor the Crown took steps to summarize, and in particular, to report this information in a readily available and understandable format.

[820]While RLRS indicated that it provided the PMS volumes information in an electronic form on a regular basis as required, there is nothing to suggest that either it, or the Crown, had this information in a summarized or reportable format. This information should have been readily available in an easily comprehensible format. I conclude that the fact that it was not, even up to the time when it first requested by the OAG in 2006, was intentional.

[821]It would not have been in the interests of RLRS, Mr. Singh, or any other Crown employee who was aware that RLRS had bid zero percent for PMS and was charging the transferees for these services, to ensure that the government had the PMS volumes information readily available in an understandable format.

[822]Accordingly, while I conclude that Mr. Goodfellow did not misrepresent the situation of PWGSC in not having the information readily available when he answered this question, I also conclude that the fact that it did not possess this information was intentional as the persons responsible for maintaining this information wished to conceal it.

Could, and Should, the Crown have Obtained Actual PMS Volumes from RLRS?

[823]It is apparent from events in 2006, with the involvement of the OAG, that the Crown could have readily obtained this information in time to make it available to other bidders. The real issue is whether it should have.

[824]It did not do so. In Mr. Goodfellow’s favour at the time of responding to this question, I note that he previously indicated some reluctance to turn to RLRS to obtain information for bidding purposes.

[825]His November 25, 2003 memorandum to Ms. Fyfe-Fortin, via Mr. Rancourt, when explaining the challenges of modifying the Basis of Payment terms to mitigate litigation risks, pointed out that the actual volumes for the contract would have to be obtained from RLRS, which I surmise he did not think appropriate. He wrote:

2013 ONSC 2034 (*)

Page: 156

Disadvantage - must provide historical data (which would have to come from

Royal LePage) so that all bidders have the same information to base their firm price on.

[826]This comment confirms somewhat Mr. Goodfellow’s conclusion that use of historical data is generally problematic. Recourse to estimated volumes avoids that problem. Nevertheless, the issue is whether these questions should have provoked some consideration to check on the estimated volumes, assuming for the purpose of argument that a genuine mistake had occurred when first compiled and somehow overlooked during the 2002 RFP process, as improbable as both those scenarios are.

[827]I note that this is not a question of verifying the documentation so as to provide bidders with accurate estimated volumes as a question of unfairness. To this end, I agree that Envoy was

aware the estimates were egregiously misstated. As noted, the primary problem with the Crown’ s response to this question is that by stating that it did not know the actual figures, it directed Envoy to nevertheless use the estimates.

[828]The Crown’s further problem is that, by failing to respond to these queries raising issues with PMS volumes by taking steps to verify the correctness of the estimates, it allowed RLRS to use insider information, even though it was clearly unfair to do so.

[829]Had Mr. Goodfellow had any inkling of how miniscule the use of property management services was in comparison to the estimates, he would have been forced to rewrite the formula thus eliminating any possibility for RLRS to seize on the overstated volumes. In other words, the Crown cannot now be said to argue that it did not matter whether the estimates were accurate or not; it is not merely an issue of Envoy’s reliance on bad estimates, it is also the defendant’s failure to correct the estimates so as to prevent RLRS from gaining an advantage.

On the other hand, if it is the Crown’s view that RLRS was not required to rely upon estimated values, then the question arises as why to include them at all?

[830]As a final point, I do not believe that the Crown escapes criticism merely because Envoy was aware that the PMS volumes were not really estimates. There is no basis to conclude that all bidders, none of whom appeared to have previous experience with the CF Contract, would not have taken the Crown at its word when indicated the PMS volumes were estimates.

[831]The online Oxford Dictionary defines “estimate” as “an approximate calculation or judgment of the value, number, quantity, or extent of something”. A value 250 times higher than the actual PMS volumes could in no measure be described as an approximate calculation.

[832]Accordingly, by use of the term “estimated” in reference to PMS volumes in the PMS bidding formula, this imposed a duty on the Crown to verify that the data generally reflected historical volumes such as to prevent reliance on the inaccuracy by any bidder.

[833]With Mr. Singh involved, I am quite certain that he would take every measure possible, as demonstrated at a later time when the OAG sought the same information, to prevent others from having any inkling of the disparity between the estimated and actual PMS volumes.

2013 ONSC 2034 (*)

Page: 157

May 28, 2004, Amendment #5: Q.5.3 The Crown Further Directs the Bidders to Use Inaccurate PMS Volumes

[834]Envoy submitted a further two-part question on PMS volumes. The second part of the question attempted to reconcile the 60 per cent rental figure using PMS in the Method of Selection formula with the fact that only 40 per cent of CF are home owners (who would be capable of renting their properties). This is somewhat similar to Mr. Gerrie’s question in 2002. The Crown is being questioned as to whether the 60 per cent rental figure ought to be 60 per cent of the 40 per cent of homeowners, i.e. 24 per cent of the CF.

Q.5.3: Property Management Services are only available to home owners who chose not to sell their property. Per question 2 above only 40% of CF are home owners (70% for GOC and 60% for RCMP). Does the 60% referred to in 5) Property Management Fee: mean that we are to apply 60% of the 40% who are home owners?

A.5.3: Yes, the correct wording is “For home owners selling, 1 through 4 will apply. For homeowners not selling, 5 will apply. For members (employees/transferees) renting in the destination location, 6 will apply.”

For the CF, it is correct to assume that 40% were homeowners selling in the departure location, and subsequently 70% for GOC and 60% for RCMP.

For evaluation purposes the methodology will not be changed. Hence, 60% of the estimated annual number of moves annually by region will be used.

[Emphasis added.]

[835]Mr. Atyeo quite properly described the conclusion to be drawn from this answer:

A.I guess the point being that it didn’t matter what the facts were, they had their mind made up that they were going to use 7,200 files [annual] when determining the value of our bids.

[836]This answer underscored once again to bidders that the Crown was not attempting to provide accurate estimates of relocations. As in the 2002 RFP process, it was acknowledging that its PMS volumes estimates were off by one third.

[837]In my view, this answer merely confirms the direction to Envoy that it was not to concern itself with actual volumes of PMS. It was required to use the estimated volumes in completing its tender proposal for PMS costs. The actuals were irrelevant.

[838]It was therefore a straight formula that only made sense if bidders could not take advantage of actual volumes. In the context of the requirement to obtain commitment prices from arm’s-length third-party suppliers for these services, it had to be interpreted as a direction to bidders to insert their subcontractor’s prices into the formula, thus rendering irrelevant the accuracy of the volume estimates.

2013 ONSC 2034 (*)

Page: 158

[839]RLRS ought to have similarly understood this direction to mean that it did not matter whether the estimated volumes were in error by 1/3rd or 1/250th of the actual volumes - they were still to be used.

[840]A bid of 0 percent on an item could not possibly reflect an accurate price for providing property management services on an estimated 7200 moves annually. But once the Crown permitted it to stand, the conclusion necessarily follows that it unfairly misled and induced Envoy, in reliance upon its answers that directed it to use the grossly inaccurate estimated volumes, to prepare its bid on this basis. Mr. Singh was aware throughout that the RLRS had no intention of using the estimated volumes in formulating its bid.

Amendments Concerning the 75/25 Weighting Formula

[841]After the posting of the RFP, two similar questions challenging the selection formula were responded to in Amendments #1 and #2.

May 13, 2004, Amendment #1, Question 1.173

[842]Envoy requested that the method of selection be modified because it was biased towards the incumbent. The question-and-answer reads as follows:

Q_1.173: Reference ANNEX D EVALUATION PROCEDURES & CRITERIA, the methodology of selection criteria in D.3, for compliant proposals appears to be biased toward the incumbent. Is it the intention of Government that the current provider be given a benefit other may not have? The incumbent, because of being the current service provider, should and most likely will have more technical merit than any other potential bidder. Therefore, this approach may allow them to bid a higher service fee and still be selected as the winning bidder. At the present time the incumbent would be the only service provider meeting the guidelines and would have current offices and staff in each region.

A.1.173: No, there is no benefit given to any Bidders. The emphasis on the technical proposals is to ensure the winning contractor(s) can successful deliver the services and meet the operational requirements of the resulting contracts. The guidelines and infrastructure currently in place are not being evaluated, but those that will be in place upon commencement of services on 1 Dec 2004.

[Emphasis added.]

May 20, 2004, Amendment #2, Question 2.17

[843]A similar question was posed by an unidentified bidder requesting that the selection formula of 75 per cent/25 per cent technical merit/price be amended to “level the playing field”. The question and answer provided are reproduced below.

2013 ONSC 2034 (*)

Page: 159

Q.2.17: Annex D item D 1.3 - This methodology of point rating price is fallible in that it assumes the lowest price is valid for the delivery of the required services. An artificially low price will skew the results and usually results in the payment of premiums by the Crown for a limited improvement in services. By putting the emphasis (75/25) on the technical proposal, the bidding advantage to the incumbent contractor is even greater than it would normally be. The incumbent is already delivering the services under a quality assurance program acceptable to the government and should therefore score relatively high on the technical assessment. Increasing that advantage by an additional 50% is not fair competition. The previous RFP utilized a lowest cost per point approach which, although not as fair as lowest priced responsive proposal, at least acknowledged cost was as important as technical content and gave non-incumbent bidders an opportunity to make up in price what they could not achieve in technical merit. We would request that the selection method be revised to improve competition and attempt to level the playing field somewhat.

A.2.17: The successful delivery of the IRP services members and transferees is key to ensuring that operational requirements are met. The method of selection is based on the combined rating of Technical Merit (75%) and Price (25%) to ensure that the successful contractor(s) is/are capable of successfully delivering the services. The evaluation criteria detailed in Annex D are clear and details the areas in which the Bidders’ will be evaluated. Furthermore, the Departmental IRP policies and NJC Directive are all public Documents. Price is still a factor, but Canada must ensure the successful delivery of the services.

[Underline added.]

May 20, 2004, Amendment #2, Question 1.165

[844]In contradistinction to the foregoing two responses that emphasized the need to ensure that quality services were provided to transferees, this question and answer demonstrated how quickly the Crown was ready to abandon that objective when raised in the context of third-party services. This question explained that the prices the Crown was paying for third party services were already so low that continuing to pursue a lowest price strategy would negatively impact the service provided.

Q. 1.165: Reference Annex A-2, Statement of Work, GOC, section 9.1.2, page 138 of 313, Fair Market Value. Based on our 15 years operating in the relocation industry in Canada, we can comment with some authority that the prices that the Crown is paying for third-party services such as appraisals, legal fees, and home inspection services, are extremely low already, to the point where we would expect that service levels from the suppliers might be compromised. It has always been our philosophy to pay a fair price for services from suppliers. The lowest price tends to negatively impact service received.

A. Ceiling rates are to be provided by the bidder.

2013 ONSC 2034 (*)

Page: 160

[845]Of the three rationales eventually advanced by the defendant to explain raising technical merit to 75 per cent, only that of assuring that the contractor would be able to deliver the services and meet the operational requirements was acknowledged by the government.

[846]I cannot find that this is a logical or truthful explanation for weighting technical merit at a value nearly three times as significant in the selection process as price.

[847]In the first place, assuring the successful delivery of the services obviously applied to the 2002 RFP, such that more needs to be said as to why quality of services became more important in 2004. The SOW remained substantially similar in both RFPs and we have Lt. Col. Taillefer and Mr. Singh continuing to represent their respective organizations on the IWG.

[848]In his testimony, Mr. Goodfellow attempted to bolster the need for quality services with reference to a study. Specifically, the Standing Committee on National Defence and Veteran Affairs (SCONDVA) report which set out that the Department of National Defence wanted to ensure a high quality of services was provided to its CF members.

[849]Lt. Col. Taillefer confirmed that quality of life was equally a concern in 2002 as it was in 2004 and that this concern was met by including a mandatory minimum pass mark.

Q.And quality of life was important in 2004 as well?

A.No more and no less so than in 2002.

Q.So it had equal importance in both years?

A.It is always important to ensure the best quality of life. That’s why we’re there.

Q.You said in 2002 there was a 70 per cent pass mark to ensure quality of service?

A.It was one of the discussions we had.

Q.That if you met the 70 per cent you could meet the government requirements?

A.Yes.

[850]I agree with the plaintiffs’ assertion that the SCONDVA report had no more significant meaning in 2004 than it did in 2002. It was not a valid justification for having changed the weighting in 2004.

[851]Moreover, to a large extent, the successful delivery of the services is implied by the compliance requirement of 70 per cent on the technical score. Mr. Goodfellow testified that this was only a minimum, but nevertheless it was the threshold for demonstrating that the requirements of the contract could be met. If only one bidder had scored slightly over 70 per cent on technical merit, it would have won the contract.

[852]In addition, I am in agreement with Mr. Ateyo’s comments, made after the award of the contracts, that if quality services were really the issue, one could have simply raised the compliance level. This would not have provided an unwarranted advantage to the bidder who would score highest on technical merit. Mr. Goodfellow acknowledged that Envoy clearly

2013 ONSC 2034 (*)

Page: 161

established its competence to manage the contract with a technical bid score of 92 per cent, being a difference of 65 technical points, out of a 1000, from the score obtained by RLRS.

[853]Nor do I see the pertinence of the comment in the reply in Amendment #1, that the evaluation was not of the guidelines and infrastructure currently in place, but of those as of the date of the commencement of the contract. This does not address the plaintiffs’ point that the incumbent should score higher on technical merit because it had been successfully delivering the services since 1999. During this period it had always met the government’s quality standards, including those expressed by transferees in a survey.

[854]The 2002 RFP was largely based upon the requirements of the pilot project. In turn, the 2004 RFP applied most of the same requirements that had to be met under the 2002 RFP, apart from a handful of new security provisions. Thus, the requirements remained largely unchanged, and Envoy’s argument that RLRS would easily meet those requirements seems obvious.

[855]At the very least, the defendant had to provide evidence that the contract requirements, or the evaluation criteria, were sufficiently different from those in 2002 such that the incumbent had no advantage on technical merit from its apparently privileged position of successfully providing the same services during the preceding years. This evidence would be particularly of importance given that RLRS had the highest technical score in the 2002 RFP, indeed it was the only bidder to meet the 70 per cent minimum threshold.

[856]As for not evaluating the bidders against certain criteria that the incumbent already had in place, i.e. infrastructure etc., this could not possibly be a requirement of a fair tendering process. Nevertheless, it would appear that the government had a provision in the 2002 RFP, which, if it had been applied, would have had the same effect. I refer here to the requirement that bidding parties be in a position to demonstrate, prior to the closing of tenders, that they had the facilities in place to execute the contract.

[857]That provision in 2002 was inherently unfair to all bidders but the incumbent. It is unlikely that bidders would have been prepared to make the investment to put in place said facilities without any assurance that they would be the successful tendering party. No attempt was made to apply the provision in the 2002 RFP, so the issue did not arise. To my mind however, the clause was evidence of a bias in the 2002 RFP in favour of the incumbent.

[858]I cannot find any basis why the government thought that the selection process used in 2002, did not also ensure the successful delivery of the services, unless of course it had been drafted to ensure that the other bidders would be eliminated at the compliance stage, leaving RLRS as the only compliant bidder. This is not as farfetched a concern as it seems, given that the 2004 LOI contained a mandatory experience factor expressed in terms of volumes of past relocations. Indeed, if this had not been removed after protests from the bidders, would have eliminated all bidders except RLRS.

[859]Finally, I note that when a bidder suggested, based on numerous years of experience, that the quality of relocation services actually provided to the transferees by third-party suppliers was being compromised by prices being too low, the concern was ignored and the defendant made no

2013 ONSC 2034 (*)

Page: 162

attempt to respond. It was only supposed to ensure that the contractor’s ability to deliver its own services related to technical merit and quality issues, and not those of third-party suppliers.

[860]In brief, I reject the defendant’s argument that the need for quality services would be justification for making the value of technical merit three times more than that of price. I furthermore conclude that in advancing the “need for quality services” rationale, to justify modification of the selection formula, the defendant intentionally misled the bidders in the 2004 procurement process.

[861]Instead, it was concealing the real reasons for increasing technical merit; concerns about price disclosure from the 2002 RLRS bid and mitigation of RLRS’ litigation risks.

EVALUATION OF THE ENVOYS TENDER TO CONTRACT AWARD ON

NOVEMBER 2, 2004

[862]By and large, the parties have limited their submissions to interpretations and the evaluative process that resulted in the technical evaluations given to Envoy’s bid. Nevertheless, the underlying theme of Envoy’s submissions is that its tender was evaluated unfairly, particularly in regard to staffing.

[863]Without issues of good faith arising, the Court’s scope of review of the decisions of evaluators, I conclude, is one of reasonableness. As a result, there is a limited scope for intervention as I am to adopt a deferential approach to the evaluators’ decisions. Further, there is an interdiction against the court substituting its opinion for that of the evaluators.

[864]This said, there remains a number of pre-existing unfairness concerns which require me to examine the validity of the entire evaluative process with an eye highly attuned to this issue. These concerns include apprehensions of bias in the makeup of the RFP drafting committee, modifications of the RFP - which I conclude favoured the incumbent - and the related issues of turning a blind eye to RLRS’ failure to comply with its tendered contract terms.

[865]Unfairness is of course an overarching issue. If I conclude that the evaluation process was tainted by unfairness, the decisions of the evaluation committee on Envoy’s technical merit must be set aside with appropriate remedies to be applied.

Technical Evaluation

The Evaluation Committee

[866]The bid evaluations took place from June 17 to July 1, 2004. The technical evaluation team was comprised of Catherine Manin-Lewis and Ronnie Campbell from TBS,

Lt. Col. Gagnon and MWO Pearl Danford from CF, and Cheryl Bartell from RCMP.

Richard Goodfellow was the chairperson and member of the evaluation team. As the Contracting Authority, he had provided instructions to the technical evaluators before the evaluation commenced. This included an evaluation directive describing the process in the requirements of the evaluators. He also had each evaluator sign a “no conflict of interest” declaration.

2013 ONSC 2034 (*)

Page: 163

[867]The technical evaluation was observed by a “fairness monitor”. This monitor was A. Akkwai of P3 Advisors. No evidence was put to the court as to his background or knowledge of the relocation industry. The fairness monitor attended the technical evaluation sessions and observed the consensus discussions and the scores that were being applied. Mr. Akkwai prepared a report and log of activities at the conclusion of the evaluation setting out his observations.

[868]The plaintiffs disagree with the defendant’s contention that steps were taken to ensure that the evaluation committee in 2004 did not include individuals who had been involved in the 2002 process. They noted that two members of the Committee had previous experience with RLRS. The most “conflicted” and of greatest concern in respect of the evaluations where Envoy lost points was MWO Pearl Danford. She had had worked on the 2002 IRP contract and dealt with RLRS on administration matters over the years, including during the 2004 bid period.

[869]Nonetheless, I am sympathetic to the defendant’s position. Coming off the 2002 contract, which had been cancelled over issues of conflict of interest, experienced personnel were not always available to fill these positions. Indeed, the plaintiffs were often critical of the defendant for not having informed and experienced persons involved in the process. I have no difficulty therefore in these two persons sitting on the evaluation committee.

[870]While I have no problems with MWO Danford being part of the evaluation team, I am of the view that the defendant should have required her to testify at trial. If the defendant had been wise, it also should have called one of the two Treasury Board representatives who did not deduct points from Envoy’s score on items of contention. These persons could have provided independent evidence on the fairness of the process, and in particular the resolution of the disputed items during the consensus discussions. Instead, the Court is left with the impression yet again, that the defendant has something to hide.

[871]Instead, the defendant called Lt. Col. Gagnon and Cheryl Bartell as its only two witnesses with respect to the evaluation process. Neither had any experience to speak of in relocation. Ms. Bartell, although experienced in procurement processes, was asked to evaluate the bid specifically because she had no experience in relocation. She was the only committee member to evaluate the plaintiffs’ proposal on staffing as unsatisfactory in all three tenders.

[872]Lt. Col Gagnon became the Director of Compensation and Benefits Administration (DCBA) at DND and Departmental Authority on the 2004 IRP contract as of June 2004. Although present before that time, he was not involved in the drafting of the SOW.

[873]Although the test is one of deference toward the evaluators, there is little in their background experience, measured either by their knowledge of the procurement process or the relocation industry, which suggests such deference was warranted, perhaps with the exception of MWO Danford.

Envoy’s Loss of Points on the Technical Evaluation

2013 ONSC 2034 (*)

Page: 164

[874]As explained above, if a bidder met 100 percent of the requirement, they received a “Meets” rating. If they missed one element, then they were given a “Meets Most” or a 70 percent rating. If they missed two elements, then they were given an “Unsatisfactory” rating of 40 percent. If they missed three or more then they received zero.

[875]Envoy was given a technical score of 919 points out of a possible 1,000 points for its CF proposal and 942 out of a possible 1,000 points for both GOC and RCMP bids.

Therefore Envoy lost a total of 81 points on the CF bid and 58 points on the GOC/RCMP bids. The points deducted were for the following reasons:

2013 ONSC 2034 (*)

Page: 165

2013 ONSC 2034 (*)

Evaluator’s Scoring of Staffing

[876]Envoy lost 48 of its docked 81 points on its CF proposal and 24 points on its GOC and RCMP proposals under the Staffing requirement described in article 2.2.4.2 of the evaluation criteria of the three RFPs.

[877]Ms. Bartell testified that she made the same comments in respect of Staffing on all three contracts because they had the same requirements in the areas of contention. I agree that the requirements for staffing, and all of the four areas where Envoy lost points, were the same in all the contracts. In addition, Envoy generally tendered them in the same fashion.

[878]As concerns the three tender proposals, it is apparent from the above table that as regards staffing, four grounds were indicated to dock points.

Page: 166

∙ Inconsistent info on appointment and location of senior management (CF);

∙ International region does not reflect incremental staff for APS (CF);

Not enough evidence of sufficient staff (GOC); and

Pacific region manager not located in region on submission, leading to confusion in appointment of senior staff (RCMP).

[879]As a result of the allocation of these deficiencies in Envoy’s tenders, it was rated unsatisfactory on its CF proposal, on account of the first two grounds, and meets most on its GOC and RCMP proposals on account of the third and fourth reasons respectively.

[880]The evidence demonstrates that the consensus meetings were important in resolving wide ranging divergences in the evaluations of committee members. The following table describes the evaluators’ initial scores and the resulting consensus evaluation.

 

Gagnon

Bartell

Manion-

Campbell

Danford

Consensus

 

 

 

Lewis

 

 

 

CF

MM

U

M

MM

M

U

 

 

 

 

 

(chngd to MM)

GOC

M

U

M

MM

MM

MM

RCMP

MM

U

M

MM

MM

MM

[881]Ms. Bartell stands out as a clear outlier in the group of evaluators. She also appears to have been influential. In particular on the CF, where there are two Meets evaluations and two Meets Most evaluations, the consensus evaluation is Unsatisfactory.

[882]Somewhat similarly for the GOC evaluation the two Meets evaluations and two Meets Most evaluations, result in a Meets Most consensus evaluation.

[883]The variance in initial scores also indicates the importance of having full and complete evidence on the consensus discussions, particularly as major bias concerns exist in this case.

[884]The Fairness Monitor would have been the most appropriate witness to have provided detailed evidence from his notes as to what transpired during the consensus discussions. Unfortunately, the Fairness Monitor was not called as a witness, nor were his notes from the technical evaluation introduced into evidence. His log and a letter certifying that in his opinion, the evaluation of the technical proposals was conducted in an appropriate fair, open and transparent manner were entered as exhibits.

[885]The defendant submitted that the fairness monitor was used to oversee the technical evaluation process and to verify that “… the evaluation and selection activities are conducted with integrity, openness and fairness, and that all prospective Contractors are treated in a consistent, reasonable and fair manner.”

2013 ONSC 2034 (*)

Page: 167

[886]Additionally, Mr. Goodfellow testified that the use of a fairness monitor positively impacted the fairness of the process because it allowed for a third party to provide an independent, objective evaluation of the technical evaluations.

[887]I agree with the Plaintiffs’ submission that the Defendant has repeatedly cited the presence of a fairness monitor as evidence of the overall “fairness” of the 2004 RFP process. However, as with so many witnesses who could have assisted the Court throughout the trial, the defendant chose not to call the fairness monitor to testify. The Court is left with no indication of who the gentleman was, his qualifications in this capacity, nor the basis for his opinion that the evaluation was fair.

[888]His report certified that the evaluation of the technical proposals was conducted in an appropriate, fair, open and transparent manner, without providing any indication of how the key evaluations were arrived at. I would not accept this statement as proof of anything without his being in court, preferably with his notes taken contemporaneously with the evaluations, and subject to cross-examination.

[889]I agree that the Defendant is attempting to prove fairness in the process by the mere involvement of the fairness monitor during the evaluations without actually introducing any evidence upon which the court could form this conclusion.

[890]I add that I would be concerned in any event, about the partiality of someone, apparently self-described as a “Fairness Monitor” retained and remunerated exclusively by PWGSC, to provide a stamp of approval on PWGSC’ tendering process. PWGSC must recognize the logic that underlies the adage “he who pays the piper, picks the tune”. It would apply in this instance as an appearance of bias when the defendant unilaterally retains someone to provide credibility to its own processes.

[891]If PWGSC wishes to gain credibility from the presence of a Fairness Monitor, those participating in the procurement process should be provided with an opportunity to comment on the proposed candidate’s engagement. I am fairly certain that the primary comment of bidders would be to ensure the independent observer is someone with expertise on the subject matter of the tenders.

[892]In this instance, however, where designated evaluation processes were not followed and a wide range of views occur from members of the evaluation team on Envoy’s proposal, I regard the absence of the Fairness Monitor at trial as no mere oversight on the part of the defendant. Rather, I conclude that the defendant chose not to produce the Fairness Monitor so as to avoid having before the Court evidence which would be unhelpful to its case.

CF Proposal

[893]With respect to the CF proposal on staffing, Envoy obtained a score of Unsatisfactory. This resulted in a loss of 48 out of 80 points based on the weighted score of 32 points, or 40 per cent of 80 points.

Loss of 24 points: “inconsistent info on location and appointment of senior managers”

2013 ONSC 2034 (*)

Page: 168

[894]The defendant has raised issues of res judicata inasmuch as the CITT concluded that the evaluation committee failed to adhere to the RFP in failing to evaluate the CF, GOC and RCMP bids separately without consideration of each other. I will the consider the issue in its totality, but point out that it would appear that the most important outstanding issue in this item concerns whether there were other grounds, besides those considered by the evaluation committee that would merit the deduction of these points.

The Decision of the Evaluation Committee

[895]Envoy had 24 points taken away due to “inconsistent info on location and appointment of senior managers”. Envoy contends that the evaluators improperly compared Envoy’s three bids against each other in order to take away these points. It further alleges that this is specifically in contravention of the evaluation directive and the RFP. Envoy was the only bidder that was treated in this way.

2013 ONSC 2034 (*)

Page: 169

The RFP states:

To be considered responsive, a proposal must…bid on the provision of complete services as defined in the SOW for the CF only, or the GOC and RCMP only, or both. Separate proposals are required for CF, GOC and RCMP, and they will be evaluated separately.

[Emphasis added.]

[896]This was repeated on the evaluation sheets completed by each evaluator.

[897]Solicitation Amendment No. 1 A. 1.7 states,

The Bidder can submit the same relocation files in their proposals for CF, GOC and RCMP. However, separate proposals are required for each requirement, as each proposal will be evaluated separately.

[898]The evaluation directive prepared by Mr. Goodfellow provided the following instructions:

Proposals are to be evaluated separately, objectively, and independently of other proposals.

[899]Mr. Atyeo testified that the bidders were required to propose a management organization for each contract separately, which is what the Plaintiffs did. There was no requirement to provide a management structure for the scenario where a bidder won both contracts.

[900]The evaluation directive also set out the evaluation stages. It basically required the evaluators to evaluate each bid separately from beginning to end, passing sequentially through the various stages (individual evaluations and consensus evaluation of mandatory requirements and thereafter of point rated criteria) described to apply a total technical score, before moving onto the evaluation of the next tendering party’s proposal. This process was confirmed by Mr. Goodfellow in his testimony.

[901]The log contained in the fairness monitor’s report indicated that this process was followed for the other bidders but not for Envoy. Specifically, the fairness monitor documented that on Wednesday, June 23, 2004, while the evaluation team was not yet finished the point-rated evaluation for the Envoy GOC proposal, team members began to review the RCMP and CF proposals.

[902]The entry for Monday, June 28, indicates that the evaluation team conducted challenge sessions to arrive at the consensus evaluations of all three of Envoy’s proposals on that day.

[903]From this, I conclude that they were all done together, particularly as the fairness monitor did not testify. This is different than the process described for the evaluation of any of the other bidders’ proposals.

2013 ONSC 2034 (*)

Page: 170

[904]Ms. Bartell confirmed that the consensus session for the GOC bid was not completed before the evaluation team began their individual point-rating for RCMP. She also confirmed that the RCMP consensus was not completed before she started her evaluation of CF. This is different than the process that was followed for other bidders.

[905]The consensus evaluation identified the cause of the loss of points as follows: inconsistent info on location & appointment of senior management.

[906]The defendant’s witnesses indicated that the plaintiffs lost points because they had identified the same person being present in two different locations and had assigned the same person to different positions as between its three proposals (CF, GOC and RCMP).

[907]The example identified by Mr. Goodfellow’s response to questions was as follows:

The CF proposal lists Francie Bujna as the QA Manager, and the Supplier Services Manager as vacant, whereas in the RCMP proposal Francie Bujna is listed as the Supplier Services Manager, and Suzie Findlay as the QA Manager.

[908]In his letter of February 4, 2005, Mr. Goodfellow explained that “…when the evaluation team became aware of the inconsistencies amongst Envoy’s proposals, proper due diligence meant that such inconsistencies could not be overlooked and obligated the evaluation team members to look at these inconsistencies” (emphasis added).He also testified that he felt the comparison of the plaintiffs’ proposals to each other was not a contravention of the evaluation directive.

[909]I do not disagree with Mr. Goodfellow’s opinion that unusual circumstances can arise which require an additional requirement of “due diligence” in consideration of tender. However, these considerations would not permit the evaluation committee to ignore the clear direction in the RFP, including that of his own that “[p]roposals are to be evaluated separately, objectively, and independently of other proposals”.

[910]I also do not agree with Mr. Goodfellow’s interpretation of the RFP that comparison of the plaintiffs’ proposals to each other was not a contravention of the evaluation directive. The RFP and amendments could not have been clearer that “separate proposals are required for CF, GOC and RCMP, and they will be evaluated separately” (emphasis added).

[911]I also have concerns about the testimony of Lt. Col. Gagnon on this issue. She originally stated that she recalled, during her evaluation of Envoy’s GOC bid, seeing the same name on the GOC bid as the CF bid. However, she stated that she herself did not compare Envoy’s bids to one another. Under cross-examination, Lt. Col. Gagnon admitted that the evaluation team discussed the fact that some names were allocated a position in one area and another position in another area. She also confirmed that the evaluation committee noticed some information that was included as to the senior management in all three proposals in different positions.

[912]Lt. Col. Gagnon also testified that she would have completed her score sheet for GOC before she began her score sheet for RCMP and similarly would have completed her score sheet for RCMP before beginning her sheet for CF. She further stated that she wrote on the consensus

2013 ONSC 2034 (*)

Page: 171

score sheet during the consensus session and that she was not altering her own score sheets during that process.

[913]However, Lt. Col. Gagnon’s score sheet for the RCMP bid contains information that came from Envoy’s CF bid. Once confronted with her evaluation sheet, she admitted that she must have returned to her score sheet for RCMP bid after she had completed her CF evaluation. Lt. Col. Gagnon also admitted, under cross-examination, that she relied on information from the RCMP and GOC bids in her evaluation of Envoy’s CF bid.

[914]I conclude that the Plaintiffs’ bids were not scored in accordance with the RFP as amended or Mr. Goodfellow’s evaluation directive that was provided to the members of the evaluation team.

[915]I also am concerned about the overall fairness of conducting the consensus evaluations of all three of Envoy’s proposals at the same time. Given that the three RFP items and proposals resemble each other, in making the final decision on items, which is what the consensus evaluation constitutes, the evaluation committee can decide where to allocate different deductions across the three contracts.

[916]More generally, in my view by breaching the evaluation directive regarding separate consensus evaluations which was not the procedure followed for the evaluation of Envoy’s proposals, the entire evaluation process was vitiated and the results therefore, cannot be relied upon.

[917]I recognize that this was not argued by the plaintiffs. The obviousness of the breach of the evaluation directive and the failure of the Crown to follow it, not being challenged, the Court is entitled to draw whatever legal consequences it thinks appropriate based on this unchallenged evidence.

Plaintiffs Could Have Lost Points in Other Areas

[918] Mr. Goodfellow testified that in the Plaintiffs’ CF proposal for staffing (2.2.4.2), several of the management positions were left vacant: Director, Client Services, Ottawa; Accounting Manager, Ottawa; and Supplier Services Manager, Ottawa.

[919]Mr. Atyeo and Ms. Taylor both agreed in their testimony that the Director of Client Services was an important management position. The Director of Client Services would be the primary contact for the CF, would manage the quality assurance and training activities and be responsible for managing the Client Service Authorization Centre. The Director of Client Services would also be responsible for acting in the absence of the Project Manager.

[920]The Supplier Services Manager’s position was also shown as vacant. The Supplier Services Manager ensures that the network of third party suppliers under contract are in place and agreements have been set up. The Supplier Services Manager would be responsible for training third party service providers and ensuring quality standards are met. Mr. Atyeo agreed that this was a very important position.

2013 ONSC 2034 (*)

Page: 172

[921]The Accounting Manager position was also left vacant. Mr. Atyeo testified that the Accounting Manager would report to the Director of Finance and Administration. The Accounting Manager would be responsible for the day-to-day supervision of the accounting staff and managing payments to transferees and third party service providers. Mr. Atyeo acknowledged that the Accounting Manager would be responsible for a large number of financial transactions.

[922] Mr. Atyeo testified

that the

Plaintiffs had proposed two separate management teams for

the two contracts. If the

Plaintiffs

had won

both contracts, Mr. Atyeo acknowledged that, in

practice, their actual management

structures

would not be the same as described in their

proposals. This was in conformity

with the

practice of RLRS as later determined during the

damages portion of the trial.

 

 

[923]The defendant argues that in a scenario whereby a reevaluation should be undertaken by the court, the plaintiffs should not receive any additional points because these important management positions in its staffing proposal were left vacant.

[924]The plaintiffs point out that the staffing section in issue, section 2.2.4.2 of the RFP, does not contain any requirements to identify managers by name or to provide any information at all for these managers.

The Bidder shall provide a detailed plan, which demonstrates and explains how it will recruit and engage sufficient qualified human resources necessary to deliver the services identified in the Statement of Work as of 01 December 2004.

[925]The plaintiffs note further that this is distinct from section 2.2.3 where the Bidder is required to provide a detailed resume of the Project manager and Regional Managers to demonstrate that these individuals possess the necessary experience.

[926]I agree that the defendant cannot impose a requirement on the plaintiffs, in this case to identify managers by name, that was not required in the RFP.

[927]I interpret the fact that Envoy provided names for most of its senior personnel in order to allay concerns that the it would not be in a position to be ready for December 1, 2004. Perhaps more to the point however, is my view that the defendant is asking the Court to substitute its opinion for that of the evaluators who considered this issue in the first instance and found it not worthy of a deduction of points.

[928]If the defendant is in effect saying that a different group of evaluators would have given a different result,that would mean the new evaluators were bringing different standards to the evaluation than those of the first evaluation committee. It would seem to me that both Envoy’s and RLRS’ tenders would have to be re-evaluated anew to ensure consistency of approach.

[929]The preferred approach would surely be to accept the evaluations, apart from instances where errors were observed and appropriate corrective measures are readily available.

Loss of 24 points: “international region does not reflect increment staff for APS”

2013 ONSC 2034 (*)

Page: 173

Reference to Infrastructure Issues in the Staffing Section

[930]The second comment on the consensus evaluation for Envoy, indicates that Envoy did not add incremental staff for the Active Posting Season in the International Region.

[931]Lt. Col. Gagnon’s comment had been limited to the inconsistent appointment of senior managers. She made no comment with respect to incremental staff not being present during the APS for the international region. She nevertheless testified to explain the basis for the consensus evaluation.

[932]She indicated that it was not merely the fact Envoy had failed to add additional staff in the international region on the table identified under APS. Instead, she testified that there were a large number of relocations to and from Europe every year and that the evaluation team did not believe that a staff of six people, with no help during the busiest season of the year, could cope with the volume.

[933]Ms. Bartell provided the explanation on her evaluation sheet for marking Envoy down because there was “not enough detail to explain sufficient resources-workflow infrastructure- does not allow time for third party service co-ord & mngmnt”. This is similar to her explanation for docking points in the GOC evaluation. As described above, it was completed before the evaluation team began reviewing RCMP, which in turn was not completed before she started her evaluation of the CF tender. The consensus evaluations were done together.

[934]Her evaluation of staffing in Envoy’s GOC tender, is more comprehensive and includes the changes: “Doesn’t demonstrate or explain ‘sufficient’- no rationale for #of staff to be employed. Rationale of hrs for PRC and ARC in introduction” (strikethrough in original) and then refers to the analysis identifying eight hours per file approximately with reference to the Infrastructure section.

[935]It is clear that she was originally challenging the rationale for all staff employed, but subsequently limited her comments to the APS numbers in the international region.

[936]I add here that her GOC evaluation also makes reference to docking a point for lack of clarity on the location of the Pacific region manager. This is the reasoning used to score Envoy’s tender of the RCMP down to ‘meets most’.

[937]In her testimony, Ms. Bartell indicated that her comment with reference to ‘sufficient’ in both the CF and GOC evaluations refers back to the infrastructure section of the proposal.

The – the issue that I had on the note that I made was about “sufficient”, and that goes back to the Infrastructure Section of the proposal. “Sufficient” in terms of explaining that in the proposal, there was a reference in the Staffing Section that they – that – that

they were going to hire or engage sufficient people as laid out in “Infrastructure”.

[938]I disagree with Ms. Bartell’s interpretation that the term “sufficient” refers to the number of personnel in the Staffing Section. The evaluation criterion for Staffing reads as follows:

2013 ONSC 2034 (*)

Page: 174

Detailed Plan which demonstrates and explains how it will recruit and engage sufficient qualified human resources necessary to deliver the services as of 01 Dec 2004.

[939]The “staffing” in this section is about recruiting and engaging human resources in sufficient numbers to deliver the services; not whether the staff allocated to positions is adequate.

[940]Whether the numbers of staff are sufficient to deliver the services is determined by the workload analysis described in the Infrastructure Section. The Infrastructure Section replicates the same table providing numbers and places where staff are located as found in the staffing section. It provides the analysis for the number of staff in all positions, not just those in the international region. The plaintiffs lost no marks in any of the three tenders for it submissions on infrastructure.

[941]The Plaintiffs referred to their letter of December 20, 2004 whereby it was explained that the headcount calculation was the result of a comprehensive analysis of all service delivery related positions, as set out in comprehensive detail in the Envoy proposal at section 2.2.5.1 entitled Infrastructure together with detailed backup documents at Exhibit 2.

[942]The model indicated that an additional headcount would not be required to handle APS volumes for the international region. In fact, the model indicated that the international region would be adequately staffed throughout the calendar year, and at times, it would be overstaffed. The same approach and same model was used and accepted for all regions except the international region.

[943]As shall be seen in the plaintiffs’ damages analysis, I accept their detailed workup used to determine staffing for various reasons. The defendant offered no similar analysis on the part of RLRS, its principal argument being that the number of staff used by RLRS should be accepted as the benchmark and applied to Envoy.

[944]With respect to the actual act of staffing, Ms. Bartell complimented Envoy for its submission on recruiting and engaging human resources.

Good broad recruitment strategies (network, agencies, internal resources) to get qualified people, ongoing recruitment. Management staff have had relo backgrounds.

[945]I conclude that the evaluation committee committed in evaluation principles and failed to adhere to the RFP when it reduced Envoy’s CF technical score for its failure to have sufficient staff during the APS in the international region. This deduction was based upon infrastructure issues on which Envoy received full marks, but in any event infrastructure concerns are irrelevant to the evaluation of on staffing issues.

RLRS Inflating its Staffing Numbers

[946]An issue that RLRS had inflated its staff members concerning this item and throughout its tender arose out of a submission by the plaintiffs during oral argument. They pointed out that RLRS had also shown no additional personnel in its complement during the APS in the

2013 ONSC 2034 (*)

Page: 175

international region. This was the precise reason provided why Envoy had lost points on this item. Envoy’s argument was that it would be unfair for an evaluator to dock Envoy points for not adding personnel when RLRS also never increased its personnel during the APS in the international region.

[947]Defendant’s counsel responded to this submission by pointing out that RLRS, in its RFP, had assigned 11 persons to the international region, five more than Envoy. It argued that this explained why the evaluators would not be concerned about RLRS having sufficient staff available during the APS.

[948]The plaintiffs responded in turn, pointing out that despite having tendered on the basis that 11 persons would be assigned to the international region, the actual number in 2005 was only 7.5 person years for this requirement. As shall be seen in the Damages Chapter, RLRS tendered to provide a complement of 255 person-years to carry out the contract, but only used a staff of 199 persons during 2005.

[949]This information on actual staff numbers only came to light during the damages portion of the trial. RLRS was required to disclose actual staffing of positions pursuant to an order of the court after the defendant disclosed that its experts had requested and considered the data in preparing their reports.

[950]This is significant and relevant evidence to the evaluation issue for a number of reasons. Firstly, contracting parties being held to a tendered headcount was a factor supporting Lt. Col. Gagnon’s reasoning to deduct 24 points when Envoy filled positions in different contracts with the same personnel.

Because we expected certain people to perform the position. And when we evaluate the proposal, we expect the service to be delivered the way that it is presented. And obviously, this one name that came up was not going to be able to fulfill the responsibilities to the CF contract. She was already employed doing another contract for another of the Government of Canada or RCMP.

[Emphasis added.]

[951]A more generic approach is necessary to consider the unfairness in the result. It is recalled that RLRS has already demonstrated that it could breach contract terms with impunity by tendering to provide free PMS to transferees and then charging for them at the full rate. It is understandable therefore that RLRS would have little fear of bidding an inflated headcount for positions to make its tender more attractive to the government. It knew in advance that no steps would be taken to require it to adhere to its tender terms, despite Ms. Bartell’s expectations that “the service will be delivered the way it is presented.”

[952]This comes back to my finding that, having demonstrated favourable treatment of RLRS by turning a blind eye to its serious breach of the contract in the past, the evaluation process is biased going forward. This is not because of any partiality of the evaluators, but rather because

2013 ONSC 2034 (*)

Page: 176

RLRS knows that it does not have to adhere to what it bids, in breach of the fundamental premise upon which the tendering process is carried out.

[953]Moreover, how RLRS tendered on item proves graphically the advantage that an incumbent has in being able to tender a bid that meets the requirements of a contract. Having executed the similar contract for upwards of five years, not only did RLRS know what personnel were required for the position, but it also knew what margin it could add to that requirement to make its bid more attractive, particularly against a backdrop of not being held accountable for what it tendered.

[954]Once again, this is evidence that the entire evaluation process was bent and could not be relied upon to fairly evaluate the tendering parties in an equal and consistent manner.

GOC Proposal – “Not Enough Evidence of Sufficient Staff”

[955]The criticism of Envoy’s staffing proposal for GOC was essentially the same as that concerning its proposal for the CF contract involving insufficient APS personnel.

[956]Ms. Bartell confirmed this as follows:

It was the same concern as I had with the CF proposal inasmuch as there were not sufficient resources to do the work.

Q.And you referred again in your comments to infrastructure?

A.Yes.

[957]Ms. Bartell did not have any experience with relocation or any dealings with relocation firms. She had not held a position which had any responsibility for relocation, nor did she have any familiarity with any of the relevant relocation policies.

[958]Despite this, she was prepared to express an opinion criticizing Envoy’s detailed analysis describing how its staffing numbers were formulated laid out in the Infrastructure Section. This issue is intensively considered in the Damages Analysis below, both in the extensive evidence describing how Envoy arrived at its staffing projections of counselors (ARCs and PRCs) for its

tender,

and

the

experts’ opinions on the

reliability of the figures. Suffice it to say at this

point, it

is an issue which requires considerable

experience and understanding of how relocations are

carried

out

to

critique the workload analysis. Ms. Bartell, of all of the evaluators

on the

committee,

would appear to have been the least qualified to make these challenging judgments.

[959] In any event, I conclude and repeat that the evaluation committee erred in incorporating infrastructure issues on staff numbers, for which no points were deducted, in its determination of a staffing requirement pertaining to engaging and retaining staff.

[960]There is no basis for challenging Envoy’s proposals to engage and retain staff. Compliments on this aspect of its proposal came from many of the evaluators, including Ms. Bartell, as described above.

2013 ONSC 2034 (*)

Page: 177

[961]I conclude that the 24 points deducted from Envoy’s GOC proposal on staffing should be added back into its technical points’ total score.

RCMP Proposal Pacific Region Manager not Located in Region

[962]The consensus evaluation deducted 24 points from Envoy’s RCMP proposal because:

“Pacific region manager not located in region on submission, leading to confusion in appointment of senior staff”.

[963]Ms. Bartell testified on this issue using the GOC proposal as the basis for her consideration. It is acknowledged that it is the same as that for the RCMP.

[964]She pointed out that in a table at page 3, in the Staffing Section describing positions, location and persons to be appointed for the nine management positions, Marlene Rogers was shown to be located in Ottawa as the Pacific Regional Manager.

[965]She testified that this was confusing when comparing the organization charts in the Infrastructure Section of Envoy’s tender. In the organization chart of senior managers, Marlene Rogers is shown as the Pacific Regional Manager in Vancouver. On the organization charts for each of the regional offices Marlene Rogers is again shown as the Pacific Regional Manager in Vancouver.

[966]In my view, the evaluation committee misapprehended the task before it in failing to address the issue of determining from all the evidence, Envoy’s intention before determining whether there was a need to seek clarification.

[967]The distinction is best described in Sandori & Pigott’s text Bidding and Tendering; What is the Law, 4th ed., at page 323, as follows:

[W]here the division subtotals differ from the price bid due to transposition, it is apparent from the moment the bid is submitted what the bidder intended. There is no need to ask the bidder how to correct the error.

[968]Had the committee addressed this issue, it would have found that Envoy’s tender was not necessarily “ambiguous”. I make this finding since, given the carefully prepared tender, the mandatory provision requiring the manager to be physically located in the assigned region and the fact that the correct location was present elsewhere in the proposal and repeatedly referred to the position as being located in Vancouver, as well as the indication of Ms. Rogers’ location as demonstrated by the two organization charts, Envoy’s intention was clearly to have Ms. Rogers located in the Western region.

[969]In any event, it is also clear that Mr. Goodfellow did not apply the proper test in applying the clarification principles of the RFP which are described as follows:

4.0EVALUATION PROCEDURES

The evaluation team reserves the right but is not obliged to perform any of the following:

2013 ONSC 2034 (*)

Page: 178

a)seek clarification or verify any or all information provided by the Bidder with respect to this RFP;

[970]The Evaluation Directive prepared by Mr. Goodfellow contains a similar instructions for the evaluation committee.

[971]In responding to Envoy, Mr. Goodfellow described the test and he was applying to determine whether to seek clarification from a bidder as follows:

Response 6: The onus is on the Bidder to address the criteria stated in the RFP in a clear and concise manner. The evaluation team cannot infer or make assumptions in order to remedy inconsistencies or errors in bidders’ proposals. In any event, there is no basis for Envoy’s suggestion that the inconsistent information constitutes “obvious typographical error”.

[Emphasis added.]

[972]Mr. Goodfellow misdirected himself in setting as the threshold, the requirement that a bidder address the criteria in a “clear and concise manner”. It is obvious that paragraph 4.0 anticipates situations where the response is not clear and concise, otherwise there would be no necessity for clarification.

[973]The Oxford dictionary defines clarification to mean the action of making a statement or situation less confused and more comprehensible. Thus, imposing the requirement that Envoy’s tender had to be clear and concise, frustrated the purpose of paragraph 4 of the RFP. It is a provision intended to uphold the integrity of the procurement process by ensuring fair treatment of bidders.

[974]The import of the provision must be to allow tendering parties to clarify a non-material provision, by which it is meant a provision where there is not a substantial risk of mischief to the bidding process and the error was not substantially likely to be significant in the deliberations of the owner. I would add to that that, if the situation was such that there were reasonable indications of the intention of the bidder, a reasonable Contracting Authority would fulfill the requirements of the paragraph and seek clarification of the tender proposal.

[975]That clarification would have resulted in clearing up the ambiguity resulting in her being located in Vancouver, such that no points would have been deducted from Envoy’s RCMP proposal under the Staffing Section.

[976]The position taken by the evaluation committee in 2004, can also be compared with its actions in refusing to seek clarification of the meaning of a Scottish Leaving Certificate to describe the equivalent of a secondary school diploma. This arose in the interpretation of another provision on which Envoy lost points in item 2.2.3.6, Senior Service Delivery Staff, in relation to the education of the Regional Manager in the Atlantic region for the CF, GOC & RCMP proposals.

2013 ONSC 2034 (*)

Page: 179

[977]The scores and comments provided for all three of Envoy’s bids for this criteria resulted in it being docked 3 points on each proposal because the Regional Manager proposed possessed a Scottish Leaving Certificate. The technical evaluators seemingly concluded, incorrectly, that a Scottish Leaving Certificate did not indicate completion of secondary education. In any event, the point is that the evaluators also did not seek clarification from the bidder on this issue. The additional points would not affect the outcome and therefore I only discuss this in the context of the deduction of 24 points for misplacing Ms. Rogers’s location.

[978]The failure to seek clarification on educational requirements in 2004 compares very unfavourably with the conduct of the evaluation committee during the 2002 RFP where a similar question came up about the educational qualifications of two persons proposed by Prudential, also Regional Managers.

[979]In an e-mail from Mr. Singh to Mr. Pyett and Ms. Douglas, a request is made that the bidder should be asked to confirm the education of the two individuals in question.

In reviewing the documents submitted by this bidder we have a situation where they have indicated that they have dedicated personnel as Regional Managers. However, two of those individuals seem to have the identical

education: [Names of two individuals] Please ask the bidder to confirm the education of these two individuals.

[980]The evaluation team’s approach in 2002 is more consistent with the clarification paragraph, the purpose of which is to ensure that the integrity of the procurement process is upheld by fair treatment of bidders not to be disqualified on non-material points were clarification is obvious and does not undermine the bidding process.

[981]For what it is worth it, I note that the Shorter Oxford Dictionary includes in its definitions relating to the word “leaving” the following: “attribute, especially in the sense of leaving school or college, as in leaving certificate, examination, leaving scholarship” (emphasis added).

[982]I am satisfied that the treatment of Envoy’s proposals on these issues of minor ambiguities in their proposal further substantiates my conclusion that the 2004 procurement process was being conducted in a fashion intended to disadvantage Envoy and assist RLRS be the successful tendering party.

Envoy’s Training Program

[983]In a fashion similar to its detailed workload analysis, Envoy dissected the IRPs and separated out the issues that staff would be required to review with transferees based upon their individual relocation scenarios. Envoy testified that it had designed its web-based Matrix computer program, with its use of step-by-step processing of relocation files and structured interactive forms, to guide counsellors and other staff through the steps of the relocation process. By placing the counsellors within this operating framework, consistency and completeness of

2013 ONSC 2034 (*)

Page: 180

services was ensured to meet the needs of the transferees in accordance with the statement of work requirements and governing IRP policies which were designed into the program.

[984]I conclude that to understand the essence of Envoy’s bid and its training program, one has to understand the integration of counsellors with the Matrix system and its interactive forms and worksheets. It is visually depicted on the video mock-up of the process that was included on a DVD with its tenders. It describes the systematic step-by-step approach employing interactive forms to guide counsellors through the relocation steps.

[985]Envoy designed a number of corporate and position training programs for all staff, which were assigned to new employees as required instruction courses before being able to take up their positions.

[986]The table describes instruction modules and Envoy’s various positions. It indicates what courses were required to be successfully completed before being allowed to work on the files. It is worth noting that besides the training manager, all senior management had to have a comprehensive knowledge of the entire training program. This is consistent with Envoy’s approach requiring its management to have a hands-on capability to work with non-management staff when workload increased, such as during the APS.

2013 ONSC 2034 (*)

Page: 181

[987]Envoy described the integration of policy features into the computer system, and its training structure, which may be seen from some of the excerpts below taken from its tender proposal on training

The Envoy Training program for the CFIRP is comprehensive, with training modules that address specific components of the policy.

The foundation classroom modules are brought to life with computer workshops that have the trainees working in Envoy’s Matrix training environment to administer mock files. The trainee becomes more familiar with the IRP structure, features and benefits through hands-on application with tools such as the interactive Funding Worksheet.

Envoy has developed a productive training methodology, which is very effective in building policy knowledge. This is accomplished through the use of mock scenarios and interactive system input. The mock scenario allows for hands-on use and data entry to the Envoy Matrix training environment through simulated timelines and various relocating family scenarios.

Envoy’s computer system is web based in design and the IRP service delivery functions are actually administered interactively with the system. The classroom training will include introductory modules relating to Envoy orientation, computer database equipment/technology orientation, relocation process and procedures, as well as CFIRP specific modules in computer-based workshops. Role playing for customer service skill building is employed for all counselling team personnel.

[988]Envoy indicated in its tender that its employees were required to succeed on each module before progressing to the next. In addition, they would not be able to take up their positions unless they were successful on the final quality standards tests administered at course completion.

Envoy’s technology system, Matrix identifies the CFIRP specific Quality Assurance standards that must be met or exceeded by Envoy employees during the course of service delivery.

Employee Training is evaluated after completion of each module. The test results for each employee is reviewed and recorded in their HR file. A minimum individual score of 80% for each module will ensure that the employee is prepared at the outset to provide quality relocation services that meet CF SOW requirements.

Progression to the next training module is permitted only upon achievement of the 80% standard. If an employee does not meet the minimum acceptable standard, remedial training and testing will be done until the employee complies with the standard. Failure to complete the course(s) successfully may result in further action including dismissal.

2013 ONSC 2034 (*)

Page: 182

The final module that confirms a solid understanding of the CFIRP and ensures that Envoy employees are fully qualified to deliver the services identified in the SOW is the CFIRP Quality Standards for Service Delivery segment.

[989]The focus of the evaluation committee, in terms of its criticisms, was on the training schedule tables that accompanied Envoy’s tender, one of which is set out below.

2013 ONSC 2034 (*)

The Evaluation of Envoy’s Initial Staff Training Proposal

[990] The training evaluation criterion, described in all three RFPs, was as follows: “ensure that the employees are fully qualified to deliver the services identified in the Statement of Work as of 1 December, 2004.” It provides no guidelines and therefore is entirely subjective in nature.

[991]The consensus evaluations of Envoy’s three proposals for training were “meets most”. The comments accompanying three consensus evaluations were basically the same, indicating that there was insufficient time to properly train the personnel: (CF: insufficient time to train pers. for qualifications; GOC: insufficient time to deliver initial training; RCMP: insufficient

time to qualify personnel). Again, these are entirely subjective with no timeframes or guidelines to assist.

Page: 183

[992]In his letter of November 30, 2004, Mr. Goodfellow stated that, “[t]he evaluation team consensus was that the timelines proposed by Envoy to ensure that employees would be fully qualified to deliver the services identified in the SOW as of 1 Dec 2004 were insufficient ”.

[993]In his testimony, he explained his comment as follows:

Q.And are you aware of how much time was allocated – or the time – or what timeline was proposed?

A.Yes, I – I know exactly what this comment was related to.

Q.All right. Can you please explain?

A.In Envoy’s proposal it had stated three hours training with respect to its managers and two hours training with respect to its operational staff for training on the integrated relocation program policy so the evaluation team with – with the fact that the policy is very complex felt that that was insufficient time to ensure that its staff would be fully trained to deliver the services.

Q.And so do I understand from your answer that the reason for the loss of points

had to do with the number of hours allocated?

A.The number of hours allocated to train its personnel on the policy.

[Emphasis added.]

[994]Upon further questioning, he pointed out that:

Q.And now what I’m saying is – asking Mr. Goodfellow – if you look at items two, three, four, six, seven, eight nine, ten, and 11?

A.So these are various elements of the, you know, the statement of work and the - the CFIRP policy.

Q.Right. And, and I believe if you add those up, they come to 19 hours of training time if you add up the total hours in the middle column?

A.But my understanding of the - the comment from the technical evaluation team was specifically with respect....

THE COURT: So do we agree they add up to 19 hours?

Well, that’s a given, isn’t it?

A. Okay. Sorry, sir. Yes.

MR. LUNAU: Q. Okay. So there’s 19 hours of CFIRP- related management training set out in this training plan?

A.Okay.

Q.You’d agree with that?

A.I do.

2013 ONSC 2034 (*)

Page: 184

Q. Okay. But you’re saying – or, you’re saying the evaluators said because item two was not only three hours, Envoy should have – should lose points?

A. That’s my understanding.

[995]These views were reflected in the evaluations of Lt. Col. Gagnon and MWO Danford. Lt. Col. Gagnon emphasized that the training on the CFIRP policy was mostly confined to items 1 to 4 on the training schedule shown above.

A.The items 1 to 4 in the – this – the bottom portion of the table are the only items that pertain directly to the policy itself. …. …you’ll that there have been, in total, for those three items, seven hours of time allocated?

[996]Lt. Col. Gagnon also was asked questions in chief about the remaining items on the list.

Q.Now so, we’ve looked at numbers 2, 3 and 4 under the CFIRP training schedule. You haven’t spoken about any of the remaining items. Did any of the remaining items, in your view, relate to the IRP policy?

A.We – the – the ones that would be somewhat indirectly related to the policy? Maybe the forms, as the form would obviously reflect some of the items of the policy as to the funding. For example, of the – I would have – I would suspect that the form would – would link to what the member is entitled to, but that does not give you the depth of the policy of why they’re entitled to it in their circumstances

– why they’re not entitled to it. And then that – so, same form is as an interactive computer workshop is not going to train the person as to – in our estimation, anyways, it did not give the proper background. And the other items are not CF policy-related.

[Emphasis added.]

[997]She also cited her own experience at DCBA indicating how it took up to six months to become proficient in the policy: “[t]he staff at DCBA takes up to six months to become proficient in the policy itself. And it’s a very complicated policy.”

[998]Lt. Col. Gagnon specifically emphasized that there was no issue with the total amount of time available; of course content was the problem:

Q.…Now, would your score have been different if the implementation – or, the commencement of services under the contract was changed from December 1, 2004 to April 1, 2005?

A.No, it wouldn’t, because our comment – my comment is – reflects the content of the training rather than the effective date – or, the time that the – the bidder has to actually perform the transaction.

[999]Ms. Bartell’s criticisms were not specifically tied to insufficient time devoted to learning the policy. Her issue was with the insufficiency of total time devoted to instruct the employees.

2013 ONSC 2034 (*)

Page: 185

[1000] She initially offered several reasons on her evaluation.

GOC: “Ambitious to complete both corporate and technical training in two weeks, including database and system usage”

RCMP: “No linkage to CERC, even though it is a requirement for regional managers to be certified within one year. Two weeks to train on everything, including IRP technical processes, systems. Doesn’t convince me this is enough to be fully qualified”

CF: “Training is compressed in two weeks for front-line service staff. Especially given remoteness of many people physically, this is minimal”.

[1001] In her testimony, she elaborated as follows:

1.Ms. Bartell had many years of experience in terms of hiring people, in terms of training people and bringing them up to speed to be able to administer complex contracts.

2.The total training of 12.5 days and 47 hours during November 8t h to November 24th was a very short time to be training new employees. It allots only an hour or two to each section; because a lot of the training was about the Envoy, and the systems and that kind of thing, as opposed to training about how to go about doing the counselling for a very complex workload with a lot of different aspects to it.

3.Envoy’s training did not extend fully until the commencement date of the contract on December 1st, so if the firm would have thought that more training is required, they would have had time to do more training. The training within that period of time was not full-time, so they could have allocated more time to training

4.The remoteness of many people such that they did not have the benefit of having a supervisor present on an ongoing basis to be able to step in for these new people.

5.Ms. Bartell had relocated under the government relocation package two times and therefore knew, the amount of time that she spent with the counsellors was significantly more than allotted, when her moves were not overly complex.

6.The Statement of Work requires that the regional managers be CERC-certified either at the beginning or within one year. Because there was no reference to CERC certification, she docked Envoy a point.

[Emphasis added.]

Analysis

2013 ONSC 2034 (*)

Page: 186

[1002] Two members of the evaluation team, Ms. Manion-Lewis and Mr. Campbell, rated Envoy’s proposals as “meets”. Accordingly, there was in fact no consensus on the reason that training was insufficient.

[1003] Two members indicated the initial training proposal was fine. Two other members indicated the training on the CFIRP policy was insufficient, but had no difficulty with the total amount of time allotted to training. One member marked Envoy down because the total time of the course was insufficient.

Ms. Bartell

[1004] As a starting point, one must question how much weight is to be attributed to the opinion of Ms. Bartell, when the other four members of the evaluation team were in disagreement with the reason she offered for the deduction in points.

[1005] There is good reason why the other four members of the evaluation team did not criticize Envoy for the lack of total time committed to training in light of the limited time available between contract award and start-up with other safeguards in place. Imposing additional training time would likely render the evaluation criterion unfair, when the tendering party has spelled out in detail the system for training and testing, with remedial follow-up in the remaining week before start-up, if necessary.

[1006] This was certainly Mr. Atyeo’s opinion.

We – we’re supposed to be up and running by December the 1st, that means we have to hire 200 people, set up six offices, put our system up, get our communications in place, forms have to be printed and distributed, we have to have our – our employee handbook already to go by December the 1st. Now, they deemed that we did not have enough time to train the employees that we would hire under our staffing plan. The time that was available was a time that was determined by them. And that’s the timeframe that we built our training plan around. The other half of the requirement deal – talks to the quality of training, not the quantity of training. And there was – we did not lose any points about the quality of our training program. So really, we – we are being penalized by an inadequate amount of time that was the product of their own doing.

And there – and so my point is that we were questioning how – how that could be, and we assumed since Royal Lepage had the same amount of time, give or take a couple of weeks, that they too would be deemed to not have enough time to implement their training program, except they had the advantage of being the incumbent, which brings into question the whole issue of fair and equitable treatment.

[1007] This point was summarized by the plaintiffs in their written submissions at para. 878 as follows:

The RFP included a requirement for the bidder to provide a detailed training plan which ensured that the employees are fully qualified to deliver the services identified in the

2013 ONSC 2034 (*)

Page: 187

SOW as of 01 December 2004. Mr. Atyeo explained in his testimony that a non- incumbent bidder would, logically, require far more training than the incumbent.

[1008] In addition, I do not find Ms. Bartell’s conclusions or testimony reliable for a number of reasons:

1.I am concerned by what I would describe her “over-reaching” in finding criticisms of Envoy’s training proposal. For example, I fail to understand why Ms. Bartell would have docked Envoy points because it did not mention training to ensure that all employees were CERC certified within one year of the contract commencement. The relevant evaluation criterion only required initial training and qualification of employees for contract start-up date of December 1, 2004.

Similarly, Ms. Bartell’s criticism about the remoteness of many of the persons to be trained is clearly an irrelevant factor to the issue of sufficiency of initial training of staff which was to take place at the training facilities to be set up by Envoy.

2.I also find no foundation for Ms. Bartell’s conclusion that “[e]nvoy’s training did not extend fully until the commencement date of the contract on December 1st, so if the firm would have thought that more training is required, they would have had time to do more training. ”

Envoy’s tender stressed that quality assurance would be guaranteed by testing and remedial instruction if it were to be found wanting.

Progression to the next training module is permitted only upon achievement of the 80% standard. If an employee does not meet the minimum acceptable standard, remedial training and testing will be done until the employee complies with the standard.

Clearly, Envoy was on the same wavelength as Ms. Bartell. By leaving an extra week prior to contract commencement to conduct remedial instruction, quality commitments would be assured by additional training where necessary. Surely one cannot require more time, if valid testing takes place that indicates appropriate quality standards are in place to assume the position.

It might be noted, that the tender also foresaw Envoy hiring many of the counselors from RLRS had it been successful on the RFP. This had happened in the past when RLRS bought out HFS, as described by Mr. Atyeo. Circumstances of the incumbent losing the tender to Envoy obviously point to a wholesale shift of its counselors, given their redundancy at RLRS and the need for their services at Envoy.

3.As noted above, Ms. Bartell criticized Envoy’s training proposal in her testimony “because a lot of the training was about the Envoy, and the systems and

2013 ONSC 2034 (*)

Page: 188

that kind of thing, as opposed to training about how to go about doing the counselling for a very complex workload with a lot of different aspects to it”.

This criticism had not being raised prior to her testifying and is not consistent with the alleged shortcomings on her evaluation. It is also clearly unsupported by the other four evaluators. Moreover, it is inconsistent with her comment on her RCMP evaluation where she indicated “[a]mbitious to complete both corporate and technical training in two weeks, including database and system usage.” She now appears to be saying that there is too much training on systems and not enough on how to do the counseling.

In addition, I conclude that Ms. Bartell has not understood Envoy’s approach and how it proposed to deliver the services. Envoy emphasized that its proposal was unique by the degree that it proposed a systems approach to integrate the IRP policy and transferee requirements with critical path and checklist guidance procedures to be carried out under the overall direction of its matrix computer program. As was explained in testimony and evidence from the DVD which was included with the tender proposal, in training staff on the system procedures, Envoy was simultaneously the training them on the policy requirements and specific information to obtain and provide in counseling sessions.

4.I also do not find Ms. Bartell as bringing to the evaluation process the experience and knowledge background which suggests the court should extend much deference to her opinions.

Ms. Bartell was the least experienced of any of the evaluators in relocation. She came to the evaluation completely cold, without any direction or any opportunity to review background documents such as the RFP or IRP policies. Yet, in an entirely subjective analysis based on her own personal experience in other fields with no indication that they involved contractor supplied services, she reviewed these materials and found Envoy wanting.

Moreover, she was the strictest evaluator of Envoy’s proposal in other instances. For example, on staffing she was the only evaluator to initially mark Envoy as unsatisfactory on all three proposals.

She attempted to “bootstrap” her own credentials with reference to the two relocations that she had undergone, which apparently had been time-consuming, although described by her as not overly complex. Besides underscoring the subjective and indeed personal nature of her evaluations, how much time she spent on relocation counseling is methodologically incorrect. Nor am I able to see the relevance of her personal experience without somehow demonstrating the correlation between time spent on counseling and the time required to train counselors under Envoy’s system.

2013 ONSC 2034 (*)

Page: 189

5.Despite Ms. Bartell’s extensive experience in hiring people in terms of human resources training and bringing them up to speed to be able to administer complex contracts, it is far from clear that this experience is sufficiently transferable to be able to judge a comprehensive and detailed training plan put in place by a team of highly experienced relocation experts. As Mr. Atyeo indicated:

We had different approach, different organizational structure, different systems, we have a different work environment, a different attitude towards customer service and – so everybody would have had to go through the same training program.

Her lack of experience to subjectively opine that the total time of training was insufficient, contrary to the views of her fellow evaluators, is effectively demonstrated in cross-examination.

Ms. Pearce: Yes, And you gave some testimony about your experience in hiring and training your own employees....

A. Yes.

Q. ...and their training to administer complex contracts?

A.Yes.

Q.Again, that’s nothing to do with relocation?

A.Correct.

Q.Were you, in fact, trained on any of the policies before you did the evaluation?

A.No.

Q.And in terms of how much time was required for training, there’s nothing in the RFP that sets it out?

A.Correct.

Q.That’s a subjective analysis?

A.Well, again it’s an analysis based on – on experience, and based on – on knowledge and expertise.

Q.You had never trained anybody on the CFIRB policy?

A.That’s correct.

Q.You’d never been trained on the CFIRB policy?

A.Correct. However, I’ve trained people to do the administrative, the type

of administrative functions that are – that are included and listed in the – in the proposal by – by the bidder.

2013 ONSC 2034 (*)

Page: 190

Q.All right. Well, let’s turn to page 12. This is the CF’s start-up training schedules for management....

A.Yes.

Q. ...and you’ll see that their training method’s listed with the number of hours for each one?

A.Yes.

Q.You’ve never trained anybody on CF orientation or overview?

A.No.

Q.On the IRP policy?

A.No.

Q.CF Addendums?

A.No.

Q.Clarification Bulletins?

A.For the relocation policy, no.

Q.Start-up and transition plan?

A.No.

Q. So you haven’t trained people on the kinds of things that are in this bid

-IRP Funding envelopes, Scenario Building [Interactive Computer Workshop, 4 Hours]

A. I have never trained anyone on filling in IRP forms. However, I have trained lots of people in understanding forms and filling in forms.

Q. In an entirely different area?

A. Yes.

[Emphasis added.]

Lt. Col. Gagnon and MWO Danford

[1009] Lt. Col. Gagnon and MWO Danford marked Envoy down because it had not allocated sufficient time to training on the IRP policy. Conversely Ms. Bartell’s issue was not with the time for training on the policy, rather that she opined that more total time was required to train the PRCs and ARCs.

[1010] I have similar concerns about the qualifications of Lt. Col. Gagnon to draw these conclusions. Like Ms. Bartell, she came to the evaluation process without any meaningful knowledge of the IRP policies herself or experience in relocation. She had not set foot inside the DCBA and not even spoken with Lt. Col. Taillefer, whom she was to replace.

2013 ONSC 2034 (*)

Page: 191

[1011] She too attempted to rationalize her conclusions by remarking that it took 6 months for her staff to familiarize themselves with the CFIRP policy, which is an assessment she could not have made at the time she evaluated Envoy’s training proposal. Moreover, DCBA’s tasks were to adjudicate challenges of transferees concerning matters such as benefits or other items under the CF IRP. Despite RLRS’ taking on these duties, as shall be addressed in the Damages Chapter, they do not constitute part of the requirements of the RFP.

[1012] Again, it seems that the defendant chose not to put the most knowledgeable witnesses in the box. MWO Danford had considerable experience working with Major Kelleher on relocation issues. She did not meet the criterion of not having dealt extensively with RLRS, but nevertheless could have brought some actual experience to the stand had she been the testifying on this issue.

[1013] In addition, given the very specific and focused nature of the criticism requiring extensive experience with the CFIRP policy which Lt. Col Gagnon lacked, in addition to the coincidental similarity of the rationale given by both CF representatives, it is not mere speculation to consider that Lt. Col. Gagnon took her lead from MWO Danford. This, of course, contravenes the requirement to have evaluators arrive at their conclusions independently of others.

[1014] I also share the same concern that the CF evaluators did not fully understand the Envoy training proposal, in particular that instruction on the IRP policies being integrated with the training on the processes. This appears from Lt. Col. Gagnon’s testimony where she queries herself whether there was more than three hours training on the IRP in the training steps involving processing transferees. This would occur while employing Envoy’s systematic approach that integrated IRP policy requirements into procedures designed to meet transferee’s needs, as follows.

[1015] Similarly, Mr. Goodfellow acknowledges that the actual training time on processes related to IRP policies made up 9 hours, not 3 as found by the CF evaluators.

[1016] Finally, I cannot ignore the air of reality that attaches to Envoy’s assumption that it would be absorbing RLRS’ counselling staff in the eventuality that it won these bids. They would transfer in fully cognizant of the IRP policies, with their main training task that of learning Envoy’s new systems. This, in conjunction with the testing in place to ensure employees met the standards required, with a back-up week available before contract start-up, convinces me that these evaluators did not comprehend that more than three hours would be available to train on IRP policies if needed, even were I to conclude that that was all the time allotted to this subject by Envoy’s training proposal.

Conclusion on Technical Evaluation

[1017] In assessing the technical evaluation process as a whole, and putting aside all of the legal disabilities that I attach to the process, I cannot help but conclude that this is a totally inappropriate fashion to both prepare the RFP and evaluate it.

2013 ONSC 2034 (*)

Page: 192

[1018] In matters of such significance to the Federal public service and monetary value to taxpayers, I find that everyone involved in this process, apart perhaps from Mr. Singh and MWO Danford, were out of their depth. For a contract approaching half $1 billion in counselling and third-party services, it would appear that PWGSC should rethink from beginning to end how to conduct these processes, including a complete change in attitude on its oversight procedures.

[1019] This is not simply a gratuitous criticism unrelated to the issues in this lawsuit. It reflects the fundamental requirements of fairness to the tendering parties that people that know something about the subject matter prepare and evaluate tenders. I can take no value from any of the decisions of the evaluation team in the areas examined where Envoy lost points.

Financial Evaluation

Mr. Goodfellow Finds No Significance that Only RLRS Bid Zero Percent for PMS and Finds that the $ 48 Million Differential Would Provide Excellent Value to the Crown

[1020] Mr. Goodfellow acknowledged that no other bidders provided a ceiling rate of zero for PMS.

[1021] He testified that when he extracted the PMS bid from Envoy’s proposal it added up to approximately $48,000,000. He agreed that Envoy had underbid RLRS on the total contract price by $8,600,000 over seven years, but that this did not include the additional $48 million price differential that RLRS enjoyed over Envoy by its property management commission being zero percent in comparison with that of Envoy’s.

[1022] He concluded that there was an apparent difference in approach between RLRS and all the other bidders. This did not raise any questions in his mind as to why RLRS’ proposal seemed to be at variance with the other proposals in terms of how property management services were treated, or whether all the bidders were interpreting the RFP the same way.

[1023] He did not think that it was unusual, but recalled thinking at the time that its bid would provide excellent value to the Crown. This was based upon his expectation that neither the government nor transferees would be paying for PMS under the contract with RLRS as RLRS would be absorbing those costs.

[1024] I find it difficult to accept that Mr. Goodfellow would not have found it startling to say the least, that RLRS had tendered a zero percent ceiling price for PMS giving it a $48 million advantage on the total price over its competitor for the CF contract on what was a flow-through cost. Clearly, the conclusion had to be that someone was misinterpreting the contract to have such a completely different and significant outcome.

[1025] I also find it difficult to accept that Mr. Goodfellow did not know that any bid by any tendering party with respect to property management services would not provide “value” to the Crown. As described above, the Crown had already paid its contribution into the personalized funding envelope and therefore it obtained no value from the zero percent bid. This response

2013 ONSC 2034 (*)

Page: 193

sounds very similar to that of Mr. Singh who justified not charging transferees on the basis that the bid was made at no charge to the Crown.

[1026] I also have difficulty accepting his testimony, because he later testified that he concluded after the fact that RLRS must not have understood what the Crown was looking for from what RLRS’ witnesses had indicated at trial.

Q. So, Mr. Goodfellow, we were talking about the property management volumes. And at the break I said that what I was going to do was to find a passage in your discovery where you said that Royal LePage didn’t understand what you were asking for in the RFP. Is that still your view?

A. It’s my view that they didn’t understand at the time, based on the evidence I’ve heard from Royal LePage. So - so yes, sir, that’s still my - my view.

[Emphasis added.]

[1027] It turns out therefore that the Crown awarded the contract in 2002 and 2004 to a bidder that did not understand what the Crown was asking for. It appears that Mr. Singh, the person who was most knowledgeable about the contract also misinterpreted the contract.

[1028] Mr. Goodfellow’s testimony is such that his interpretation of the contract was in accord with that of Mr. Lockington in that transferees could not be charged for PMS. Therefore, when he testified that RLRS did not understand what PWGSC was looking for, he was referring to Mr. Belair’s testimony, along with that of Mr. Singh, both of whom interpreted the contract in the same manner, namely that RLRS could charge transferees despite bidding zero for the services.

Mr. Goodfellow is Aware that RLRS has Stated in its Technical Bid that it Would be Charging for PMS

[1029] Mr. Goodfellow testified that during the evaluation process he had observed commitment forms in the relocation package that was part of RLRS’ 2004 proposal indicating that transferees would be charged nine percent of their gross monthly rent. He indicated that this didn’t strike him as unusual despite the zero percent bid for PMS because it was a sample and not part of the financial evaluation. He did not view it as a discrepancy therefore because it was a sample form.

September 28, 2004, Mr. Goodfellow Requests and Receives the 2002 PMS Commitment Forms from Mr. Singh

[1030] Mr. Goodfellow testified that he had never seen the 2002 relocation packages and that he did not know what fee would have been charged in those documents for property management services.

MR. LUNAU: Q. Have you seen the 2002 relocation packages?

A. No, I have not.

2013 ONSC 2034 (*)

Page: 194

Q. So you don’t know what fee would’ve been in those packages for property management services?

A. No, I don’t.

[1031] Similarly, on three occasions he testified that he was not aware RLRS was charging for PMS before the OAG audit. He testified that he considered it improper once it was brought to his attention, but that he was not certain whether PMS was charged during his tenure as contracting authority.

Q. Sir, were they charged property management fees under the ‘04 contract?

A. That money was - I - I don’t know the answer to that. I know they - they were - there were charges dating back to the pilot program in - under the ‘02 contract, but DND did their investigation and that money was recovered. I don’t know if there were property management charges under the ‘04 contract.

[1032] The production of RLRS’ 2002 and 2004 commitment forms, pursuant to my order late in the trial, confirm once again that Mr. Goodfellow is not credible on another important, indeed critical, issue. He was provided with the commitment forms clearly evidencing that RLRS was charging transferees for PMS during both the 2002 and 2004 contracts, the latter for which he was Contracting Authority.

[1033] He was not recalled to explain the inconsistencies in his testimony. I conclude therefore that he knew of the PMS charges, including under his own contract, and was not truthful when he said otherwise to the Court.

[1034] The issue for consideration therefore is whether I am able to conclude, by inference, that in addition to being aware that RLRS was charging for PMS during the 2002 contract, Mr. Goodfellow was aware that RLRS was breaching the 2002 contract?

[1035] This would support the conclusion that in addition to Mr. Singh, Mr. Goodfellow intentionally ignored RLRS’ breaches of the 2002 contract prior to the award of the 2004 contract a month or so later.

[1036] Because Mr. Goodfellow also received copies of the 2004 commitment forms in January 2005, I have no difficulty concluding that he was aware after the award of the 2004 contract that RLRS was breaching the contract and took no steps to prevent this from continuing. However the defendant argues that this evidence, being a breach of Contract B, would have no impact whether Contract A should have been awarded to RLRS. The defendant misstates the issue, but I will go forward to consider the issue from its perspective.

[1037] For me to conclude that Mr. Goodfellow knew prior to the award of the 2004 contract that RLRS had breached similar terms in the 2002 contract, requires me to presume that he made inquiries in September 2004 of someone like Mr. Singh and learned that RLRS had made a similar bid 0 percent on PMS in 2002.

2013 ONSC 2034 (*)

Page: 195

[1038] There is persuasive circumstantial evidence to support a conclusion that he made such inquiries.

He misled the court on the significant issue of not knowing of the 2002 PMS charges, suggesting some purpose in misstating this evidence.

He also misled the court on more damning evidence that he was not aware until the OAG audit that RLRS was charging for PMS. Charging for PMS constituted a breach of the 2004 contracts. He therefore subsequently joined Mr. Singh in misleading the OAG.

He was aware that, on almost identical financial evaluation criteria for the

same requirements in 2002, RLRS had bid zero percent in 2004. This logically should have brought to mind whether this was a repeat of 2002.

The RLRS 0% bid was extraordinary; it provided RLRS with a $48 million advantage on the CF contract that could not be rationalized, apart from RLRS using actual PMS volumes, and certainly not found to provide good “value” to the Crown. The PMS volumes were controversial. Answers to bidders’ questions acknowledged they were inaccurate. I find Mr. Goodfellow not credible on his downplaying an obvious outlier bid price as something he took little notice of.

He had noticed that the “sample” commitment forms in the technical 2004 proposal indicated transferees would be charged for PMS. Thereafter, he saw that RLRS had bid zero for the services. Even if he passed off the

inconsistencies in these documents, upon receipt of a similar commitment form from 2002, he would have further concern that it might be a repeat;

The 2004 “sample” commitment form contained in the RLRS technical bid had a ceiling charge 9% for PMS, in comparison with 8% in the 2002 forms he received from Mr. Singh. This would mean that RLRS could not have simply used the 2002 forms in the 2004 bid. It had to come up with a new percentage, and if so, why choose 9%, not 0% or leave?

There is no reasonable explanation why Mr. Goodfellow requested the commitment forms. It is not apparent what logical connection there is between charges for services described in six Third Party Supplier commitment forms he received and whether RLRS was improperly referring real estate business to its associate company. This explanation for sending Mr. Goodfellow the forms was offered by Mr. Singh. I am not satisfied that Mr. Singh was a credible witness. In any case, it was up to Mr. Goodfellow to explain how he came to receive these forms and the various other inconsistencies in his testimony.

2013 ONSC 2034 (*)

 

Page: 196

 

[1039] The combination of

these circumstances, in the

absence of an explanation from

Mr. Goodfellow, leads me to

conclude on the balance of

probabilities that Mr. Goodfellow

would have made inquiries about RLRS’ 2002 PMS bid, as to do otherwise would suggest his intentionally not wishing to know more, or a degree of incompetence that does not accurately describe Mr. Goodfellow.

[1040] Accordingly, I conclude that Mr. Goodfellow were aware that RLRS was breaching the 2002 contract prior to the award of the 2004 contract.

November 2, 2004 - Both Contracts are Awarded to RLRS

[1041] The CF and GOC/RCMP contracts were awarded to RLRS on November 2, 2004.

[1042] Even such a simple task as a contract award could not avoid controversy. Envoy only learned about the award when it received a phone call from news media seeking its reaction. When PWGSC finally got around to advising Envoy the following day, it then indicated that Envoy had scored 919 points out of 1000. This was an error. Envoy’s technical score was 942 points when properly added up.

[1043] The letter to Envoy also indicated that the enclosed technical evaluation report would serve as the debriefing. This was obviously not satisfactory. After complaints from Envoy, PWGSC backed down and an oral debriefing was eventually scheduled. It served no useful purpose given the refusal of any of the evaluators to attend, although requested to do so by Mr. Goodfellow.

[1044] The comparative scores of Envoy and RLRS for both contracts are as follows:

POST-TENDER AWARD EVENTS

November 30, 2004, Mr. Goodfellow Reveals that High Start-up Costs “Mostly” Explain the Increased Emphasis on Technical Merit

2013 ONSC 2034 (*)

Page: 197

[1045] Mr. Atyeo wrote Mr. Goodfellow on November 11, 2004. His letter addressed a number of issues, including requesting information on the appearance of bias in awarding the contracts to Royal Lepage referred to earlier. Mr. Atyeo also complained about the bias in favour of the incumbent by the weighting formula.

[1046] Mr. Goodfellow responded to Mr. Atyeo’s letter on November 30, 2004. He denied that the weighting formula was biased. I find that his replies were not relevant or responsive to Mr. Atyeo’s arguments.

[1047] More significantly, Mr. Goodfellow now explained, for the first time, that the weighting formula was modified “mostly” to provide a level playing field to remove the disadvantage to non-incumbent bidders meeting the high start-up costs.

The rationale for not utilizing lowest price or lowest cost per point was mostly due to the fact that PWGSC had received several complaints from industry stating that the incumbent was the only bidder with the infrastructure and systems in place, and the cost of winning these contracts was very high. To address these concerns the evaluation criteria was revised to ensure a level playing field, and the infrastructure and systems were evaluated based on what would be in place upon commencement of services not what was currently in place. PWGSC also did not want to be provide [sic] a financial advantage to any bidder.

[Underline added.]

[1048] I reject as without merit the justification for reduction of the price component in the selection methodology because non-incumbents were allegedly disadvantaged by high start-up costs. I also conclude that this response was intentionally misleading with a view to concealing the real reasons for the change in the selection formula.

Timing and Consistency of Explanations

[1049] Mr. Goodfellow’s suggestion that the alleged Prudential remarks of high start-up costs was a factor in accentuating technical merit is both untimely and inconsistent as an explanation for the change.

[1050] First, the only evidence of any complaint about the high costs of entry is found in comments generated after the LOI was published in December 2003. There is no evidence of any complaint prior to the decision having been made to fix the weighting ratio at 75/ 25, which obviously occurred before its publication in the LOI.

[1051] Secondly, I cannot understand how Mr. Goodfellow could testify that the high entry cost factor was “mostly” responsible for the alteration in the weighting ratio. This rationale was not even mentioned in either Amendment #1 or #2, both of which were intended to explain to industry the reason for the new emphasis on technical merit on the basis of the need for high- quality delivery of the services. After tenders are closed, it becomes the explanation most relied upon.

2013 ONSC 2034 (*)

Page: 198

[1052] I am satisfied that Mr. Goodfellow’s new rationale around high costs of entry was advanced because he realized that the reasoning offered based on the need for quality services would not be accepted as a ground for radically changing the selection formula.

[1053] Moreover, having to resort to an additional factor never previously mentioned, at least confirms my conclusion that quality of services could not justify the radical change to the selection formula found in the 2004 RFP.

The Evidence on High Start-up Costs

[1054] Thirdly, there is no evidence that PWGSC received “several” complaints regarding high startup costs. The only written evidence introduced about industry concerns over the high start- up costs is found in Mr. Goodfellow’s “Summary of Input from Industry”, notes which allegedly describe Prudential’s equivocal statement on barriers to entry.

[1055] Fourthly, I am not inclined to rely on Mr. Goodfellow’s summary because, among other reasons, it misstates Envoy’s complaints about the selection formula. Envoy’s comments in his notes on this issue are limited to the following:

-Emphasize price over technical merit - evaluate lowest cost bidder first, and then evaluate bidder for compliance with technical requirements.

[1056] There is no reference to Envoy’s contention that the 75/25 weighting formula provided an undue and insurmountable advantage to the incumbent.

[1057] In addition, the summary did not refer to Envoy’s fallback position mentioned in its letter that, were the government to insist on maintaining a formula emphasizing technical merit, it should be modified to a 60/40 ratio in favour of technical merit “to provide some buffer for the inherent bias towards the incumbent bidder in the current criteria”.

[1058] Equally missing from Mr. Goodfellow’s summary was Envoy’s reasoning explaining why the weighting formula favoured the incumbent bidder “because of the high points inherently available for existing staff, infrastructure and process”. The factors of existing staff and infrastructure are the same those said to have been raised by Prudential that the defendant alleges it relied upon to downgrade price, (even though it was not aware of these complaints prior to deciding to use a 75/25 selection formula).

[1059] Fifthly, a fair portrayal of Mr. Goodfellow’s summary at the very minimum discloses competing views as to whether non-incumbents were disadvantaged by a price set at 25 per cent in the LOI due to high start-up costs or technical merit set at 75 per cent in the LOI.

[1060] Sixthly, Prudential’s comments are at best equivocal as a basis to emphasize technical merit by diminishing the significance of total price.

-Barriers to entry into the IRP program are formidable, i.e. Start-up costs, infrastructure, and other than the incumbent, there isn’t one relocation company in Canada with IRP experience.

2013 ONSC 2034 (*)

Page: 199

[1061] The fact that the incumbent is the only relocation company in Canada with “IRP experience” is not an issue related to start-up costs. Experience refers to the inherent advantage that the incumbent has on issues of technical merit in support of Envoy’s criticism.

[1062] Moreover, no clarification has been provided on what Prudential Relocation meant when it said that “radical changes were necessary” to the Technical Evaluation, failing which the 2004 process would be even more controversial to that in 2002. Given that the LOI already had technical merit at 75 percent, the radical changes referred to would have nothing to do with the selection formula.

[1063] Seventhly, it is difficult to reconcile Prudential’s alleged concerns over high start-up costs for infrastructure when the evidence shows that as far back as July 2002, Prudential was boasting about its database and file handling capabilities. In an internal email dated July 24, 2002, Mr. Gagné advised other members of the 2002 IWG that Prudential had requested that a meeting be included as part of the RFP process in order to allow it to demonstrate its services and systems. Mr. Gagné stated as follows:

The purpose of the meeting would have been to demonstrate the services and systems that they have available that are as good, if not better than those of RLRS. He stressed Prudential’s on-line data base access capability as being leading edge.

[1064] This evidence is difficult to reconcile with a complaint that high start-up costs from investing in infrastructure is a problem for Prudential when it appears that it already had much of that infrastructure in place in 2002.

[1065] Similarly, it is incomprehensible that high start-up costs would be an issue for a large multinational corporation like Prudential and not the plaintiffs, who would have much more cause in financial terms to be concerned about costs barriers to entry were they truly a factor.

[1066] This is supported by evidence entered during the damages portion of the trial which suggested that the costs of infrastructure would not be significant in a multi-year contract of the value of these IRP contracts. The following table taken from Navigant’s CF profit calculation based on a “5 hour scenario” demonstrates the relatively limited effect of a start-up period expenditure in the contract. The capital expenditure in the start-up of $3,925.506 is almost completely covered by the first year of operations. There are no “high” start-up costs, just normal ones that are part of the costs of doing business and would certainly not give cause for a new tendering party to seek to add to the incumbent’s advantage in technical merit, against its natural advantage on price.

2013 ONSC 2034 (*)

Page: 200

[1067] The experts of both parties generally agreed that Envoy’s start-up costs, most of which would have been represented in the borrowing required for capital expenditure and blended principal and interest payments. Depending upon the cash flow scenarios offered, these would have been paid off within 2 to 3 years of contract start-up.

[1068] Eighthly, Prudential made no complaints about the selection formula in 2002. It participated in the 2002 tender when price and technical merit were valued equally. It opted out of the 2004 procurement process despite technical merit being increased to 75 percent of the total rating. Any recommendations that it was hoping to achieve via its comments obviously did not occur and moreover, its prediction that even more controversy would plague the re-tendering process proved accurate, to say the least.

[1069] Ninthly, the Auditor General criticized PWGSC for not following standard policy in documenting the decision-making process that led to the change in the weighting selection formula. I would think that this criticism is even more significant when one recognizes that the alleged basis “mostly” relied upon to justify emphasizing technical merit involves an alleged dispute between industry members as to the need to raise or lower price versus the technical merit weight in the selection formula. In this regard, it is also recalled that PWGSC decided not to involve an industry expert as fairness monitor to oversee the IWG’s review of industry’s comments on the draft RFP.

[1070] Tenthly, there is no explanation why the document containing Prudential’s comments was not before the court. I cannot understand why the court should be required to rely upon second-best evidence from a witness who has found not to be credible, when there is no explanation for the original document not being introduced into evidence similar to the comments of Envoy and RLRS.

[1071] Finally, and perhaps most convincingly, even at this late stage in the process, PWGSC continues to conceal from Envoy its actual reason for emphasizing technical merit. This reason, responding to RLRS’ complaints about its prices being public knowledge, is only provided when disclosure proves unavoidable because of the OAG investigation.

[1072] I also note that Mr. Goodfellow did not even attempt to reply to Mr. Atyeo’s request for information regarding the defendant’s appearances of conflict of interest regarding RLRS, although glaringly obvious in the circumstances.

2013 ONSC 2034 (*)

Page: 201

[1073] I conclude that the defendant concocted the rationale of high entry costs to justify a biased selection formula. It did so because the real explanations for the selection formula could not be divulged without litigation most likely resulting.

January 20, 2004, Mr. Goodfellow Receives the Commitment Forms for PMS Indicating that Transferees would be Charged for Property Management Services Based on a Ceiling Price of 9 Percent

Mr. Goodfellow’s Lack of Credibility Concerning the 2004 Commitment Forms

[1074] On January 20, 2005, Mr. Bonin of RLRS sent letters to Mr. Goodfellow, Mr. Singh, Inspector Pierre Lavoie (Departmental Authority of the RCMP) and Lieutenant Colonel Lucy Gagnon (Departmental Authority of the CF) enclosing the Third Party Supplier service agreements (also referred to commonly as commitment forms) of the 2004 RFP for governmental approval.

[1075] Prior to the court ordering the production of these documents late in the trial, as described above, Mr. Goodfellow testified on a number of occasions that he was not aware that RLRS was charging transferees for PMS until he learned from the OAG audit process.

[1076] Also as described above, he testified that although he was aware from other sources, he did not have any personal knowledge that transferees were being charged or that the government recovered payments made by transferees in 2004.

Q. Sir, were they charged property management fees under the ‘04 contract?

A. That money was – I - I don’t know the answer to that. I know they - they were

there were charges dating back to the pilot program in – under the ‘02 contract, but DND did their investigation and that money was recovered. I don’t know if there were property management charges under the ‘04 contract.

[Emphasis added.]

[1077] In addition to this testimony he also blamed Mr. Belair for not being advised of this information.

Q. Okay. And from what your previous answer indicated, during your discussions with Mr. Belair after you became contract authority, he must not have told you that transferees were being charged property management fees.

A. No, he did not.

Q. If that was in fact the case, do you think that would’ve been important information for you to have as contracting authority?

A. Yeah

2013 ONSC 2034 (*)

Page: 202

Q. And in fact, sir, wouldn’t that have been very important for you to discharge your obligations of ensuring compliance with the contract terms?

A. Yes

[1078] More importantly he was untruthful in responding to the OAG when asked whether RLRS received payment for property management fees as described in the following exchange:

Q. So, the question you were asked was – there were two aspects to it. The first is, “Has [Royal LePage] received payment for property management fees from either the CF or RCMP/GOC contracts?” I’m suggesting to you that with respect to the first component you didn’t directly answer that question. You didn’t say ‘yes’ or ‘no’?

A. I would agree with you.

Q. Okay. So, what was the answer to that question, ‘yes’ or ‘no’?

A. The - the answer at that time I would not have been able to - to answer that question.

Q. Yeah, because that’s a pretty important question they’re asking, isn’t it?

A. Knowing what I know now, yes. I would say that that was an important question.

Q. And knowing what you know now, the answer to that question should have been ‘yes’?

A.Yes.

Q.And we just saw Mr. Bennett’s memo that said Public Works was responsible for enforcing the terms of the contract, right?

A.Correct.

[Emphasis added.]

[1079] When he says “knowing what I know now”, Mr. Goodfellow is referring to what he alleges he first learned during the OAG audit that transferees were charged for PMS.

[1080] I also conclude that it was likely to Mr. Goodfellow turned a blind eye to Mr. Singh’s untruthful response to the OAG that he was not aware that that RLRS was charging transferees for PMS: “Once and for all TBS was not aware of a 9% charge by RLRS for Property Management”.

[1081] Mr. Goodfellow is shown as being copied on a 4 page document from a Monique Cordukes entitled Re: factual corrections. It contained the email chain correcting information provided to the OAG which included Mr. Singh’s October 12, 2006 memorandum denying knowledge that RLRS was charging for PMS. Mr. Goodfellow was the PWGSC point man for communications with the OAG.

2013 ONSC 2034 (*)

Page: 203

[1082] In the face of inconsistencies in this evidence and Mr. Goodfellow’s failure to re-attend to explain them, I conclude that he was aware, upon receipt of the 2004 commitment forms that RLRS intended to charge for PMS. As a result, I also find Mr. Goodfellow not credible when testifying that he was not aware that RLRS was charging transferees prior to the OAG audit process.

[1083] I also conclude that he was not credible in testifying that it was an important omission of Mr. Belair in failing to advise him that transferees were being charged under the 2002 contract.

[1084] I am further satisfied that upon learning RLRS was improperly charging under the 2004 contract, Mr. Goodfellow would have made inquiries to determine whether this had occurred under the previous contract. This conclusion assumes that Mr. Goodfellow would not have understood this result from receipt of the 2002 commitment forms, although my finding is to the contrary.

[1085] Similarly, I conclude that Mr. Goodfellow was untruthful when testifying that he was not personally aware whether transferees had been charged for PMS under the 2004 contract for the purposes of their subsequent recovery. Submitting commitment forms to him for approval was clearly a statement by RLRS of its intention to charge transferees.

[1086] Mr. Goodfellow also failed to provide a truthful answer, as did Mr. Singh, to the OAG when asked whether PWGSC was aware that RLRS had been paid for PMS based on the fact that he was not aware of RLRS’ breach of contract at the time the question was asked of him.

Mr. Goodfellow Abetting RLRS’ Breach of the 2004 Contract

[1087] The significance of the receipt of the 2004 commitment forms by Mr. Goodfellow should not be underestimated. Its impact extends well beyond mere issues of his credibility.

[1088] Unlike what occurred in the previous September, Mr. Goodfellow did not receive these commitment forms after the fact. He and the other recipients were provided them in their official capacities to pre-approve the forms as a contractual requirement before they could be distributed to transferees involved in the annual 15,000 or so relocations.

[1089] Therefore, not only was Mr. Goodfellow aware that RLRS would subsequently charge transferees starting April 1, 2005, but he and any other persons who were aware of the situation authorized RLRS to breach the 2004 contract. This follows from his acknowledgment that when he first learned from the OAG that RLRS was charging for PMS, he knew that it was breaching the IRP contracts, which part of his testimony I accept.

[1090] How can anyone complain about RLRS’ charging transferees when the Contract Authority, the Project Authority and Departmental Authorities pre-approved its conduct, knowing that it was in breach of the IRP contracts? Mr. Goodfellow’s feigned realization that RLRS was charging transferees, which conduct he approved before it took place, is evidence of the degree of deceit that I find informs the Crown’s case.

2013 ONSC 2034 (*)

Page: 204

[1091] I say the Crown, because I am far from satisfied that these decisions were Mr. Goodfellow’s as opposed to those of his superiors. In this regard, the plaintiffs have asked that the court make an adverse inference against the Crown by the absence of Mr. Rancourt, that if called, his evidence would not have been helpful to the defendant.

Who Else Was Aware RLRS Was Charging Transferees?

[1092] I have no hesitation in finding such an adverse inference against the Crown by his absence. According to Mr. Benoit he had responsibility for the RLRS litigation file and most certainly should have been called in respect of those issues. In addition he was the manager of both Mr. Pyett and Mr. Goodfellow, and as we saw in the November 25-26 2003 email exchange, a conduit for information both up and down the government hierarchy in these files.

[1093] I cannot imagine any reason why Mr. Goodfellow would not have gone to him with respect to the 2004 commitment forms after RLRS had bid 0 percent for PMS. He was aware that RLRS intended to breach the 2004 contracts and there is no plausible explanation why he should make the decision permitting this to happen on his own accounting for the consequences that would follow on being found out that he acted alone.

[1094] I stop at Mr. Rancourt as to whether knowledge of these circumstances involving PMS reached higher up the hierarchical ladder of the bureaucracy. It is sufficient for the purposes of this litigation that I conclude that Mr. Singh and Mr. Goodfellow misconducted themselves in the various fashions described and to accordingly assign blame to the Crown for their misbehaviour. Moreover, the plaintiffs did not ask the Deputy Minister when on the stand whether he was aware that RLRS had bid 0% and charged transferees.

[1095] I leave it to others to determine if, how, when, how and what happened to the information that RLRS was charging transferees for PMS within the governmental hierarchy. I do say however, that it is imperative that a thorough investigation be carried out of this matter. It is particularly important for the purposes of ensuring the integrity of the objectives of the OAG.

[1096] The importance of the OAG in this matter cannot be underestimated. If the whole story had been told, by that I mean advising that RLRS indicated prior to performing its contractual obligations that it would charge transferees and that PWGSC was being sued over cancellation of the 2002 Contract, my sense is that this matter might not have reached the courts, except perhaps on issues of damages.

February 4, 2005, Mr. Goodfellow Advises that Envoy’s Challenges are Untimely

[1097] Envoy was advised at the verbal debriefing to provide further questions in writing. By way of a letter dated the December 20, 2004, Mr. Atyeo responded with extensive submissions which compiled the issues, questions and comments that were discussed in the course of the RFP debriefing correspondence of November 11 and Mr. Goodfellow’s response of November 30, and at the verbal debriefing meeting of December 3, 2004.

2013 ONSC 2034 (*)

Page: 205

[1098] In answer to the submissions, by letter dated February 4, 2005, Mr. Goodfellow referred Mr. Atyeo to his letter of November 30, 2004 but added as follows:

The method of selection was clearly set out in the RFP and any challenges should have been made during the RFP period. Hence, this issue is now untimely, as indicated to Envoy during the debriefing.

[1099] I find Mr. Goodfellow’s response that challenges should have been made during the RFP period and are therefore untimely, exceedingly ingenuous.

[1100] The only ground known to Envoy to support the 75/25 weighting formula during the RFP tendering period was that of delivery of quality services. The ground of high start-up costs that “mostly” rationalized the amended selection formula was disclosed after the contracts were awarded to RLRS. Moreover, the veritable reason supporting the modified selection formula, concerns that RLRS pricing had been disclosed, had yet to be revealed.

[1101] Moreover, Mr. Goodfellow stonewalled Envoy in ignoring every one of its several complaints that technical merit favoured the incumbent, including that contained in Mr. Atyeo’s latest letter that the selection formula provided an unfair advantage to RLRS, with which I agree.

Whether or not the incumbent has an unfair advantage is not a matter of opinion, it is a combination of common sense and mathematics. PWGSC is the only party to this discussion that does not acknowledge that an incumbent contractor, any incumbent contractor, in this situation has a technical merit advantage.

[1102] I find that Mr. Goodfellow never responded in an honest fashion to Envoy’s complaints of unfair bias in the weighting formula. Instead, he concealed and misled the plaintiffs throughout the whole process. On the other hand, this response is evidence that had the Crown been truthful in its answers recourse was available to prevent injustices.

November 2006 - Office of the Auditor General’s Audit of the 2004 RFP Process

[1103] On April 11, 2005 Envoy petitioned the Public Accounts Committee of the House of Comments to request that the Auditor General of Canada conduct an investigation into the retender. A motion was subsequently passed on November 17, 2005 requesting the Auditor General to audit the 2004 RFP process.

[1104] The report was published in November 2006. It brought to light many unknown facts of importance to this case, including that RLRS had bid 0 per cent on PMS in 2002 and 2004 and subsequently charged transferees for these services. It also disclosed that the PMS volumes estimates were exponentially incorrect as well as publishing the Crown’s explanation for amending the selection formula in response to complaints by RLRS that the confidentiality of its pricing had been compromised.

2013 ONSC 2034 (*)

Page: 206

[1105] I am in agreement with most of the OAG’s conclusions on the basis of the evidence tendered in this trial. As is apparent, I have many other issues to consider in this matter apart from those raised in the report of the OAG.

[1106] What follows in the Court’s analysis of circumstances devolving from the OAG audit and report, is limited principally to the issue of the weighting formula. I chose to wait until this point in the chronology because it is only at this time that the parties become fully aware that concerns over disclosure of RLRS’ pricing motivated the amendment to the selection formula. In addition, this issue is related to the impact of the Crown’s conflict of interest concerning RLRS’ litigation which I consider as well to complete my analysis of the propriety of amending the selection formula and whether it was done in good faith.

[1107] A few comments will be added regarding the consequences of the misrepresentations of Mr. Singh and Mr. Goodfellow to the OAG of not being aware that the contractor was charging for PMS.

[1108] I will also follow up on the OAG’s conclusions that the Crown may have paid more than it needed for relocation services.

Mr. Singh’s Resistance to Audit

[1109] I have already referred to the evidence demonstrating that Mr. Singh employed tactics in an attempt to prevent the auditors from proceeding with their audit.

PWGSC Provides Its Full Rationale for the 75/25 Weighting Formula

[1110] Mr. Goodfellow initially prepared a document for the OAG outlining the major differences between the 2002 and 2004 processes in which he described the reasoning to lower the price component being due to high start-up costs for non-incumbents. This was similar to the explanation provided to Mr. Atyeo in November 2004 that “mostly” cited high start-up costs without mention of concerns for disclosure of RLRS’ pricing.

The method of selection was changed from lowest cost per point to the combined rating of technical merit (75%) and price (25%), which took the emphasis off price to address concerns from potential bidders that the cost of entry into the program was much higher than that of the incumbent.

[1111] No explanation has been provided, but eventually the three-pronged justification to amend the selection formula was provided the OAG which appeared in its report, referred to earlier but repeated here for purposes of analysis:

5.59PWGSC officials told us that technical considerations had received a relatively heavy weighting because the primary objective of the Integrated Relocation Program was to ensure that the winner of the contract would deliver a high level of service. Quality-of-life considerations, therefore, took precedence

2013 ONSC 2034 (*)

Page: 207

over price. We found no documentation or analysis, however, to support this rationale for the weighting system.

5.60PWGSC officials have also stated that this weighting was used to balance the concerns raised by potential bidders-that is, the incumbent’s concern that its pricing structure was known to competitors and the new bidders’ concern that a financial bid that had to take into account the cost of establishing the necessary infrastructure to deliver the program may result in their bid not being financially competitive.

[Underline added.]

The Primary Objective of the Integrated Relocation Program

[1112] This was the first occasion when the defendant disclosed that delivery of a high level of service was the primary objective of the IRP such that technical merit should take precedence over price. In addition to the findings of the OAG, which also reflect the court’s conclusions that there is no documentation supporting this rationale, no evidence was introduced citing passages from IRP policies confirming that high level of service was the primary objective of the IRP.

[1113] In any event, the court’s overriding concern described above, which has not been answered, is why this rationale had no application in 2002, but was of such critical importance in 2004 when there is no evidence of dissatisfaction or complaints about using the lowest cost per point formula. I reiterate my rejection of the defendant’s reliance on the delivery of high quality services as a ground to amend the selection formula in 2004.

Disclosure of RLRS’ Pricing to Justify Elevating Technical Merit

[1114] When faced with being required by the OAG to provide a credible rationale for its decision to emphasize technical merit in the selection formula, PWGSC finally revealed that its decision was intended to “level the playing field” caused by RLRS’ pricing structure allegedly having been disclosed in the 2002 procurement process.

[1115] I am satisfied that responding to RLRS’ pricing concerns was the only truthful reason motivating the modification to the selection formula, which included the concomitant interest of mitigating the defendant’s risks from the RLRS litigation by biasing the formula in favour of RLRS.

[1116] No mention appears to have been made to the OAG that PWGSC was engaged in litigation with RLRS over this matter, as I could not possibly imagine that the OAG would have overlooked such a significant fact in its report, if so advised.

[1117] I base my conclusion, that responding to RLRS’ pricing concerns was the only truthful reason motivating the modification to the selection formula, not only on the absence of any meaningful evidence supporting the other two rationales – ensuring quality and high start-up costs and the attempts to conceal and mislead the bidders on this issue – but also because I

2013 ONSC 2034 (*)

Page: 208

interpret the evidence of Mr. Singh and Ms. Billings to this effect. Mr. Singh’s testimony on the point is as follows:

Q.Okay. Now, eventually, the lowest cost-per-point formula was not adopted in ‘04?

A.I don’t think so.

Q.It was a 75/25 weighting of technical versus price.

A.Yes.

Q.Yes. Do you remember how that came about?

A.There was concern that Royal LePage’s contract value, actual value was released, and there was concern that we may end up with what is normally known as low-balling. So we placed the emphasis on the technical side of things where we expect service to be delivered.

Q.And who raised that concern?

A.Everybody in the committee raised that concern.

[1118] Ms. Billings’ testimony was to the same effect once properly analyzed. Although, despite being the defendant’s key senior manager involved in the 2004 RFP process, the plaintiffs were required to call her as their witness. Thus, reference to cross examination below is that conducted by Crown counsel.

[1119] In chief, she acknowledged that her instructions were to ensure that the two RFPs were substantially different, although she appears to deny instructing anyone to make changes to the RFP because of RLRS’ concerns.

Q. Now, going back to the development of the new RFP, did you instruct anyone to make changes to the 2004 RFP to bear Royal LePage’s concerns in mind?

A. Not to the RF – the 2004 RFP. My instructions going into this, when I came back, was to ensure that the RFP was substantially different from what we had competed before, and, you know, tell me how it was substantiated. At that point when I came back into Supply, significant work had already been done.

Q. So your job was to make sure that the two RFPs were substantially different from one another?

A. Yes. That was part of my job. That the two processes were substantially different, notwithstanding that at the end of the day we needed the same set of services, largely.

[1120] However, this testimony is clarified in cross examination by Crown counsel when commenting on her memorandum prepared for the Minister that contained reference to the complaints of RLRS that its pricing structure was known.

2013 ONSC 2034 (*)

Page: 209

[1121] In the only memorandum that may refer to changing the selection formula, Ms. Billings had indicated to the Minister that the basis of payment and “evaluation methodology” would be revised. However, based on Mr. Goodfellow’s note to her advising of the changes, this would appear to refer to the changes in the evaluation criteria and grids.

RLRS argues that its competitors are aware of the Basis of Payment in the current contract and although the Crown will review and update the Basis of Payment and revise the evaluation methodology for the upcoming RFP

[Emphasis added.]

[1122] In answer to questions on this memorandum she brings in changes to the selection formula in reference to “mixtures.”

And so they [other bidders] would know that if exactly the same RFP went out with exactly the same type of requirements in it, being evaluated exactly the same way, that Royal LePage would have to make major changes to their bid to be able to – likely to their prices – to be able to win again. So everybody would know what sort of a ceiling price would be that they would have to come under in order to meet that type of bid. So it was incumbent on us not to bid, not to ask bidders to submit proposals to a Request for Proposals, asking for the same packages of services in the same quantities, with the same evaluation and the same mixture. So we had to take...

THE COURT: The same what?

Witness: The same mixture.

THE COURT: Of what again, ma’am?

Witness: Of quantities of services and prices, and quality. So all of those components to the RFP which we could vary, we would need to look at to vary, not to favour anybody, but, in fact, to make it level once again.

[Emphasis added.]

[1123] It is clear from this testimony therefore, that her instructions to have distinctly different processes, of which the most significant aspect was the change in the selection formula, were in response to RLRS’ concerns about its basis of payment being disclosed.

[1124] In later cross examination by Crown counsel, Ms. Billings testified surprisingly that she did not have any involvement in the development of the method of selection. I interpret this to mean that she did not work with the IWG to determine the final weighting formula, as I cannot imagine that she was not consulted and approved the final decision. I am not prepared to provide her with the benefit of doubt on this issue, given the total lack of documentation on the subject contrary to PWGSC policies to document decisions of this nature.

2013 ONSC 2034 (*)

Page: 210

[1125] I also say this because she rationalized the 75/25 formula on the basis of quality of services and high start-up costs which could only have come from being informed by members of the IWG. I attribute no value to this evidence.

[1126] In leading questions, she was asked to compare her lack of satisfaction with a mandatory minimum of 50 per cent with the selection formula where technical merit was set at the same percentage. She testified that such a formula would be insufficient. Later she admitted that she did not know what the mandatory minimum was in the 2004 process. I am not aware of what logic could allow comparison with a mandatory minimum to apply to a selection formula, nor did any other witness attempt to make such a connection. On the other hand, Mr. Atyeo testified that if PWGSC really wished to ensure quality of services, the mandatory minimum could have been raised to a satisfactory level such as 90 per cent to ensure the appropriate level of delivery of services and thereafter the winner chosen on the basis of the lowest price.

[1127] Under re-examination by plaintiffs’ counsel, it is apparent that, following her instructions described above, the additional weighting of technical merit was used in 2004 to ensure different procurements, which as she acknowledged previously, was in reply to RLRS’ concerns:

Q. So in 2004 when Public Works used this additional weighting, why wasn’t it done in 2002?

A. In 2002 and 2004 we were running separate procurements for the same service. We wanted to differentiate the 2004 significantly from the 2002, so that – so that the outcomes wouldn’t be presumed based on what companies had bid in the first round.

Q. And – and so the objective was to make sure that the 2002 and 2004 RFPs were very different from one another?

A. Yes.

[1128] I am satisfied that the testimony of Ms. Billings confirms that the selection formula was amended in response to concerns by RLRS over pricing disclosure; concerns of quality and start- up costs had no bearing on the decision, but were used to conceal the real rationale.

[1129] It should be noted that Ms. Billings was not questioned on Ms. Fyfe’s undisclosed memorandum of November 26, 2003 which was used effectively later in the trial when cross- examining Mr. Goodfellow. It referred to senior management’s first direction to make the processes substantially different by modifying the basis of payment provisions to mitigate a high potential litigation risk.

[1130] Modification of the basis of payment not being practicable, presumably for the list of reasons described in Mr. Goodfellow’s reply memorandum to senior management, I conclude that it was agreed to amend the selection formula to meet the concerns of RLRS.

[1131] As noted by the OAG, how this came about has not been documented, but amending the selection formula similarly responded to the high potential litigation risk from RLRS.

Was RLRS’ Pricing Disclosed?

2013 ONSC 2034 (*)

Page: 211

The Evidence in Support

[1132] The plaintiffs submit that there was no basis to amend the selection formula because RLRS’ pricing had not been disclosed as a result of the 2002 process. I am in agreement that it was unlikely either that the non-incumbent bidders were aware of RLRS pricing or could have determined it had they wished to do so.

[1133] Mr. Lockington testified to the contrary that the incumbent’s pricing was known by its competitors as follows:

What was taken into account was that our price was known in granular detail by every single one of our competitors. The winner of the bid has their – their gross bid price published, and also the – the bid pricing is published to all of the responsible partners within the Government of Canada that use the contract, and they then publish it down the line to pretty much everybody that can either authorize or pay an expense for someone being transferred. So it gets.... As a

winning bidder, your full price, in granular detail, is provided to probably 2500 people within the Government of Canada. So we operated on the assumption that our competition knew our prices, to the penny, in every regard, and I’m - I’m sure they did.

[1134] Ms. Billings testified that her employees came to a similar conclusion. Her evidence was much the same as that of Mr. Lockington that, by reverse-engineering the published winning bid price and known third party supplier prices, RLRS’ pricing structure was known.

[1135] I accept that commitment forms provided to transferees setting out ceiling prices for third party supplier services would be generally known. On the other hand, I also accept Mr. Atyeo’s evidence that there would not be much to differentiate on the services and in many cases all bidders would even use the same suppliers who had to be at arm’s-length to the contractors. The real issue has to do with publication of the total bid price in the award letter, which was the only figure published.

RLRS’ Misrepresentations that its Prices Were Known

[1136] First, Mr. Belair misrepresented to Mr. Pyett that RLRS’ pricing had been divulged during the CITT proceedings. However, this was false as there was no evidence to support this contention as was admitted by Mr. Belair.

Q. And I wonder if you could just take a few moments to look at it and tell us what part of the decision you were referring to as making your pricing public. Did you find any pricing information?

A. I didn’t find the pricing, no.

Q. Did you find some other section that you were referring to in your letter that you’d like to point out to us?

2013 ONSC 2034 (*)

Page: 212

A. No.

[1137] Secondly, RLRS had misrepresented its bid price in the 2002 process when it published a 9 per cent ceiling price for PMS rather than the 0 per cent it bid on the tender. This misrepresented to the world a $42 million attribution to Third Party Supplier fees thus disguising its administration fee. This constituted the portion of the bid that was supposedly reverse engineered.

[1138] Ms. Billings acknowledged that she did not know how reverse engineering of prices was possible given these circumstances.

Q. And how would one be able to, from this total, reverse engineer to come up with zero percent ceiling rate that Royal Lepage bid for property management services? So if you’re talking....

A.Excuse-me?

Q.Well, you’re talking about being able to derive the prices and – and what they proposed. We talked about the prices. How would one be able to reverse engineer from this lump total that Royal Lepage proposed – provided a ceiling rate of zero percent for property management services?

A.I don’t know.

[Emphasis added.]

[1139] Mr. Pyett and Mr. Singh were both aware that the commitment forms in the 2002 contract did not represent RLRS’ bid on property management services. Nevertheless, Mr. Singh testified that more emphasis was placed on technical merit in the selection formula because RLRS’ prices were known. He, amongst all government personnel, was in a position to know the actual facts about RLRS’ misrepresentation that its bid price was not known precisely because of the $42 million discrepancy.

[1140] There is no evidence that the Crown considered in detail the issue whether RLRS pricing was known to the other bidders. Ms. Billings indicated that her employees were of that view. Even without regard to the obvious conflict of interest position that PWGSC found itself in, PWGSC was obligated to carefully consider this issue before simply accepting RLRS’ argument. She would have, at least, discovered that Mr. Belair’s contention that its pricing had been disclosed in the CITT proceedings was false.

[1141] Moreover, as shall be seen, I am satisfied that Mr. Goodfellow was aware, upon receipt of the 2002 and 2004 contract commitment forms, that RLRS was misrepresenting its ceiling price to the transferees, in addition to having breached the 2002 contract. It should have, at that time, reconsidered its decision in having amended the selection formula, recognizing the unwarranted advantage it had given to RLRS on the basis of its false representations and subsequent breach of the 2002 contract.

The 2002 Award Letter Published One Global Amount for all Three Contracts

2013 ONSC 2034 (*)

Page: 213

[1142] A further difficulty that I see in RLRS’ position that its pricing structure was known is that the 2002 contract award letter only disclosed one single total bid price for all three of the CF and GOC and RCMP contracts.

This is to inform you that a contract will not be placed with you in this particular instance as a more favourable offer has been accepted. For information, the contract has been awarded to Royal LePage Relocation Services Limited in the amount of 1,005,695,104.08 (including estimated Third Party charges and GST/HST as applicable). For your information, the Royal LePage bid was valued at $480,646,765.00 (GST/HST extra) for the purposes of the financial evaluation over seven years for all three clients combined.

[1143] As shall be seen in analyzing the 2004 Envoy tenders for purposes of assessing damages, considerably different approaches were taken to bidding the CF and the other two contracts.

[1144] In the case of the CF bid, Envoy demonstrated that it based its bid on a detailed analysis of job requirements and its conclusion that some economies of scale could be obtained by the larger volumes involved in the CF contract. However, despite these efforts, RLRS underbid Envoy’s price on the GOC contract.

[1145] Most importantly, one global price for the three separate RFPs would necessarily make it difficult to know what amounts of the total bid were allocated to contracts each having different requirements.

Other Factors Tending to Disguise RLRS Pricing

[1146] In cross-examination, Ms. Billings acknowledged the existence of other factors which I conclude would have challenged the reverse engineering process.

MS. NGO: And you’d agree with me that there was a difference between the 2002 RFP and the 2004 RFP?

A.Yes.

Q.And the evaluation methodology was changed?

A.Yes.

Q.Ms. Billings, would it be fair to say as well that the 2004 RFP had a security component to it that also increased the prices that bidders …

A.Yes.

Q. ...would be submitting?

A.Yes.

Q.And that was entirely new?

A.That was, yeah.

2013 ONSC 2034 (*)

Page: 214

Q. So the blocks that you’re talking about, and – so this is the date hereof 2002 and the blocks for the services and the pricing required, so let’s – let’s go through this here. Third party services were required to be proposed for – or provided for six different geographical areas, that’s my understanding that bidders needed to provide rates for Western Ontario – Western Canada, the region, Ontario, National Capital, Quebec, the Atlantic region and international.

A.Uh-hmm.

Q.Is that fair? And for each of those regions, bidders then needed to give in their proposal a ceiling rate...

A.Yes.

Q. ...for six different service providers, is that right?

A.Yes.

Q.So my understanding of that is rates needed to be provided for appraisals, legal, real estate commission, building inspection fees, property management commission and real rental search fees?

A.Yes.

Q.Yes. And the ceiling rates for those elements had to be expressed in percentages?

A.Yeah, I – I don’t know.

Q.A figure had to be provided?

A.Yes.

Q.And bidders then had to give a separate proposal for the five year contract term itself, is that right, and then a two year option?

A.Yes.

Q.So two sets of prices or proposals?

A.Yes.

Q.And then on top of the third party services, bidders had to submit their price for their source of revenue, and you talked about the basis of payment with Mr. Tzemenakis, do you recall?

A.Yes. Uh-hmm.

Q.And so bidders had to bid an administrative fee per file, is that right?

A.Yes.

2013 ONSC 2034 (*)

Page: 215

Q. Now, would you agree with me that a bidder’s administrative fee depends on a number of factors that are inherent to the bidder themselves? For example, their own – they have to take into consideration their own overhead?

A.Yes.

Q.Their own staffing expenses?

A.Yes.

Q.Their own – you know, administrative expenses?

A.Yes.

Q.Their own infrastructure?

A.I think these are questions that the bidders could answer better than I.

Q.I’m asking for your understanding. And basically those are components of things that a bidder would personally have to consider when they’re putting forth an administrative fee for example?

A.A bidder would take into account the cost of their offering the service, which would...

Q.And....

A. ...include items like that, plus their profit.

Q. Plus their profit. And bidders then – also in addition to an administrative fee, had to – had to bid a cancellation fee, is that right?

A. I don’t know.

Q. So my understanding is that they had to propose a fee that would be paid to them if during the life of a file the file for whatever reason got cancelled, and they would still be able to recoup some revenue from that?

A. Are you talking about an individual moving...

Q.Yes.

A....fee?

Q.Like one relocation fee and let’s say they get halfway through the file and it....

A.Somebody doesn’t move.

Q.They don’t move, so they get paid for that...

A.Uh-hmm.

Q. ...nonetheless? And my understanding of the RFP is the cancellation fee had three different rates, depending on when it happened at three different phases?

A. I’m not as familiar with the RFP to know into that detail.

2013 ONSC 2034 (*)

Page: 216

Q. Okay. And my other understand of another fee file is a transferred file, which is at transition if there was a file that existed there would be a fee that would be payable

to the contractor for that file being...

A. Yes.

Q. ...transferred over. So – so we have prices based on my understanding of six different regions, with six different prices, six different service providers for those regions, a five year contract period, plus two option years, and three different types of files with subcategories of phases when they get paid, is that fair?

A. Yes.

[1147] While the plaintiffs and Mr. Lockington make the point that it was possible to reverse engineer their pricing structure, no actual demonstration was provided based on disclosure of the single total bid price and information contained in the commitment letters. Before increasing the weight of technical merit in the selection formula, it was incumbent on the defendant to conduct a proper analysis of RLRS’ complaint to determine whether in fact it was possible to reverse engineer their prices.

[1148] It was not done at that time, which is not surprising given that there is no evidence anywhere of the Crown challenging RLRS in respect to anything that it did. More importantly, no such analysis was provided to the Court. I am not satisfied that it was possible to do so, for all of the reasons stated above.

Conclusion

[1149] Considering all of the factors described above, I am satisfied on the balance of probabilities that RLRS’ pricing was not known by its competitors. The misrepresentation of the ceiling price in commitment forms weighs heaviest in this conclusion. It was known to the defendant through Mr. Singh. It is far from clear, given the very limited disclosure of RLRS’ pricing in the 2002 award letter and the number of components making up the administration fee, that the basis of payment could be reverse engineered with any degree of confidence.

[1150] The fall-back position, in any event, is that PWGSC should have conducted a thorough analysis of the foundation for RLRS’ complaint. Its employees were aware that RLRS pricing of PMS was not known and constituted a significant obstacle to accurately reverse engineering its total price. RLRS’ misrepresentation would similarly have been uncovered, not to mention RLRS’ breach of contract, assuming that PWGSC accepted that its bid was compliant.

[1151] Finally, it would appear that if anyone really had cause to complain about pricing being disclosed, it was Envoy. It maintained its prices in its 2004 proposal that it submitted in 2002. RLRS on the other hand, lowered its total CF bid price by $48 million in the 2004 RFP. Envoy complained to the CITT and in this litigation, but abandoned the point given the other issues already before the court.

2013 ONSC 2034 (*)

Page: 217

Fear of Lowballing on Price Versus the Incumbent’s Inherent Advantage on Quality Requirements

[1152] Accepting for purposes of argument that RLRS’ pricing was known, there is clearly something to be said that if one group of bidding entities is aware of the incumbent’s total price bid in a secret tender process, the incumbent may be at a disadvantage.

Lowballing on Price

[1153] Hypothetically under a secret competitive bidding process, all bidding parties are expected to tender their lowest possible price based upon their costs that will generate an acceptable profit. Ms. Billings testified to that effect as quoted above. It should not matter whether prices are known as bidders should fix their prices based upon their own productivity factors, not other parties’ prices. No one should tender an unprofitable bid.

[1154] If the

incumbent’s tender price is known, its competitors can

increase their profitability

by bidding a

higher amount under the incumbent’s price than would

otherwise apply from its

most competitive bid. This however, is the owner’s problem, not that of the incumbent. In any event, were a competitor satisfied that it was aware of RLRS’ tendered prices, it would have to consider whether its 2004 bid would not be reduced to its most competitive level to retain the contract.

[1155] The disadvantage of prices being known however, as outlined by Mr. Singh, was that a bidder would “low-ball” its tender price in order to win the procurement and then seek to make up its lost profits by providing inadequate services. I re-cite the passage of Mr. Singh quoted above to emphasize the point.

Q.Okay. Now, eventually, the lowest cost-per-point formula was not adopted in ‘04?

A.I don’t think so.

Q.It was a 75/25 weighting of technical versus price.

A.Yes.

Q.Yes. Do you remember how that came about?

A.There was concern that Royal LePage’s contract value, actual value was released, and there was concern that we may end up with what is normally known as low-balling. So we placed the emphasis on the technical side of things where we expect service to be delivered.

Q.And who raised that concern?

A.Everybody in the committee raised that concern.

[Emphasis added.]

2013 ONSC 2034 (*)

Page: 218

[1156] He explained low-balling in another passage, as well as the fact that well detailed specifications should prevent this happening.

Unfortunately, government departments are very worried about getting a low-ball bidder who’s going to nickel and dime them to death after the contract is awarded.

It’s a common feeling within the government departments, and no matter how hard I tried to convince them that if they write good criteria, that’s not going to happen to them, they

still want to have room to recognize

something that is better than what they’ve asked for,

if they can still get it at a reasonable

price.

[1157] Described in this fashion, the disadvantage from the exposure of RLRS’ pricing is that of a possibility that Envoy in the CF bid, as well as the other bidders in the GOC and RCMP bids, would make an unprofitable bid to secure the contracts.

[1158] In retrospect, Envoy, which was the second best bidder in all contracts, clearly did not lowball its tenders. As noted in the CF bid, it based its bid on a detailed analysis of job requirements and its conclusion that some economies of scale could be obtained by the larger volumes involved in the CF contract. RLRS underbid Envoy’s price on the GOC contract, while Envoy had the low price bid on the RCMP tender. I find that, in its overall approach, there is no basis to conclude that Envoy was bidding other than on the basis of its projected costs.

[1159] After the fact evidence is of course, not relevant to whether considerations of the IWG were reasonable at the time they established the selection formula. Ms. Billings was quite correct in suggesting that the potential of bidders possibly taking advantage of another bidder’s disclosed pricing is sufficient to require that the department act. Nevertheless, Envoy, in bidding on its own cost structure, confirms the common sense conclusion that concerns over lowballing represent a “possibility”, which reflect only potentials of unscrupulous bidding patterns where there is no intention of fulfilling contract terms.

The Incumbent’s Inherent Advantage on Technical Merit

[1160] In contradistinction to possibilities of bidders’ low-balling, I find that the evidence on outcomes from increasing emphasis on technical merit, establishes a very high likelihood of benefiting the incumbent.

[1161] The only reliable and credible evidence of witnesses familiar with the industry and tendering processes, that being Mr. Atyeo, Mr. Belair and probably Ms. Douglas by her recognized expertise in contract procurement, is that increased technical merit clearly favours the incumbent. The common sense logic of this conclusion is also confirmed by RLRS’ higher quality marks in both the 2002 and 2004 processes, although once again only the 2002 results should have weighed on the minds of members of the IWG.

[1162] I am also persuaded to this viewpoint by the fact that the defendant refused to take part in any honest and transparent debate on the issue: it stonewalled any attempt by the plaintiffs to engage them in a debate. Its explanations provided to the bidders raised specious grounds and

2013 ONSC 2034 (*)

Page: 219

simply ignored the plaintiffs’ concerns, as is demonstrated in Mr. Goodfellow’s reasoning explaining why the method of selection could not be construed as biased towards the incumbent.

The method of selection consisting of the highest combined rating of Technical Merit (75%) and Price (25%) as described in the Request for Proposal (RFP) document was very clear. This cannot be construed as biased towards the incumbent, because the evaluation procedures and criteria were revised and detailed within the RFP and a procedure for questions and answers was available to bidders during the bidding period. In addition, all Bidders were provided with the same information as stated in the RFP, the RFP amendments and the responses provided to Bidder’s questions during the Bidder’s Conference.

[1163] This explanation does not in any respect answer Envoy’s objections that the incumbent enjoyed an inherent advantage in the technical merit component of the selection process.

[1164] The defendant refused to permit an industry fairness monitor to participate in design of the RFP when, at the very minimum, a dispute existed amongst the bidders as to the incumbent’s advantage or disadvantage in having the infrastructure already in place. Moreover, when the IWG sat down to review this issue, Mr. Goodfellow’s summary of industry’s comments on the LOI did not reflect Envoy’s concerns.

The Selection Formula was Intentionally Biased in Favour of RLRS

[1165] On the advantage to RLRS in the new selection formula, I adopt Mr. Atyeo’s conclusions that the defendant was the only person who did not acknowledge the obvious.

Whether or not the incumbent has an unfair advantage is not a matter of opinion, it is a combination of common sense and mathematics. PWGSC is the only party to this discussion that does not acknowledge that an incumbent contractor, any incumbent contractor, in this situation has a technical merit advantage. While this posture may be a necessary defensive position at this time, we do not understand why it was not recognized during the RFP development stage.

[Underline added.]

[1166] I conclude, however, that Mr. Atyeo was incorrect in assuming that the defendant did not recognize the advantage to RLRS during the RFP development stage. I am satisfied on all the evidence that the defendant was fully aware of the advantage RLRS gained through its modification of the selection formula.

[1167] I conclude that weighting technical merit three times greater than price significantly favoured RLRS, taking into consideration the weighing and balancing of

(1)the possibility of a bidder lowballing RLRS on the basis of its knowledge of RLRS’ pricing structure,

2013 ONSC 2034 (*)

Page: 220

versus

(2)the actual acknowledged advantage the incumbent carries into an RFP process on technical merit.

[1168] Importantly, I also conclude that the defendant was aware of and intended to provide of this advantage to RLRS when it amended the formula.

RLRS Litigation Subsidizing its Prices

[1169] In addition, I find it difficult to accept that the Crown was not aware that, in terms of under-pricing, it was RLRS that enjoyed a distinct advantage over the rest of the field. RLRS had made clear that it was best positioned to underbid its cost/profit structure due to its fallback position of recovering lost profits in the form of damages resulting from the termination of the 2002 contract.

[1170] This is not mere speculation. After RLRS won the CF and the GOC/RCMP contracts it pursued its litigation against the Crown successfully recovering $4.5 million in damages in 2008. Somehow, the Crown managed to keep the settlement documents and details of the settlement out of a trial where the very issue of a conflict of interest was pled by the plaintiffs as arising from the RLRS litigation.

[1171] However, this had no effect as Mr. Lockington acknowledged that RLRS bid a lower administration fee in 2004, with the intention of hoping to recover the same in its litigation with the Crown.

Q. Now, my friend asked you if Royal LePage was looking for favourable treatment from the government, and you said having your contract terminated is not favourable treatment. And you said that you were not - and I’m just paraphrasing, but you said words to the effect that Royal LePage wasn’t just threatening to litigate. Even if Royal LePage won the contract “we would continue with the litigation”?

A. I believe I said we’d continue to pursue our costs through “termination for convenience”, and if weren’t successful, we would - we intended fully to litigate.

Q.Right. And as I understood your evidence from later in the cross-examination, you said that Royal LePage had, in fact, bid a lower administrative fee in 2004 to get the contract?

A.Yes. Absolutely.

Q.Right. Is that why Royal LePage intended to continue pursuing its claim against the government, even if it won the contract, because it hoped to recoup the difference in the administrative fee it had bid?

A.That would be one of the elements. You or Greg, I can’t remember which one, walked me through the cost elements that were in the discussion that we had, that

2013 ONSC 2034 (*)

Page: 221

Kevin Cash and I had, in Ottawa, and you’ll notice there that was one of the elements, as were the costs of developing a new - sorry – the cost of the previous bid, and the cost of contractors that we worked with, lawyers, and consultants.

Q.Right.

A.So there were other elements of cost in there that we intended to recapture.

Q.Right. But just to be clear, sir, one of the elements that you intended to recapture even after a contract award, was all or part of the differential in your administrative fees?

A.That was our intention, yes.

[1172] While Mr. Lockington speaks about the risks of litigation, there is nothing in the evidence which suggests that the Crown intended to put up a serious fight that RLRS would not be entitled to damages from termination of the 2002 contract. Moreover, Mr. Lockington testified that it would pursue the Crown regardless of whether it won or lost the 2004 tender, which was conveyed to Ms. Billings from the beginning. The November 26, 2003 email memorandum of Ms. Mariette Fyfe-Fortin demonstrates the concern of PWGSC to mitigate the damage claim in litigation that it knew was unavoidable.

[1173] I am in agreement with the plaintiffs’ submission that RLRS’ litigation against the Crown was another tactic, admittedly lawful, that effectively subsidized the RLRS proposal, allowing it to bid a lower administration fee. The evidence demonstrates that this resulted in a significant reduction in RLRS’ overall proposed contract price, thereby reducing the substantial price advantage Envoy had enjoyed in the 2002 RFP and improving RLRS’ overall score.

[1174] I conclude therefore that the 2004 tender was not only unfair to the other bidders by increasing the weight of the technical price in the selection formula, but also by knowingly allowing RLRS to subsidize its price bid with the intention of recovering the differential from the Crown.

[1175] Seen from this perspective, it is clear that the interest of the Crown was not just that RLRS win the tender, but that it do so with the highest possible administrative fee to limit the amount of damages it could claim in the litigation that it knew would follow the tender award regardless. Increasing emphasis on technical merit, in which RLRS enjoyed an advantage as the incumbent as acknowledged by Mr. Belair, would allow it to bid a higher administration fee and hopefully reduce the damage claim.

Mitigation of RLRS Litigation Risks

Refusing to Acknowledge its Conflict of Interest

[1176] I have already described how RLRS’ interests of winning the 2004 retender with the highest possible administration fee aligns with the Crown’s interests of limiting its risk of damages in the lawsuit against it such that RLRS committed itself to bringing litigation regardless of outcome on the 2004 process.

2013 ONSC 2034 (*)

Page: 222

[1177] When answering questions concerning her discussions about the RLRS litigation with the President of RLRS prior to the 2004 contract being awarded, Ms. Billings testified that the RLRS litigation was unimportant because it had no bearing on how PWGSC ran the process.

Q. And so other bidders in the RFP process would not have known that Royal LePage had had communications with your office?

A. The fact that Royal LePage called me about their lawsuit, to say that unless we file for an extension they were going to proceed in two days, it wasn’t – that had nothing to do with the bid process.

Q. Do you think it would have sent the wrong message if the public found out, bidders found out you had met with Royal LePage?

A. I didn’t meet with them. I spoke to them on the phone, and I don’t – I don’t think it would have sent out the wrong message. It wasn’t related to the bid process. And as I said, I speak to – spoke to companies just about every day....

Q. Well, I....

A. ...about one thing or another.

Q. No. And I know, I understand that your perspective is that you didn’t think it was part of the bid process, but Royal LePage has said “...if you give me the contract for 2004, the amount of damages that you would owe me, go down”. So it is connected to the 2004 process?

A. Except I told him it wasn’t connected, and it wasn’t connected and we weren’t treating it as connected.

Q. Were you not concerned about their potential accusation of a lack of impartiality for having discussions with Mr. Dean?

A. In fact, I think the discussion I had with Mr. Dean showed the opposite – that we were being totally impartial and that their actions had no – would have no bearing on how we run – ran the process.

[1178] This answer is indicative of the approach of the defendant. The other bidders were not aware that litigation was ongoing or that RLRS has advised the Crown that it was participating in the 2004 process to mitigate its damages. Neither were the other bidders aware that RLRS had complained that its pricing structure had been disclosed and that technical merit was being emphasized in the amended formula to respond to that complaint.

[1179] It is therefore incomprehensible that an Assistant Deputy Minister, who had acknowledged that PWGSC had an obligation to avoid appearances of bias or conflict of interest, would suggest that on an undocumented conversation with RLRS while the RFP process was ongoing, would fail to recognize that her conduct was further compromising the Crown’ situation of already being a conflict of interest. Of course the problem was that she and her counsel could say with a straight face to the court that the Crown was not in a conflict of interest by the RLRS litigation, despite having concealed it from the tendering parties and the OAG.

2013 ONSC 2034 (*)

Page: 223

[1180] The simple fact is that the Crown denies it is obviously in a conflict of interest, which underscores the whole problem throughout the case.

[1181] All of its witnesses recognize that litigation was ongoing, but state that it had no impact on the matter in which the process was run, which I find is belied by the evidence. Mr. Benoit for example, testified that it was sufficient that there were two files, one for the 2004 process under Mr. Goodfellow’s direction, the other for the RLRS litigation for which Mr. Rancourt had responsibility. It did not seem to cross Mr. Benoit’s mind that Mr. Goodfellow reported to Mr. Rancourt, or that he was not made available to give an account of himself at trial.

Mitigation of Litigation Risks was a Motivating Factor

[1182] The foregoing analysis of responses to bidders questions on the selection formula both during the RFP process and after the contract was awarded, measured against what was finally revealed to the OAG, along with the evidence of Ms. Billings and Mr. Singh, demonstrates that of the three rationales provided, RLRS’ pricing concerns was the only one that played a role in the amendment of the selection formula.

[1183] I am satisfied on a balance of probabilities that had PWGSC publicly acknowledged during the RFP process that RLRS’ pricing concerns was a factor motivating modification of the selection formula, not only would the defendant have been required to disclose its concealed conflict of interest position vis-à-vis RLRS’ litigation, but that an industry expert fairness monitor would have been engaged and the selection formula would not have been amended.

[1184] Because the defendant’s conflict of interest exists as a fact, it is not possible to separate out a rationale, such as protecting RLRS’ pricing to amend the formula, from appearing to mitigate its own litigation risks. In short, the better RLRS does in the 2004 RFP, the lower the amount will be claimed for damages in the litigation.

[1185] I have already commented at length that the defendant has not been forthcoming in respect of its presentation of evidence on how, which includes who and why, the decision was made to modify the evaluation methodology.

[1186] The undisclosed email chain of November 25-26, 2003 clearly presented an intention of the defendant to take steps to amend the RFP “to mitigate potential high litigation risks” because of RLRS’ threats of litigation.

[1187] Even accepting that senior management’s purpose in directing the IWG to amend the basis of payment formula was intended to find a fair solution to RLRS’ complaint, the emphasis in the memo was on mitigation of litigation risks, and not fairness of process. Indeed, this latter rationale is mentioned nowhere.

[1188] By implication therefore, making the process fairer was only a means to an end – that of mitigating the litigation risk. At best, it was only a shared outcome; at worst, it was the overriding objective.

2013 ONSC 2034 (*)

Page: 224

[1189] I am satisfied that purposely assisting RLRS succeed on the retender was a component of the motivation to amend the selection formula. If fairness in achieving a level playing field was its only objective, PWGSC would not have acted so unfairly towards the plaintiffs, including denying the obvious conflict of interest and committing to making the reprocurement fully transparent.

[1190] The court recognizes that the defendant was placed in a very difficult position in the re- tendering process. It also accepts that PWGSC may have honestly believed that RLRS was disadvantaged because its prices had been disclosed, even though on the balance of probabilities I find this not to be the case.

[1191] My principal criticisms are with the defendant’s conduct around how it dealt with its conflict of interest and the amendment of the selection formula. They include:

It refused to acknowledge and seriously consider that emphasizing technical merit favoured the incumbent, when as Mr. Atyeo pointed out, it was the only party to the discussion that did not acknowledge it;

It intentionally misled bidders on its reasons for amending the method of selection, thereby destroying its credibility;

It refused throughout to admit its obvious conflict of interest situation from the RLRS litigation, even to recognize an apparent conflict when pointed out by Envoy;

Placed in the compromising conflict of interest situation, it failed in its remedial obligation to conduct the process in a transparent and fully documented fashion that could meet the exigencies of an independent review. This included involving an independent fairness monitor from the industry to determine whether the complaints of Mr. Atyeo and others that increasing technical merit favoured the incumbent and to oversee the entire process.

It failed to produce an important relevant document, being the email chain of Ms. Mariette Fyfe-Fortin, demonstrating that mitigation of litigation risks was a factor in amending the RFP;

It attempted to mislead the court on the fairness of the reprocurement

process, thought Mr. Goodfellow testifying that he was not aware of the RLRS litigation until after the process, which by the email chain ending with Ms. Mariette Fyfe-Fortin’s memorandum, I find not to be the case;

It failed to document, or worse, refused to produce, other relevant documents setting out the basis for changing the selection formula, including senior management involvement in this decision.

2013 ONSC 2034 (*)

Page: 225

It failed to put Mr. Rancourt on the stand despite being in charge of this file.

[1192] In the face of this evidence, I am satisfied that one of the unspoken and purposely concealed factors underlying the emphasis on technical merit in the selection formula was to assist RLRS win the tender in order to mitigate damages in the claim that it knew RLRS would pursue against the Crown regardless of outcome on the 2004 process.

Conclusion on Amending the Selection Formula

[1193] I conclude that the weighting in the selection formula was intentionally amended to favour RLRS.

[1194] I consider Crown’s conduct on the issue of amending the selection formula to constitute bad faith.

2013 ONSC 2034 (*)

Page: 226

CHAPTER 5 - THE LAW APPLIED TO THE LIABILITY FACTS

INTRODUCTION - OUTCOMES

[1195] The analysis

that follows will be limited to liability determinations based on my findings

of fact

outlined in

Chapters 2 to 4. Damages, including punitive damages that result from

liability

conclusions,

will be the focus of Chapter 5 of these reasons.

[1196] The plaintiffs have advanced numerous claims in contract and tort law to claim damages from this admittedly flawed procurement process. Establishing wrongdoing does not serve much purpose however, if at the end of the day Envoy cannot demonstrate that it should have been the successful tendering party on one or both of the procurement processes. My focus therefore, will be on issues that result in Envoy being declared the putative successor in the RFP processes, but for the conduct of the Crown.

[1197] Despite the facts which demonstrate an intention by the Crown to favour RLRS by retaining the PMS provisions from 2002 and amending the selection formula to emphasize technical merit, it remains a challenge to fit these and other facts into an appropriate legal framework.

[1198] The conduct of the Crown is clearly unlawful, as that term is broadly used. Compensating for unlawful conduct generally falls within the area of tort law. There is no nominate tort based on intentional action to cause economic loss, even by unlawful means, which appears to apply to what in the vernacular would be described as “bid-rigging”. Reworking the fraudulent misrepresentation tort of deceit comes closest.

[1199] The other problem from the plaintiffs’ point of view with any remedy in tort law is that it does not provide a clear route to obtaining damages for loss of profits. Tort remedies place the parties back in the same position as though the unlawful conduct never occurred. Thus for example, it might provide for recovery of damages caused by the unnecessary preparation of a tender bid.

[1200] Envoy’s challenge remains to demonstrate that it would have won the tender process but for the Crown’s deceit. It is not apparent that setting aside the 2004 process necessarily means that Envoy would have won the retender.

[1201] It may not matter that tortious conduct appears not to provide an adequate remedy to compensate Envoy for being the victim of the Crown’s unlawful behaviour. A full recovery for lost profits on the 2004 process in contract is available based on a finding that RLRS’ tender was noncompliant.

[1202] For a contract claim, however, this does not mean that demonstrating intent or bad faith conduct is irrelevant. In examining a RFP term like the selection formula, where the contractor may fairly use a 75/25 technical merit/price formula in some circumstances, it is the intention to do so to favour RLRS that makes the clause unfair. This may be demonstrated in a procurement

2013 ONSC 2034 (*)

Page: 227

process, where the pre-existing situation provides no rationale to modify the provision and an improper motive explaining the change exists.

[1203] I find that RLRS tender proposal on the PMS component of the RFP was noncompliant. The finding is somewhat controversial in that it is based on RLRS’ breach of the 2002 Contract to establish that its intention in tendering on the 2004 RFP was to similarly breach the 2004 Contract making its tender non-compliant.

[1204] I refuse to consider what I would describe as the “interpretive” argument of noncompliance. By this I mean that although I find that the 0% bid on PMS was noncompliant for several reasons, I do not rely on these conclusions. I find that the plaintiffs never intended to advance this claim of non-compliance, probably for strategic reasons, and sought no amendment to the pleadings, which in the unusual circumstances of this case, I conclude was required.

[1205] I also award damages in contract for the breach of the implied duty of fair and equal treatment that prevents evaluations of concealed preferences in the tender documents in the form of the PMS provisions and the selection formula provisions that unfairly and unequally favour RLRS. The unfair behaviour of the defendant finds its expression in the result of concealment of an advantage in a tender provision.

[1206] The defendant argues that the duty of fair and equal treatment is limited to the evaluation stage of the tendering process. I review and reject this argument on the basis that the jurisprudence cited describes an evaluation of a concealed preference as relating to the evaluation of tenders.

[1207] The appropriate remedy is twofold: firstly, to deduct Envoy’s quote on PMS from its total financial score, and secondly, to reevaluate the bids of RLRS and Envoy using the Lowest Cost Per Point formula. These remedies together when applied are sufficient to declare Envoy the winner of the CF tender.

[1208] Envoy would not be declared the winner of the GOC/RCMP tender unless it also recovers points deducted from its score during the evaluation process. This leads me to consider Envoy’s further submissions that other areas of its evaluation were conducted improperly.

[1209] There are two standards of review available to the Court to determine whether the evaluation committee properly evaluated Envoy’s tenders. The first, assumes no actual bias or appearance of bias in the evaluation committee. On this basis, I consider the evaluators’ decisions using a deferential standard of review based on reasonableness. This standard prevents the Court from substituting its opinion for that of the evaluators and provides only limited grounds for overturning the evaluators’ discretion.

[1210] Secondly, as an alternative based on my findings of bias of the defendant, and in particular Mr. Goodfellow’s role in relation to the evaluations, I conclude that I may substitute my opinion for that of the evaluators as the only means to provide a suitable remedy to Envoy where it is not possible to send the technical proposal back for a new evaluation. See Monit International Inc. v. Canada, 2004 FC 75 considered below.

2013 ONSC 2034 (*)

Page: 228

[1211] Based on my foregoing factual analysis of the 2004 process, I reverse the evaluation committee’s decision that deducted points on Envoy’s proposals for staffing of international positions during the active posting season and training counsellors on the IRP. I also restore the points deducted from Envoy’s score as the result of it improperly comparing its bids contrary to the express terms of the RFP.

[1212] The restoration of these points to Envoy’s technical score, in combination with the adjustments to Envoy’s total price and applying the LCC P selection formula, result in Envoy being the successful tendering party on the GOC/RCMP contract in addition to the CF contract.

[1213] I complete my legal analysis by responding to the Crown’s argument that Envoy’s case is barred by operation of res judicata and abuse of process principles because these issues were raised before the CITT by the Plaintiffs and fully and finally dealt with. I reject the submissions, primarily because the factual foundation relating to the Crown’s intentional conduct intended to favour RLRS bears no resemblance to anything considered by the CITT.

CONTRACT AND TORT PRINCIPLES APPLICABLE TO THE PROCUREMENT PROCESS

Tort Claims

[1214] My analysis begins with the plaintiffs’ tort claims. As they do not appear to afford a remedy they are relatively more straight forward to consider in comparison with the contractual remedies. I limit my analysis to issues of deceit and intentional interference with economic relations.

Deceit

[1215] A successful cause of action in deceit requires the plaintiffs demonstrate that the defendant made a false representation of fact, knowing that it was false and made with the intention that the plaintiffs should act on it, which in fact they did, suffering a loss as a result.

[1216] The plaintiffs advance several factual claims in deceit, but I conclude that only their pleading of a “Greater Deceit” is relevant. The plaintiffs describe this deceit in the following terms:

(iv) The False Statements Are Indicative of a Greater Deceit

2027. The above specific examples of false representations are indicative of the Defendant’s greater deceit, that is, launching a competitive bidding process with no intention of honouring the rules of that process. The Defendant represented to all bidders that each one had an equal chance of winning. As detailed above, this representation was a lie, as the Defendant had taken steps to ensure that RLRS was the only bidder who could have won the 2004 IRP competition.

2028. The Plaintiffs submit that when the Defendant launched the 2004 RFP, it did so with the firm intention of awarding the contract to RLRS and was reckless

2013 ONSC 2034 (*)

Page: 229

whether its representations about the tendering process were true or false. Moreover, the Defendant’s false statements about business volumes were made knowingly and with an intent to deceive the Plaintiffs.

2029. The Plaintiffs recognize that there is overlap between these false representations and the breaches of Contract A set out above. The Plaintiffs submit that because the Defendant made these representations without intending to honour them, the Defendant is liable in both tort and contract.

[1217] The defendant complains that no specific cause of action is pleaded in deceit. Although there is no reference to deceit in the pleadings, I am satisfied that the facts of deceit are sufficiently pleaded throughout the statement of claim. The intentional or bad faith aspect of knowledge for deceit is captured in the plaintiffs’ allegation that the procurement process was a “sham competition” (at paragraph 23 of the amended statement of claim). It is sufficient to plead the facts of a cause of action. See Rule 25.06 of the Rules of Civil Procedure and McCann v CP Ships Ltd., [2008] O.J. No. 5957 a para. 37.

[1218] While a specific amendment would have been preferable, the defendant obviously ignores its own deceitful conduct in not producing key documents best demonstrating the Crown’s deceit. I refer here to the failure to produce the commitment forms providing conclusive evidence of deceitful behaviour in respect of the property management component of the RFP until ordered by the Court. Similarly, it did not produce the internal memorandum directly evidencing mitigation of RLRS litigation as a factor in drafting the RFP. These documents are significant in demonstrating the deceit alleged. Against the backdrop of the improperly concealed deceitful conduct of the Crown in litigating these issues, it is not for it to rely on the niceties of pleading as a defence.

[1219] The plaintiffs are claiming that the contract terms are the misrepresentation of a fair tendering process. This might be arguable, but I do not see how it provides a remedy. Placing the plaintiffs in a position that the contract was fairly worded would mean that the contract terms would have to be reworded. That is not a tort remedy. Tort focuses on what the plaintiffswould do differently had it not relied on the defendant.

[1220] This would change the PMS provisions such that Envoy and RLRS would make the same bid and the selection formula to be continued on as in 2002 based on the Lowest Cost per Point formula. With these changes to remove the unfair advantage provided RLRS in the RFP, Envoy wins the CF bid, but not the GOC/RCMP one.

[1221] In my view it is too big a leap to find an intentionally rigged contract document to be a fraudulent misrepresentation, so as to claim a form of expectation contract loss. The only means to use the deceitfully drafted contract is as evidence of breach of a contractual duty of fair and equal treatment advanced as a contract claim, not one in tort.

Intentional Interference with Economic Relations

2013 ONSC 2034 (*)

Page: 230

[1222] The plaintiffs claim that they would be entitled to recover lost profits on the contract were they successful in this pleading. The plaintiffs do not meet the requirements to establish a breach, but even if they did, I am not certain I would agree that the remedy would follow.

[1223] That consideration however, does not arise inasmuch as there is no basis to claim intentional interference with economic relations because the third party interference, if any, involves providing a benefit to RLRS, as opposed to unlawful conduct that RLRS could claim against the Crown.

[1224] The plaintiff specifically plead that the unlawful conduct results from conferring a benefit on RLRS at paragraph 2046 of its closing submissions.

2046. In this case, while the primary thrust of the Defendant’s unlawful conduct during the 2004 RFP was to confer a benefit on RLRS, in order to confer this benefit, the Defendant had to injure RLRS’ competing bidders, including the Plaintiffs.

[Emphasis added.]

[1225] The Ontario Court of Appeal in Alleslev-Krofchak v. Valcom Limited, 2010 ONCA 557 (*) citied the House of Lords in OBG v. Allan, [2008] 1 A.C. 1, at para. 54 as follows:

[54]Then, critically for the appellant’s argument, Lord Hoffmann specified, at para. 49, that the tort must be actionable by the third party, subject to one exception:

In my opinion, and subject to one qualification, acts against a third party count as unlawful means only if they are actionable by that third party. The qualification is that they will also be unlawful means if the only reason why they are not actionable is because the third party has suffered no loss. In the case of intimidation, for example, the threat will usually give rise to no cause of action by the third party because he will have suffered no loss. If he submits to the threat, then, as the defendant intended, the claimant will have suffered loss instead. It is nevertheless unlawful means. But the threat must be to do something which would have been actionable if the third party had suffered loss.

[Emphasis added.]

[1226] In fact, there is no third party here. But were there one, it would be RLRS, who has no actionable tort against the Crown for its unlawful conduct by which it appears to have profited.

Procurement Contracts

Introduction

2013 ONSC 2034 (*)

Page: 231

[1227] Although government procurement includes statutory elements, in this matter I find that common-law rules of contract law generally govern the resolution of the issues raised by the parties.

[1228] The Supreme Court has largely determined the principles of procurement law in Canada in four decisions. Queen (Ont.) v. Ron Engineering, [1981] 1 SCR 111 (“Ron Engineering”) established a “Contract A” and “Contract B” structure to govern procurement obligations. Contract A is formed when a contractor submits a compliant bid in response to an invitation to tender. Contract B is the formal contract governing the legal obligations awarded by the owner to the successful tendering party in accordance with the RFP.

[1229] It is common ground that Envoy submitted a compliant bid thus forming Contract A between the parties. The terms of Contract A are dictated by the provisions of the tender documents. Its principal terms are the irrevocability of the bid and the obligation of both parties to form Contract B on the basis of the terms of the RFP, if the bid is accepted.

[1230] In M.J.B. Enterprises Ltd. v. Defence Construction (1951) Ltd., 1999 * 677, [1999] 1 S.C.R. 619 (“M.J.B”)., the Supreme Court affirmed that Contract A may also contain implied terms. Of relevance is the Court’s confirmation of that portion of the test implying terms based on the presumed intention of the parties. This test employs the legal fiction of the “officious bystander” concluding that the term was obviously intended by the parties to be included. The law governing implied terms will be further considered below.

[1231] In Martel Building Ltd. v. Canada, 2000 SCC 60 (“Martel”) the Supreme Court affirmed that Contract A contained an implied term that the owner must be fair and consistent in the assessment of tender bids (“duty of fair and equal treatment”). The Court concluded that an implied duty of fairness was necessary to give efficacy to the tendering process and is consistent with the goal of protecting and promoting the integrity of that process. At issue herein, is the scope and content of this duty in relation to the circumstances of the PMS and selection formula provisions.

[1232] In the Double N Earthmovers Ltd. v. Edmonton (City of), 2007 SCC 3 (“Double N”), the Court described the methodology to add content to the duty of fair and equal treatment, which it used to deny a new duty to investigate tender proposals as a component of implied fair treatment of bidders. The Court confirmed that the imposition of an implied term depends upon its obviousness, its materiality and its consistency with the goal of protecting and promoting the integrity of the procurement process.

[1233] Foreshadowing my future analysis, I use this test to conclude that the duty of fair and equal treatment of bidders includes an obligation to ensure that bidders are not provided any unfair advantage or disadvantage by undisclosed preferences in tender documents or instructions to bidders during the open bidding period.

Express Terms of the 2004 Contract A

2013 ONSC 2034 (*)

Page: 232

[1234] The plaintiffs submit that the Crown breached the following express terms contained in Contract A:

The acceptance of a bid by RLRS despite a clear clause stating that proposals from Bidders who were in a conflict of interest would not be considered;

[1235] The avoidance of conflict of interest is also said to be an implied term of the contract as an obvious component of the duty of fair and equal treatment.

[1236] I find the Crown was in a conflict of interest, but not on the basis alleged by the plaintiffs arising from the facts of the Genest investigation. The plaintiffs also pleaded that the Crown found itself in a conflict of interest situation as the result of being implicated in litigation with RLRS and, among others, by having Mr. Singh is one of the architects of the 2004 RFP. I am in total agreement with these submissions.

[1237] The Crown’s conflicts of interest support my finding that the Crown knowingly drafted provisions of the RFP intended to favour RLRS. The appropriate remedy would require the procurement process to be set aside and a new one conducted.

[1238] In the circumstances where the matter cannot be referred back for a retender, I conclude that the court may recast offending provisions in the RFP so as to remove the defects and re- evaluate the proposals anew.

[1239] This would lead to rectification of the offending property management services clauses and leaving the selection formula unchanged from 2002. In both situations, the evidence on favouritism clearly establishes the advantage gained by RLRS. With the PMS provisions rectified and the selection formula remaining unchanged, Envoy’s total price bid is recalculated using the Lowest Cost per Point formula and imputing to Envoy the same 0% proposal made by RLRS. Envoy wins the CF tender on this basis.

[1240] More complicated, is the impact of the Crown’s conflict of interest regarding the evaluation of the bids. The technical evaluation was principally carried out by individuals called in to perform a specific task, but it was under the oversight of Mr. Goodfellow. This would be sufficient to have the evaluations set aside, but again that is unworkable nine years later after the contracts are over.

[1241] In my view, the only reasonable remedy is for the court to reevaluate the items where Envoy lost points substituting my opinion for that of the evaluation committee. See Monit International Inc. v. Canada, 2004 FC 75 at para. 271: “The courts refuse to substitute their judgment for that of the evaluation committee, unless it is demonstrated that the committee acted in bad faith or did not treat the bidders on an equal footing.

[1242] My analysis of the evaluations will be completed below.

The acceptance of a non-compliant bid, where a 0% ceiling rate did not comply with the requirement specifically stated in the RFP; and

2013 ONSC 2034 (*)

Page: 233

[1243] I find that the 0% ceiling rate was not compliant. However the issue is complex due to the nature of its pleading. This will be explained and analyzed below. This breach provides a complete remedy as it eliminates RLRS from both procurement processes.

The failure to follow its own published evaluation process, which was also set out in the RFP

[1244] This express term is relevant, as it forms the basis to conclude that the evaluation of Envoy’s proposal on staffing of senior managers should be set aside. The comparison of its bids was expressly forbidden by the contract. The 24 points deducted are therefore added back into Envoy’s technical merit score.

Implied Terms of the 2004 Contract A

[1245] Contact A contains an implied duty on owners to act fairly and in good faith. The plaintiffshave described a number of specific obligations said to flow out of the general duty of the owner to act fairly and in good faith.

[1246] These include the duties to treat all bidders fairly and equally; to disclose relevant, accurate information; to avoid conflict of interest or reasonable apprehension of bias; to evaluate bids using disclosed criteria; to reject noncompliant bids; and to award Contract B on the terms set out in the tender documents. See: Martel Building Ltd. v. Canada, 2000 SCC 60, [2000] 2 S.C.R. 860, at paras. 83-85.

[1247] I propose to commence my analysis to determine whether the Crown breached its duty to reject RLRS’ bid for being noncompliant due to its PMS proposal. Thereafter, I will review the law regarding the obligation to treat all bidders fairly and equally and the defendant’s submission that the scope of this obligation is limited to the evaluation of tenders. I complete my analysis with a review of whether the Crown evaluated Envoy’s bids in accordance with disclosed criteria.

Noncompliance of RLRS’ Bid

Noncompliance by the Failure of RLRS to Tender Commitment Price for PMS of its Third Party Suppliers

[1248] The court has been struggling throughout this trial to understand why the plaintiffs have not taken the straightforward approach to the issue of noncompliance. It would appear that the liability issue could have been conclusively decided with a few days of trial.

[1249] Instead, the plaintiffs have not pled, nor “proactively” led evidence, or seriously argued that RLRS’ PMS tender was not compliant based upon what I consider to be a fairly obvious contractual interpretation of the RFP.

[1250] This interpretation would disallow any bid for third-party services which did not replicate the commitment ceiling price of the contractors’ third party suppliers. RLRS, by its 0% ceiling

2013 ONSC 2034 (*)

Page: 234

price, clearly failed to bid the ceiling price found in its third party suppliers’ commitment letters for property management services, thereby rendering its bid non-compliant.

[1251] I consider this an interpretive matter falling within the court’s exclusive mandate on issues of law to determine the requirements of the contract, particularly where there is no “factual matrix” to speak of that could influence the interpretation.

[1252] Moreover, the Crown raised the general compliance issue by asking its witnesses (Mr. Goodfellow, Mr. Pyett, Ms. Douglas and Ms. Billings) whether there was any problem with RLRS bidding zero on PMS. It repeated these arguments in its written submissions, in effect, inviting the court to respond to an unpleaded issue.

[1253] At one point in the trial, I raised a facet of what I would describe as the “interpretive” compliance issue. I sought confirmation of some non-contentious facts at the conclusion of Mr. Singh’s evidence. I asked these questions to determine whether he agreed that RLRS’s 0% bid on PMS appeared to create an obvious situation of conflict of interest with the transferees, and indirectly, the Crown.

[1254] Mr. Singh was by far the most knowledgeable Crown witness on the RFP and relocation contracts by his role in their design and his responsibility as project authority to oversee the interpretation and administration of the relocation contracts for many years.

[1255] As mentioned, I asked him questions to confirm what I considered to be noncontroversial facts, i.e. that arm’s-length third party suppliers would not offer their services for free; that RLRS was not allowed to provide services in the place of third party service providers; and that the situation of Envoy, when it bid its third party supplier commitment prices, of being a neutral conduit between the transferee and the Crown in terms of payment for the services.

[1256] Mr. Singh agreed to these facts, which I point out were not controversial and frankly the type of questions that a court would put to Counsel during closing oral submissions to discuss a legal issue. I also asked Mr. Singh to assume the OAG’s conclusion, which was the conclusion of every other Crown witness, that RLRS’ zero percent bid meant that the transferees were to receive the services for free.

[1257] The questions asked demonstrated the fact that every time a transferee would use property management services, RLRS would have to pay the third party suppliers for these services out of its own pocket. This was different for a tendering party that quoted its third party supplier’s commitment price. Envoy for example, would have paid for these services from the transferee’s personalized envelope. Its only task would have been to administer the flow through of payment and to ensure that the third party suppliers performed as required.

[1258] RLRS’ pecuniary interest would therefore be to discourage transferees from using these free services. If acted upon, this interest would have the effect of preventing transferees from capitalizing on RLRS’ bid of free PMS services. It would also undermine the government’s incentive program, which was to encourage transferees to rent, rather than sell their homes, something that would surely be enhanced by an offer of free professional property management services.

2013 ONSC 2034 (*)

Page: 235

[1259] This situation therefore, constituted an obvious actual conflict of interest on the part of RLRS, as opposed to being merely an appearance of conflict of interest. The conflict of interest can only be avoided by requiring the contactor to bid its third party supplier’s commitment prices, such that in the result, it had no interest one way or the other in the transferees’ using PMS.

[1260] It also was evident that the self-interest of RLRS’ desire to discourage transferees from using free PMS could be interpreted as having motivated its unlawful decision to charge transferees, after tendering to provide the services for free.

[1261] Because this point was raised as a result of my questioning, the defendant objected to any argument that RLRS’ bid was noncompliant, or at least referring to this argument to support an interpretation of the RFP.

[1262] As noted, given that normally on a matter of contract interpretation, being in the court’s domain, I would not accede to an objection of this nature. The analysis was based on facts which were not controversial and the parties were provided an opportunity to consider the legal conclusions in both written and oral submissions, which was the case here.

[1263] Moreover, the issue of a conflict of interest from RLRS 0% PMS bid is but one of several arguments that make it obvious that the drafters of the RFP intended that tendering parties bid the ceiling prices of third party suppliers for all third party services.

These other reasons, described in a summary fashion only, include:

the scheme of the RFP, which simply reflected the standard owner/contractor/subcontractor relationship, whereby the third party suppliers were required to adhere to the requirements of the prime contract by the terms of their commitment letters. The scheme of the RFP requiring commitment letters from third- party suppliers would be rendered redundant and of no use if the prime contractor could bid its own third party price. Any payment for these services would not fall within the contract and be relevant only to relations between the contractor and the subcontractor. The transferee receives the services for free and no payments are made from his or her personalized envelope.

If the stated intention of the RFP was to prevent RLRS from using its insider information on actual volumes, the requirement that it tender its fair market value third party supplier prices was the only means to implement that objective. Otherwise, if the tendered ceiling prices were detached from the fair market value of third party service providers, the incumbent could use its insider knowledge on the actual volumes to reduce its bid, which was exactly what RLRS did.

The corollary to the foregoing point is that reliance on estimated volumes, however egregious the error in their metrics, is of no significance when fair market third party service prices were flowed through to the contractor’s tender. Requiring contractor’s ceiling prices to be in tandem with those of third party suppliers, in effect, renders

2013 ONSC 2034 (*)

Page: 236

volumes and their estimates irrelevant, except to assist the government provide an imaginary monetization of the costs, any error in which was the government’s self- created problem, not the contractor’s.

If third party supplier prices were not quoted in the contractor’s tender, the absurd result would occur, as actually happened in this case, whereby the unused value of third-party services from differentials between estimated and actual volumes, known by the incumbent, could be transferred to the administrative fee, thus increasing the costs of the contract to the Crown without providing any additional value in return.

[1264] Despite the obviousness and strength of the interpretation that made RLRS 0% ceiling price bid noncompliant for not replicating its third party supplier’s commitment prices, it was only at the end of the trial, particularly in reply to specific questions from the court in December 2012, that the plaintiffs advanced this submission, including that that RLRS’ 0% PMS bid placed it in a conflict of interest with transferees and the Crown.

[1265] Probably most problematic on this issue is that at no time did the plaintiffs move to amend their pleadings on noncompliance. As shall be seen below, Envoy’s pleadings on noncompliance are limited to claims based on the circumstances involving the breach of the 2002 Contract (Contract B) in charging transferees for PMS, thereby having application only to the 2004 contract. They also pleaded noncompliance as a particular to a claim in tort, but did not pursue it.

[1266] Reflecting on the situation leads me to have concerns that Envoy made the strategic decision not to plead, or amend to plead, “Interpretive” contractual non-compliance of RLRS’ 0% PMS bid.

[1267] I suspect that this decision was based on concerns that an amendment broadly pleading non-compliance would provide an opportunity for the Crown to plead in reply with a complete defence to Envoy’s action. If RLRS had been disqualified, there may have been an opening to argue that Prudential would have been awarded the 2002 contract, rendering the 2004 process redundant. On the other hand, the Crown would have had no interest in inviting Prudential into this litigation. Its total price bid was higher even than that of RLRS. Its damage claim would have been significantly higher than that being made by Envoy.

[1268] However, no evidence was led to determine whether Prudential would have made up of the 55 points lost on the “exceeds” category to qualify had RLRS’ PMS bid been ruled noncompliant in the 2002 process.

[1269] Nevertheless, because of my concerns that by my raising an issue never intended to be brought before the court by the plaintiffs, and perhaps also by the defendant, one which was never formally adopted by the plaintiffs in the form of specific amendments to the statement of claim, I would exceed the bounds of judicial neutrality to act on it. By that I mean to find against the Crown on this issue without it being provided an opportunity to consider and respond to any new issues raised by a properly proposed amendment regarding non-compliance would result in a prejudice that could not be compensated for by costs.

2013 ONSC 2034 (*)

Page: 237

[1270] I raise these points although not relevant to my final decision, because the broader issue of noncompliance was raised during the trial and during oral submissions and some background is therefore required to the Court’s decision not to rely on the issue.

[1271] Accordingly, I proceed on the basis of how the case was presented to the court by the parties whereby RLRS was entitled to bid 0 percent for PMS services. This raises the alternate issue regarding noncompliance arising from RLRS subsequently charging transferees for PMS, which follows.

Noncompliance by RLRS’ Charging Transferees for PMS

[1272] The plaintiffs make only two references in their amended statement of claim to RLRS having made a noncompliant bid. They are found at paragraph 24, expressed as a particular of its tort claim, and at paragraphs 114 and 115. The plaintiffs did not pursue their argument of noncompliance based on tort principles.

Implied Intention

[1273] The

elements of plaintiffs’ pleading and submissions in respect of non-compliance which

I retain are

based upon the Crown turning a blind eye to RLRS’ failure to honour its 2002 PMS

proposal not to charge transferees. This is evidence of RLRS’ intention not to be bound by the same proposal when made in the 2004 RFP, thereby according favourable treatment to RLRS.

THE DEFENDANT ACCEPTED A NON-COMPLIANT BID

114.The Auditor General’s report also revealed to the Plaintiffs, for the first time, that RLRS did not bid a price for the provision of property management services in its financial proposal for the CF contract, thereby representing that these services were going to be provided without cost to CF members. The Auditor General’s report indicated, however, that a review of sample files indicated that a number of CF members had in fact paid for these services. These facts were not previously known to the Plaintiffs.

115.The RFP required RLRS to disclose a” (sic) requested pricing details in its bid. By not quoting a price for property management services, RLRS did not disclose that CF members were going to be charged for these services, and did not provide the ceiling price required with respect to such intended charges. The Plaintiffs plead that RLRS thus failed to comply with the mandatory criteria of the RFP and was not eligible to be awarded the contracts by the Defendant. However, the Defendant has turned a blind eye to this non-compliance.

[Emphasis added.]

[1274] The plaintiffs’ written submissions include references to RLRS’ intention not to adhere to the contract term of providing PMS transferees at no charge and defendant’s knowledge of the same as follows:

2013 ONSC 2034 (*)

Page: 238

1856. In this case, the Defendant breached Contract A by accepting a bid from RLRS that was non-compliant on its face. The RFP required bidders to quote a ceiling rate for property management services. RLRS did not do so. They misleadingly quoted a ceiling rate of zero, but that was not the ceiling rate they intended to apply in fact.

...

1858. RLRS, on the other hand, quoted a ceiling rate of zero for property management services (as they had done in 2002). RLRS failed to bid their actual ceiling rate. This was not a mere irregularity in their bid. On the contrary, the cost of a service is a material fact in the tendering context. This meant that, on its face, the RLRS bid did not comply with a material condition of the RFP and misrepresented its bid.

1860. The Defendant, however, knew or ought reasonably to have known that RLRS had no intention of honouring the terms of its zero ceiling rate quote.

1861. The evidence at trial showed that RLRS had similarly quoted a ceiling rate of zero for this same service in their 2002 bid. Furthermore, the evidence shows that the Defendant was aware that, despite the terms of their bid, RLRS was actually charging transferees for this service and passing this charge on to individual members – contrary to the terms of their 2002 tender – as early as 2003. The Defendant accepted and condoned this practice for years under both the 2002 and 2004 contracts.

1864. The fact that RLRS’ practice with respect to quoting a ceiling rate of zero and then levying a charge on transferees, was known to the Defendant since the 2002 contract, suggests that, the Defendant knew or expected that RLRS would do the same thing when it bid in 2004.

1865. By accepting a bid that the Defendant knew was materially non-compliant and false, the Defendant showed favouritism to RLRS and breached its obligations to the Plaintiffs under Contract A.

[Emphasis added.]

[1275] The defendant argued that plaintiffs’ argument was defeated by the application of the decision of the Supreme Court in Double N. It is argument may be summed up in paragraph 123 of its closing submissions.

2013 ONSC 2034 (*)

Page: 239

123.As indicated above, in Double N Earthmovers, the Supreme Court of Canada concluded that the duty of fairness owed to the Plaintiffs under Contract A does not extend past the creation of Contract B. It follows that the Crown owes no duty to the Plaintiffs regarding RLRS’ performance under the resulting contracts, Contract B. Further, the Supreme Court of Canada has made it clear that there is no obligation on the part of a party calling for tenders to investigate a bidder to ensure that it will do what it promises to do in its bid.

[Chapter 6 of defendant’s written submissions.]

[1276] In my view, the defendant has misconstrued plaintiffs’ argument. It is primarily based upon events not occurring after the formation of Contract B, but on events that preceded and accompanied the awarding of the 2004 Contract A. These facts demonstrate RLRS’ intention not to be contractually bound.

[1277] In this regard, the Supreme Court in Double N described how a court should determine the intention of the tendering party at the time of awarding the contract at paragraphs 65 and 66 of the majority reasons as follows:

65

At the moment the City communicated its acceptance of Sureway’s

bid to Sureway, a 1980 Caterpillar

D8K was what Sureway promised and was

obliged

to supply. Although the trial

judge found that Sureway had been deceitful,

[1]it is Sureway’s intentions at the time its bid was accepted that are relevant. As stated by I. Goldsmith and T. G. Heintzman in Goldsmith on Canadian Building Contracts (4th ed. (loose-leaf)), at p. 1-15: “Although it is the intention to be contractually bound that is the determining factor, the intention must not be a unilateral one, concealed from the other party. [2] The relevant intention is that which the party in question by his actions or words displays to the other, not some hidden intention which he may have concealed in the inner reaches of his mind.”

66

Importantly, the

trial

judge

made a finding that the City was

unaware

of Sureway’s deceit

until

after

[Supreme Court’s emphasis] it had

accepted Sureway’s tender. In his words, “no one in the City knew as a matter of fact that [Sureway] had bid the 1979 unit until August 28 or 29, 1986 and that is after the contract had already been let to [Sureway]” (para. 27). There was, as a result, no collusion between the City and Sureway to disregard the tender terms.

[Emphasis and numbering added.]

[1278] I find as a fact that RLRS, by its previous conduct, revealed its intention not to be bound by its 0% bid on PMS. I find that it was evident to Mr. Singh and Mr. Goodfellow prior to contract award that, in re-submitting its 0% bid on PMS in 2004 with the knowledge that RLRS had not honoured the same contract term in 2002, it was not RLRS’ intention to be contractually bound by its tender.

2013 ONSC 2034 (*)

Page: 240

[1279] Moreover, it cannot be a defence to the intention of RLRS revealed to Mr. Singh and Mr. Goodfellow that these gentlemen were so incompetent or negligent that they did not understand RLRS’ intention not to be bound by its 0% bid on PMS, as appears to be one of the defendant’s arguments.

Not realizing the effect of a document in front

of you is not a failure of a duty to investigate; it is

a duty of the Crown to know the requirements

of its own contract. Competence of the owner in

assessing whether a bid is compliant

is an “obvious” implied term as a necessary corollary to the

implied duty of fairness in rejecting

non-compliant bids. See M.J.B. Enterprises Ltd. v. Defence

Construction (1951) Ltd., [1999] 1 S.C.R. 619, at para. 29.

Contractual Collusion

[1280] The plaintiffs have in any event, pleaded and demonstrated that there was a culpable form of collusion by the Crown intentionally turning a blind eye to RLRS’s intention to breach the contract, if awarded it. This finding falls within the exception of the Supreme Court to permit consideration of post-contract award events as previously cited from Double N: “There was, as a result, no collusion between the City and Sureway to disregard the tender terms.”

[1281] I reject the Crown’s argument that that Envoy’s “blind eye” pleading is not one of “collusion” or “deceit” as those terms were used in Double N. The context of use of these terms in Double N shows that the issue falls under contract law. They were employed in their ordinary meaning of conduct done with knowledge or intention of consequences, as opposed to suggesting the requirement of the pleading of some form of tortious conduct. The issue is one of contractual implied duties, not of causes of action in tort law.

[1282] The issue of failing to disqualify a bidder on the grounds of non-compliance is an “obvious” implied term of a fair procurement process. Similarly, it is obviously unfair if an owner intentionally turns a blind eye to an obvious breach of a contract that allows one of the bidders to win at the expense of others. This represents the contractual allegation. If the Supreme Court intended to introduce tort principles into the discussion, it would have said so in plain terms and considered the issue against the constituents of the nominate tort in question, such as occurred in the decision of Martel, discussed below.

[1283] Collusion is also relevant to the blameworthiness of the owner. One of the factors in the Double N decision was that the City of Edmonton was an innocent party because it had no forewarning or knowledge of the contractor’s deceitful behaviour. In contradistinction to those facts, blameworthiness and culpability on the part of the Crown is evident throughout this tendering process.

[1284] Not only was Mr. Singh aware of the breach of the 2002 Contract B, he and probably others, were complicit by granting their approval to RLRS to use the commitment forms that indicated transferees would actually be charged for the services.

[1285] Indeed, it was a joint undertaking. The active participation of Mr. Singh and others was necessary to permit RLRS to breach the 2002 contract, which I find was undertaken knowingly

2013 ONSC 2034 (*)

Page: 241

by Mr. Singh, and likely Mr. Pyett, with the intention of conferring a benefit on RLRS. When the same bid is allowed to be repeated in 2004, Mr. Singh is colluding with RLRS because he knows for a certainty of RLRS’ intention to charge transferees.

[1286] Furthermore, by participating in the design of the 2004 RFP, Mr. Singh was culpable in not ensuring that the same breach could not recur. It was in his power to prevent this simply by drawing to the attention of the IWG past circumstances involving PMS. His intentional omission in this regard only adds to the knowledge of the Crown prior to the 2004 opening of bids, that RLRS would persist in perpetrating its unlawful behaviour.

[1287] The Crown’s position only worsens upon bringing Mr. Goodfellow into the picture. He is aware prior to the award of the 2004 contract that RLRS was charging for PMS under the 2002 contract when he receives copies of the 2002 commitment forms in September 2004 from Mr. Singh. By turning a blind eye to this information, he also is colluding in support of RLRS.

[1288] As a side point, but in fact a very important one, I find that Mr. Goodfellow is also aware that the “sample” commitment form quoting 8% for PMS in the technical merit component of RLRS’ 2004 proposal is not a “sample”, but its actual price bid. This was not permitted and would constitute another ground requiring him to declare Royal’s bid noncompliant prior to award of the contract.

[1289] As a result of my conclusion that RLRS’ 0 percent bid on PMS in the CF and GOC/RCMP contracts was noncompliant and thereby should have been eliminated from further consideration in these procurement processes. The plaintiffs, as the tendering party with the next best total scores in all three processes, would be entitled to recover for their losses of expected profits in failing to be awarded the contracts resulting therefrom.

The Crown’s Contractual Breaches of the Implied Duty of Fair and Equal Treatment

[1290] The defendant is relying upon a form of what I describe as a “bright line” analysis that distinguishes on a temporal and existential basis between Contract A and Contract B to deny liability to the plaintiffs. In my view, the jurisprudence does not support such an analysis.

[1291] In particular, I conclude that the jurisprudence in this area stands for the proposition that the law on the duty of fair and equal treatment is comprised in two steps. Firstly, there is the court’s determination whether to imply a duty of fairness that is relevant to the circumstances before the court. Faced with new circumstances, the issue becomes whether the content of the implied duty of fairness recognizes the impugned activity as being unfair. This is similar to recognizing a new duty of care in negligence following a somewhat similar procedure based on policy considerations applied to the objectives of contracting.

[1292] Secondly, the court must decide, based on all the relevant facts before it, whether the defendant has failed to perform, i.e. breached, the implied terms.

[1293] One of the conclusions of Martel is that performance of Contract A cannot precede its formation, thus the false prescription advanced by the Crown that events occurring before the

2013 ONSC 2034 (*)

Page: 242

formation of Contract A are not relevant. This fails to recognize that unfairness as part of an implied duty may be demonstrated by evidence found anywhere, at any time.

[1294] For example, the courts have recognized that there cannot be concealed unfair preferences in tender documents. As demonstrated below, establishing that the terms are unfair is a matter of evidence, which may include demonstrating that the contractor intentionally drafted the contract so as to favour one of the tendering parties. What could be more unfair?

[1295] Thus, the evidence of the unfairness, when it is not apparent on the face of the contract, depends upon an examination of the conduct of the contractor at the time the impugned provision was drafted, for example when the decision was made to vary the weight of technical merit in the selection formula. Similarly, the unfairness of the PMS provisions are demonstrated by previous results from the same provisions. Conduct of the parties after the contract has been awarded they also demonstrate unfairness of a rigged process.

[1296] There is no policy possible, when the overriding objective is to ensure fair and equal treatment of tendering parties, that would either deny the recognition of a duty not to rig the tender process, or to make use of the evidence on events from anywhere at any time that establishes the process as being unfair.

[1297] I will try to explain the distinction in my analysis that follows.

Property Management Services

[1298] The defendant argues that the duty of fair and equal treatment is limited to the assessment of bids and does not apply to all aspects of the bidding process. Therefore, the plaintiffs cannot make any claim in respect property management services because it relates to the drafting of the tender documents, not the evaluation of tenders.

[1299] I first consider the three fact situations relating to a claim of unfairness in respect of the bid component involving property management services, after which I consider the defendant’s argument that the duty of fair and equal treatment only pertains to the assessment of tenders.

Fairness Claim #1: RLRS had information that actual historical PMS volumes could be used to tender PMS provisions despite the formula being stated in terms of estimated volumes, which was not known by Envoy which understood from directions of the defendant in answers to questions that the actual volumes were not relevant to tendering PMS.

[1300] In Cardinal Construction Ltd v. Brockville (City) (1984), 25 M.P.L.R. 116 (Ont. H.C.J.), Henry J. of the Ontario High Court of Justice stated the applicable principle, at para. 51:

Given the general principle that a bidder is entitled and expected to rely on the tender documents as conveying the best information the engineer can give, it is not good enough in my opinion to provide information that is misleading incomplete or inaccurate with the intention that the more experienced or

2013 ONSC 2034 (*)

Page: 243

knowledgeable bidder will ferret out the problems from “clues”. The information should be clear and intelligible to all bidders and in this case it was not.

[Emphasis added.]

[1301] Similarly, in Bureau d’études stratégiques et techniques en économique v. Canada (Canadian International Development), 2007 * 55898 (CITT), at paras. 40 and 42 the CITT expressed a similar comments:

40In the Tribunal’s opinion, it is clear from the evidence on the record that the contract winner had information in his possession that was not available to B.E.S.T.E. and the other bidders.

[…]

The Tribunal cannot determine that the contract winner would not have received the most points for these two requirements had it not been for the fact that he had access to the information of which the other bidders were deprived. According to the evidence on the record, however, it is reasonable to conclude that he appears to have obtained a clear advantage from it. The Tribunal therefore finds that the fact that B.E.S.T.E. was deprived of information relevant to the preparation of its bid, information that the contract winner had because of his mandate relating to the selection of the CSA, constitutes a breach of the AIT.

[1302] The defendant, I do not believe opposes the implied duty of fairness expressed in this fashion. It submitted as follows in this regard:

The party calling for tenders must disclose all of the operative terms upon which all bidders will be evaluated. It follows that the duty will be breached if the winner is determined based on a criterion or a condition that is unknown to bidders. Elite Bailiff Services Ltd. v. R., 2003 BCCA 102 at para. 23, Force Construction Ltd. v. Nova Scotia (Attorney General), 2008 NSSC 327 at para. 43; Kinetic Construction Ltd. v. Comox – Strathcona (Regional District), 2003 BCSC 1673 at para. 35; Cherubini Metal Works Ltd. v. New Brunswick Power Corporation, 2007 NBQB 157.

[1303] Its complaint however, appears to be that one cannot prove that the terms are concealed on the basis of misconduct of the owner in drafting the terms as this is based on facts related to the performance of the duty that existed prior to Contract A being formed.

[1304] That issue does not arise as I have expressed the duty because I conclude that RLRS had access to information that it could bid the PMS item based on actual volumes, which Envoy was not aware of because the answers to questions had directed Envoy to use estimated volumes found in the BOP formula. Therefore, Envoy’s information was that its tender on PMS would have to use the estimated volumes, not the actual volumes that it knew were much less.

2013 ONSC 2034 (*)

Page: 244

[1305] I have found as a fact that the answers in the form of amendments directed Envoy to rely on the estimated by the fact that the answers acknowledged that the estimates were incorrect and that the Crown did not know what the actual volumes of PMS were.

Fairness Claim #2: RLRS’ Access to Actual PMS Volumes Provided It an Unfair Advantage

[1306] The plaintiffs argue that RLRS’ access to actual volumes gave it an unfair advantage over other bidders in the 2004 procurement process. This was also the point made by the OAG in its report to conclude that the bidding process on PMS was unfair.

[1307] As the evidence came out however, plaintiffs’ argument that it did not have the same general knowledge of PMS volumes as RLRS was, to some extent, undermined. Envoy acknowledges that it was aware prior to tendering that the PMS volume estimates were egregiously erroneous. Mr. Anania testified that from his experience the volumes were “impossible” and that usage would normally be about 1%, as opposed to 60% of total relocations.

[1308] In reply, the first point is that unfairness is not in respect of any single bidder but all bidders; see Double N, para 52. There is no evidence that other bidders had the same experience as Envoy and knew that PMS volumes were grossly exaggerated. Access to volumes, therefore, placed RLRS at an advantage to the class of other bidders in this tender process.

[1309] Secondly, I conclude that Envoy was treated unfairly in a more narrow fashion by the defendant’s failure to provide it with the same accurate information, as opposed to generally understood information, that RLRS possessed on actual PMS volumes when requested during the tendering period.

[1310] In the context of the obvious controversy that existed in the non-incumbent bidder’s minds regarding PMS as evidenced by their questions, their lack of knowledge of actual volumes placed them at a disadvantage. RLRS possessed complete information on PMS volumes. It also was aware that it could base its tender on actual volumes to quote a 0% PMS ceiling price, given that a similar bid was accepted in 2002.

[1311] Thirdly, the unfairness did not just work directly on how the bid was evaluated, but rather indirectly, how its causative effect would have prevented the unfair PMS provisions from being included in the RFP.

[1312] I conclude that had accurate PMS volumes been provided to non-incumbent bidders, it would have become immediately apparent that the PMS tendering provisions were a scam by their use of egregiously inflated PMS volumes that in no way could be described as “estimates”. I further conclude that this would have resulted in a new PMS formula being used and the evaluation conducted on the basis of fair provisions.

[1313] As the results of the bidding process were unfair, I consider the implied term must exist using the test of obviousness developed by the Supreme Court that focuses on upholding the integrity of the procurement process.

2013 ONSC 2034 (*)

Page: 245

Fairness Claim #3: The Crown Breached its Duty of Fair and Equal Treatment by Including Hidden Preferences in the RFP concerning PMS that Provided an Unequal and Unfair Advantage to RLRS

[1314] This component of the duty of fair and equal treatment describes the unfairness not in terms of access to information, but in terms of a concealed advantage in the tender provision by the effect of the repetition of the PMS provisions in the 2004 RFP. It would similarly apply to the selection formula that concealed the unfair advantage that it provided RLRS in regard to technical merit.

[1315] I conclude that the repetition of the 2002 PMS provisions in the 2004 RFP constituted a hidden preference to RLRS that was concealed from Envoy and the other bidders. In this manner Envoy was treated unequally and unfairly.

[1316] Establishing an unequal advantage resulting from tender provision normally does not demonstrate unfairness. An RFP is intended to discriminate between bidders to establish who wins the tender, thereby providing an advantage to the most meritorious bidder. The real challenge is demonstrating unfairness in the inequality. This is demonstrated in respect of the unfair provisions of the relocation RFPs by a combination of evidence of circumstances.

[1317] First, the proportionality of the inequality of outcomes can serve as evidence to assist demonstrating unfairness. By this I mean that when the unequal advantage is so great in outcome, and indeed so obvious, it shouts unfairness by its very results. This fundamentally is why I reject the evidence of both Mr. Pyett and Mr. Goodfellow that they were not concerned or thought there may have been some unfairness in outcomes that produced a $42 million and $48 million differential on one item.

[1318] RLRS being the only bidder to quote a 0% ceiling price providing it with a grossly disproportionate advantage in outcome ($48 million) in comparison with that of the other bidders who bid the provision in an entirely different manner is prima facie evidence, indeed I would say conclusive evidence that the provision had unfairly unequal application in its treatment of bidders. The proportion of the disproportionate outcome is moreover, consistent with the proportions of the misrepresented values of the estimates of PMS volumes, again pointing directly to the source of the unfairness of the unequal treatment of the bidders.

[1319] Secondly, the unfairness of the advantage may be further demonstrated by circumstantial evidence showing a pattern of past significant advantage to RLRS. This supports the conclusion that the unusual circumstances of repeating the 2002 provisions in 2004 will produce a result that is consistent with similar past advantage favouring RLRS. This result is not, in fact, dependent upon the blameworthiness of persons responsible for the repetition of the advantage to RLRS; only that it happened in the past. This supports the conclusion that it is unfair to repeat the same provisions in 2004 which resulted in a disproportionate and concealed advantage to RLRS when the outcome from recourse to the same provisions had previously been established.

2013 ONSC 2034 (*)

Page: 246

[1320] Accordingly, an argument that the conduct of Mr. Singh and Mr. Pyett was in good faith in the preparation of the tender provisions is irrelevant to this line of argument. The unfair inequality of treatment is demonstrated from past circumstances that demonstrate the outcome is predetermined, making it objectively unfair when concealed, for whatever reason, from the other bidders.

[1321] Thirdly, that is not the say that establishing the intention of persons preparing tender documents to favour a tendering party by concealed measures cannot be evidence to prove obviousness of the unfairness of an implied term.

[1322] Blameworthiness of a significantly obvious degree by conduct for example that is proven to be intentional and knowingly made to advantage or disadvantage a bidding party could be used to demonstrate that an implied term was unfairly unequal. In other words, in examining the evidence on Messrs. Singh and Goodfellow in respect of the provisions on PMS (and the change to the selection formula), I conclude that they intentionally and knowingly drafted the tender provisions to provide an advantage to RLRS which was unknown to the other bidders and indeed hidden from them. This is evidence supporting the conclusion that the provisions contained concealed preferences and that the unequal outcome of their application was unfair.

[1323] These circumstances would strike the officious bystander as so obviously unfair that no policy ground could be considered as justifying the exclusion of intentionally unfair conduct as evidence of an implied term in Contract A.

[1324] As a member of the IWG, Mr. Singh had participated in the preparation of the 2004 tender documents. He was in a conflict of interest position from his past favouritism towards RLRS when he turned a blind eye to its material breach of the 2002 Contract B.

[1325] In addition, Mr. Singh had demonstrated appearances of bias by his relationship over the years with RLRS. He also harboured a negative and resentful animus towards Envoy for having initiated the conflict of interest investigation conducted by Mr. Genest.

[1326] His intention to conceal the advantage to RLRS’s is demonstrated the evidence that Mr. Singh intentionally did not inform Mr. Goodfellow or others on the IWG

(1)of the grossly inflated PMS volumes,

(2)of RLRS’ previous 0% quote for PMS in 2002 in contradistinction to that of other bidders who sustained a serious price disadvantage as a result, or

(3)that RLRS had charged transferees for PMS services in breach of the 2002 Contract B with his approval.

[1327] Mr. Singh intentionally did not transmit his knowledge of RLRS’ advantage from the PMS terms to the IWG, thereby conferring a benefit on RLRS by allowing the tender provisions on PMS to be repeated in the 2004 tender documents.

2013 ONSC 2034 (*)

Page: 247

[1328] Although not a member of the IWG that drafted the 2004 tender documents, I find that Mr. Pyett also intentionally conferred a benefit on RLRS by failing to bring to the attention of his superiors or Mr. Goodfellow the significant price advantage gained by RLRS in the 2002 tender by the ambiguity that he recognized from the bidders’ PMS proposals.

[1329] I do not consider the “Chinese Wall” imposed between the 2002 and 2004 tender processes to be a legitimate excuse to have prevented Mr. Pyett from taking steps that in some matter would have assured that the ambiguous PMS provisions in the 2002 RFP should not have been repeated in the 2004 tender documents. Mr. Pyett was concealing information on the 2002 bid and used the Chinese Wall direction as a convenient excuse to continue to favour RLRS by permitting it to breach the 2002 Contract B and similarly to gain an advantage in the 2004 tendering process.

[1330] I have already pointed out that the failure to provide accurate PMS volumes placed the non-incumbent bidders at a disadvantage in tendering on the 2004 PMS provisions.

[1331] From the clarification questions posed by the non-incumbent bidders during the open tendering period in the 2004 RFP, Mr. Singh was aware that the ambiguity caused by the misrepresented “estimated” volumes was unresolved in the 2004 tender documents.

[1332] Evidence of the unfair advantage in the concealed terms of the PMS was thus confirmed again by Mr. Singh knowingly taking no steps to ensure that the bidding parties understood that they should not rely upon the estimated volumes or that there was an obligation an obligation to quote ceiling prices of third party suppliers, in particular in respect of Crown’s answers to question to questions from non-incumbent bidders.

[1333] Evidence of the unfair advantage in the concealed terms of the PMS was again confirmed by Mr. Singh knowingly not taking steps to obtain actual volumes, or confirm with bidders his knowledge that the estimates were grossly misleading and would lead to disproportionate outcomes if relied upon.

[1334] Accordingly, I conclude that the Contract A of the 2004 CF and GOC/RCMP contained a duty of fair and equal treatment that concealed preferences to the advantage of any bidder should not be contained in the tender documents. By reason of the PMS provisions (as well as the method of selection terms) contained in the 2004 RFP that provided a concealed unequal and unfair advantage to RLRS, the defendant violated the implied duty of fair and equal treatment.

The Defence: The Implied Duty of the Crown to Treat Bidders Fairly and Equally is Confined to the Evaluation of Tenders?

[1335] The defendant submitted that the duty of fairness does not extend beyond a duty to treat all bidders fairly and consistently in the process of assessing bids. The duty of fairness therefore, does not apply to other aspects of the bidding process. In particular, it does not apply to the preparation of tender documents. As confirmed by defendant’s counsel, even if the PMS provisions and method of selection formula confer an unfair advantage on RLRS, i.e. were

2013 ONSC 2034 (*)

Page: 248

rigged, this would not violate the implied duty of fair and equal treatment which is confined to the assessment of tenders.

[1336] To ensure that I do not misrepresent defendant’s submissions on this point, I will set them out at length from Chapter 6 of its written submissions, as follows:

The scope and extent of the duty of fairness is limited. The duty of fairness only comes into existence when Contract A is formed, upon submission of a compliant proposal. The duty of fairness owed under Contract A ceases when Contract B is entered into. It is clear that there is no free-standing duty of fairness that applies to all aspects of a tendering process independent of the contractual duty.

Further, the duty of fairness does not extend beyond a duty to treat all bidders fairly and consistently in the process of assessing the bids.

All of the operative terms associated with the assessment of property management services as part of the financial evaluation were disclosed to bidders in the Requests for Proposals. Bidders were provided with the exact formula that would be used to arrive at an amount for property management services for purposes of financial evaluation. The Plaintiffs’ representatives acknowledged that they knew that the formula for property management services included estimates and that the 60% figure was not based on any actual usage prior to bidding but was a formula to be used for evaluation purposes only, to arrive at a total bid price. They were also made aware of exactly how the winning bidder would be determined and the weight that would be placed on the financial evaluation for this purpose. With this knowledge, the Plaintiffs chose to bid.

The evidence also establishes that the formula for the purposes of evaluating property management services was consistently applied for the financial evaluation of all bidders.

The Plaintiffs assert, in paragraph 1795 of their submissions, that an owner has a duty to disclose all material project-related information to all bidders. As indicated in Chapter 3, the case law establishes that there exists an implied duty of fairness under Contract A in a tendering process. The law is also clear that no term will be implied if it is inconsistent with an express term of Contract A. It follows that the content of the duty of fairness depends on the circumstances of the particular case.

In this case, the content of the duty of fairness must be determined with reference to the express terms of the tender documents, consisting of the RFP and the amendments thereto. The express terms of the RFP included formulas for property management services (and the other third party services) that were provided solely for evaluation purposes, in order to arrive at a total bid price.

2013 ONSC 2034 (*)

Page: 249

As explained by Mr. Goodfellow the formula for property management services was not meant to represent historical data. It was a formula that was used to come up with the total estimated price. He also described it as a methodology to calculate the total price. The fact that the 60% estimate included in the formula for property management services was not intended to reflect the historically accurate usage is also made clear by the questions and answers in RFP Amendments No. 1 and No. 5, referred to earlier in this Chapter. These make it clear that the Defendant was not purporting to provide historically accurate usage figures but that the estimates were to be used by all bidders for purposes of the calculation of a total bid price as part of the financial evaluation.

Given these express provisions of the tender documents, the duty of fairness under Contract A did not include an obligation to disclose the historically accurate usage of property management services.

The formula for property management services which would be used for the purposes of calculating a total bid price for each bidder was the material project- related information that the Defendant was obliged to disclose to all bidders under the circumstances. As this information was published in the RFP, which was available to all bidders, this obligation was clearly satisfied.

[1337] The defendant submits that it complied with the duty of fairness regarding financial evaluation of PMS because the same information, i.e. the PMS basis of payment formula, was provided to all bidders and their bids were evaluated in the same way. It was the same for everyone and was used to evaluate all tendering parties’ bids, ergo the process was fair.

[1338] On this basis, it advises the Court in response to a question seeking clarification that the rigging of the PMS and selection formula provisions is irrelevant to any duty of fairness, because it pertains to the preparation of tender documents and events that preceded and are not a component of the evaluation of the tender. Obviously this presents an absurd outcome as measured by the policy underlying the duty of implied duty of fairness.

[1339] I think there are two answers to this argument. Firstly, the simplest answer is that the definition of what constitutes an unfair evaluation would include an evaluation carried out on an RFP that includes concealed advantages or disadvantages to any bidder. Any aspect of the tendering process upon which an evaluation is based is part of the evaluation process. Accordingly, if the tender terms are inherently unfair because of undisclosed preferences, the evaluation based on those tender terms is equally unfair. The jurisprudence upholds this result.

[1340] In fairness to the defendant, it accepts this argument and the confusion may arise because the plaintiffs did not specifically plead the implied duty of concealed preference as one of the numerous duties it did advance. But it is implied in the argument that the PMS provisions were a sham. What else could a sham be but a misrepresentation of a fair term that is concealed in the provisions the unfairness of which must be revealed outside of the provisions proper.

2013 ONSC 2034 (*)

Page: 250

[1341] Secondly, if necessary the defendant reads too much into the jurisprudence it relies upon to support this conclusion, which never dealt with the fact situation posited here. I refer to the Supreme Court decision in Martel and the British Columbia Court of Appeal decision of Hub Excavating Ltd. v. Orca Estates Ltd., 2009 BCCA 167, 61 B.L.R. (4th) 159 (“Hub”). Because these decisions support the plaintiffs’ circumstances as being victims of unfairness, I will briefly review them.

Hub Excavating

[1342] The defendant quoted from language found in the British Columbia Court of Appeal decision of Hub Excavating Ltd. v. Orca Estates Ltd., 2009 BCCA 167 (“Hub”) to support its contention that the implied term of fairness is limited to the evaluation of tenders. I do not find that to be the case if it means that a duty of fairness cannot arise from a defectively drafted RFP.

[1343] While this decision contains statements that would appear to support the defendant’s contention, Hub also describes nondisclosure of standards in tender documents as being included in its meaning of the evaluation process. This evident in paragraph 40 relied upon by the defendant:

[40]Second, the duty of fairness established in Martel is confined to an obligation to treat all bidders fairly and consistently in the process of assessing the bids. It does not extend to other aspects of the tendering process. This is borne out in the numerous authorities cited by the parties, all of which dealt with allegations of unfair practices, such as reliance on hidden preferences or uneven application of bid criteria, in awarding a bid. While some cases raised issues of nondisclosure in tender documents circulated before Contract A was formed, the impact of that alleged unfairness was only considered at the point of determining the successful bidder: Elite Bailiff Services Ltd. v. British Columbia, 2003 BCCA 102 (*), 2003 BCCA 102, 223 D.L.R. (4th) 39; Chinook Aggregates Ltd. v. Abbotsford (District), [1990] 1 W.W.R. 624, 40 B.C.L.R. (2d) 345 (C.A.)

[Emphasis added.]

[1344] The Court of Appeal’s description of the evaluation process extends to nondisclosure in tender documents. This would encompass concealed preferences of the nature adverted to in my analysis of the provisions in the 2004 RFP. As described above, the unfair term of a RFP is characterized as forming part of the evaluation process because it makes the evaluation unfair.

[1345] Any other determination that would permit unfairness in the bidding process due to the content of tender documents would necessarily undermine the integrity of the procurement process.

[1346] The two cases referred to by the British Columbia Court of Appeal demonstrate that nondisclosure in tender documents is tantamount to concealed preferences similar to those I find were contained in the PMS provisions and the Selection Formula.

2013 ONSC 2034 (*)

Page: 251

[1347] Chinook Aggregates Ltd. v. Abbotsford (District) (1990), 40 B.C.L.R. (2d) 345 (B.C.C.A.), the British Columbia Court of Appeal dismissed the appeal by a municipality from a judgment awarding damages for breach of contract. More importantly, the trial judge found that the municipality had breached an implied contractual term to treat all bidders fairly when it adopted a policy of preferring bids from local contractors whose bids were with 10% of the lowest bid. Potential bidders were not given notice, in the advertisement or in the instructions, of the municipality’s preference. The British Columbia Court of Appeal held, at para. 9:

By adopting a policy of preferring local contractors whose bids were within 10 per cent of the lowest bid, the appellant in effect incorporated an implied term without notice of that implied term to all bidders including the respondent. In so doing, it was in breach of a duty to treat all bidders fairly and not to give any of them an unfair advantage over the others.

[Emphasis added.]

[1348] In Elite Bailiff Services Ltd. v. British Columbia, 2003 BCCA 102, 223 D.L.R. (4th) 39, British Columbia Court of Appeal considered the degree of evidence necessary to avoid a claim that the tender included a secret preference, which onus the owner met. Nonetheless, the point is made in the reasons that without sufficient evidence the process would have been unfair for including a secret preference. Regarding disclosure of the criteria on which an owner intends to assess in a bid, the court stated, at para. 27:

I do not agree that a secret preference arose in this case or that the owner failed to disclose fully and fairly the criteria on which it intended to assess the bids received by it. To this extent…where the criteria has been disclosed, the “essential requirements of objective fairness and good faith” (see Sound Contracting Ltd. v. Nanaimo (City) (2000), 74 B.C.L.R. (3d) 239 (B.C.C.A.), at para. 18) do not require the disclosure of the exact weigh (or number of points) to be allocated to the constituent parts of the criteria. The listing in para. 11.2 of the RFP…was in my view an adequate disclosure of the criteria to be applied, and which were in fact applied, by the assessment committee.

[Emphasis added.]

[1349] I find no distinction between a “concealed preference” and an “undisclosed standard” referred to in the decisions above with respect to preferring local contractors or providing insufficient details. In either case, tender documents concealing preferences or undisclosed standards undermine the integrity of the bidding process and with that, the implied obligation to treat all bidders fairly and equally.

[1350] Accordingly, by reference to these cases, I conclude that the British Columbia Court of Appeal in Hub clearly included undisclosed preferences in tender documents that are evaluated as being part of the evaluation process.

2013 ONSC 2034 (*)

Page: 252

[1351] Ironically, by reference to the Martel decision in Hub, it is also apparent that the Supreme Court is the same view that inclusion of undisclosed standards or concealed preferences in tender documents would diminish the integrity of the procurement process. In Martel, at para. 88, the Supreme Court of Canada made reference to this issue:

Implying an obligation to treat all bidders fairly and equally is consistent with the goal of protecting and promoting the integrity of the bidding process, and benefits all participants involved. Without this implied term, tenderers, whose fate could be predetermined by some undisclosed standards, would either incur significant expenses in preparing futile bids or ultimately avoid participating in the tender process.

[Emphasis added.]

Distinguishing Hub Excavating

[1352] While I do not think it is necessary, it is also possible to distinguish Hub on the facts inasmuch as the issues before it did not relate in any fashion to the tendering process.

[1353] This is evident from the description of the alleged violations of the duty of fairness, which were described in Hub Excavating, at para. 35, as follows:

1.They proceeded with a futile bidding process when they knew or ought to have known from the outset that the project was not economically feasible;

2.Through Mr. Morris as their agent they made inaccurate statements to Hub on May 21 that led it to believe it would be awarded the job; and

3.Having decided on May 28, 2004 that Phase 12 would not proceed, they failed to advise Hub promptly of that decision.

[1354] The issues raised by the plaintiff in Hub were truly “free-standing”. They bore no relationship to the competitive tendering process that determined the winning bidder. The alleged breaches related to actions taken, or not taken, by the owner before or after the tendering process.

[1355] More to the point, none of these issues bear any relationship to the content of a Contract A implied duty of fairness which concerns fair and unequal treatment of bidders in the competitive tendering process.

[1356] I think it is arguable that based on the facts of Hub, the case has have nothing to do with the evaluation process, but everything to do with the content of the implied duty of fairness, which does not include duties outside of and collateral to the competitive tendering process.

Martel Building Ltd.

2013 ONSC 2034 (*)

Page: 253

[1357] As indicated, the British Columbia Court of Appeal in Hub relied upon the Supreme Court’s decision in Martel to conclude that the implied duty of fair and equal treatment is constrained to the assessment process.

[1358] Martel is an important decision because it confirmed the implied duty of fair and equal treatment in procurement contracts. But its main purpose was to ensure that tort claims did not extend into the tender preparation stage of the procurement process. This is where the confusion in the defendant’s reasoning arises.

[1359] The Supreme Court went forward on the basis that it was dealing with a duty of care in tort law that alleged negligence in the preparation of tender documents. This can be seen in how it categorized the Court of Appeal’s findings of the tortious breach of the defendant’s duty to treat the bidders fairly into those involving the preparation of tender documents [to be analyzed using tort principles] and those related to the evaluation of the bid [to be subsumed into contract principles]. It made the distinction in paragraph 75 of its reasons as follows:

75The Court of Appeal held that the Department had breached its duty to treat Martel’s bid fairly. Desjardins J.A. based this conclusion on the trial judge’s following findings: (1) that the contiguous space requirement had not been required initially by the AECB and had been negligently added to the tender specifications; (2) that “a somewhat arbitrary assessment of fit-up costs appear[ed] to have been added to the financial analysis of the plaintiff’s bid” (paras. 37 F.C. and 76 F.T.R.); (3) that some of the costs arbitrarily assessed to Martel’s tender were attributable to the contiguous space requirements; (4) that there had not been any mention of fit-up costs being required if the tenant stayed in the Martel building; and (5) that the costs of a secured card access system had been added to Martel’s bid, and not to the Standard Life bid. Upon closer examination, it can be seen that the above findings related to both the preparation of the tender documents and the evaluation of the bid. Findings (1) and (4) related to the preparation of the tender documents, while findings (2), (3) and (5) related to the subsequent evaluation of the bid.

[1360] Thereafter, the Court explained why it considered that the Federal Court of Appeal erred in analyzing both categories of its five findings under tort principles. It is in this explanation that the Court discusses the performance of obligations found in Contract A. The court concluded that issues pertaining to the evaluation of bids relate to the performance of Contract A. This is the only reason a so-called Bright Line was said to exist between evaluating tenders for the purpose of performance. It said nothing about the content of Contract A not relating to what was contained in a RFP prepared before the formation of Contract A.

76With respect, we believe that the Court of Appeal erred by conflating the drafting (or preparation) of the tender documents and the tender evaluation issues. The preparation of tender documents and the subsequent evaluation of bids involve different considerations, and each event must, to a certain extent, be analysed separately. As will be explained below, once the bids were submitted in response to the invitation to tender, the so-called Contract A was formed which

2013 ONSC 2034 (*)

Page: 254

imposed contractual obligations, both express and implied, on the parties involved in the tender process. While the evaluation of bids directly relates to the performance of this contract, the preparation of the tender documents on the other hand involves events which occurred before this contract was formed. Thus, we believe that the Department’s liability with respect to the manner in which the tender documents were drafted, and the way in which the bids were subsequently evaluated, must be addressed separately.

[Emphasis added.]

[1361] When the Supreme Court states that “the Department’s liability with respect to the manner in which the tender documents were drafted”, it is speaking only to liability arising in tort law. The ratio of the case is that there is no duty of care in tort concerning the preparation of tender documents.

113In any event, we conclude that the Department did not owe Martel a duty of care in drafting the tender specifications. Martel’s claim that the tender specifications were prepared negligently alleges a duty in an area not previously recognized. ….

119Finally, recognizing a duty of care in such a context could have significant repercussions on the tendering process and create many uncertainties.

[Emphasis added.]

[1362] I repeat that the decision said nothing about the content of Contract A not relating to what was contained in a RFP, even though obviously prepared before the formation of Contract A.

[1363] On that basis, the case is distinguishable because it never specifically dealt with evaluations based upon inherently unfair tender provisions, although its obiter dictum referred to above includes unfairness related to undisclosed preferences. Instead it carried out its analysis in tort law, and even then, did not conclude that there was negligence in the preparation of tender documents.

[1364] Thus, when the British Columbia Court of Appeal Hub relies on paragraph 88 in Martel, the Supreme Court is only referring to the duty of fair and equal treatment in respect of the evaluations of bids. No other aspect of the tendering process is being considered based on a contractual analysis.

[1365] This explains the opening words of the paragraph 88 in Martel, while also pointing out that business efficacy to the “tendering process” is the underlying policy value driving this area of procurement law. The remainder of the paragraph describes the generic methodology for recognition of implied terms of fair and equal treatment. There is no suggestion that this

2013 ONSC 2034 (*)

Page: 255

methodology should be restricted to findings concerning the evaluation of tenders without regard to inherent unfairness in terms of the RFP.

88In the circumstances of this case, we believe that implying a term to be fair and consistent in the assessment of the tender bids is justified based on the presumed intentions of the parties. Such implication is necessary to give business efficacy to the tendering process. As discussed above, this Court agreed to imply a term in M.J.B. Enterprises that only compliant bids would be accepted since it believed that it would make little sense to expose oneself to the risks associated with the tendering process if the tender calling authority was “allowed, in effect, to circumscribe this process and accept a non-compliant bid” (para. 41). Similarly, in light of the costs and effort associated with preparing and submitting a bid, we find it difficult to believe that the respondent in this case, or any of the other three tenderers, would have submitted a bid unless it was understood by those involved that all bidders would be treated fairly and equally. This implication has a certain degree of obviousness to it to the extent that the parties, if questioned, would clearly agree that this obligation had been assumed. Implying an obligation to treat all bidders fairly and equally is consistent with the goal of protecting and promoting the integrity of the bidding process, and benefits all participants involved. Without this implied term, tenderers, whose fate could be predetermined by some undisclosed standards, would either incur significant expenses in preparing futile bids or ultimately avoid participating in the tender process.

[Emphasis added.]

[1366] In my view there is no authority supporting the conclusion that the implied duty of fair and equal treatment should be limited to the evaluation of bids without regard to the unfairness caused by concealed preferential terms in the RFP and indeed the law is to opposite effect.

[1367] The court refers to “the business efficacy of the tendering process” as its underlying policy consideration. To ignore preferential terms of the tender documents upon which the evaluation process is based would greatly undermine the integrity and business efficacy of the procurement process.

[1368] In my view, the scope of the duty should depend upon principles implying terms based upon the rules of obviousness, materiality and promoting and supporting integrity of the procurement process. They arise where the presumed intention of the parties indicates the terms are needed. How one establishes a breach depends upon the circumstances and the evidence wherever available to form conclusions arising therefrom. This would include unfair terms contained in tender documents.

Double N

[1369] I close out this analysis with reference to the Supreme Court decision in the Double N. I do so only because it reaffirms the analytical framework to determine whether the court should

2013 ONSC 2034 (*)

Page: 256

recognize a new implied duty as part of the duty of fair and equal treatment of bidders in procurement contracts. In other words, it is a case about adding specificity to the content of the duty of fair and equal treatment.

[1370] While the case relates to a duty to investigate during tender evaluation, the issue is determined by the principles that apply to imply a duty of fair and equal treatment, not some demarcation in the bidding process unsupported by policy or reason.

[1371] The court rejected plaintiff’s submission to recognize a duty requiring an owner to investigate to see if bidders will do what they promised in their tender as part of the duty to act fairly. The analysis used to come to this conclusion is what is of importance here.

[1372] Firstly, it adopted the conclusion in M.J.B. Enterprises that a term may be implied in Contract A based on the presumed intention of the parties where necessary “to give business efficacy to a contract or as otherwise meeting the ‘officious bystander’ test as a term which the parties would say, if questioned, that they had obviously assumed.”

[1373] In this regard, the Court emphasized that the implication of the term must have a certain degree of obviousness adopting Iacobucci J.’s dictum, at para. 29:

What is important . . . is a focus on the intentions of the actual parties. A court, when dealing with terms implied in fact, must be careful not to slide into determining the intentions of reasonable parties. This is why the implication of the term must have a certain degree of obviousness to it, and why, if there is evidence of a contrary intention, on the part of either party, an implied term may not be found on this basis.

[Emphasis added; emphasis in original deleted.]

[1374] Secondly the court indicated that obviousness could only be found where the implied term materially affected the price of performance of Contract B.

[1375] Thirdly, it stated that the implied term, like the duty of fairness and equality recognized in Martel should be “consistent with the goal of protecting and promoting the integrity of the bidding process” (para. 88 (emphasis in original) and not focusing on the integrity of the bidders.

[1376] As an example, the majority in Double N would not find obviousness where the new duty sought to be imposed on owners would overwhelm and ultimately frustrate the tender process by creating unwelcome uncertainties, which it found to be the case were a duty to investigate recognized.

[1377] On the basis of the foregoing analysis, I see no impediment to the recognition that the content of the duty of fair and equal treatment includes a requirement that contract terms not include concealed preferences that provide an unequal an unfair advantage or disadvantage to any bidder in the evaluation of their bids. It meets and passes the test of obviousness, materiality and promotion and upholding of the integrity of the procurement process in flying colors.

2013 ONSC 2034 (*)

Page: 257

[1378] I conclude that a similar duty exists not to provide bidding parties with incomplete information or to provide misdirection in response to questions on the meaning of the provisions of tender documents that contribute to an unfair evaluation of their tender proposals.

[1379] I find that the Crown breached the duty of avoidance of unfair concealed preferences with respect to the terms of the PMS provisions in the 2004 RFP by including the same provisions in the 2004 RFP on property management services as were used in 2002 with the purpose of intentionally conferring a financial advantage on RLRS.

[1380] I also find it breached the implied duty of fair and equal treatment by not providing all bidders with the same accurate information on PMS volumes and the related direction that they rely upon the estimated volumes in formulating their bids.

[1381] As a consequence of the Crown’s breach, I conclude that the appropriate remedy to place the parties on a level playing field requires that the financial evaluation of Envoy’s proposal for property management services should be based upon a ceiling price of 0% in all three of its RFPs and its total prices in these proposals recalculated accordingly.

Modification of the Selection Formula

[1382] I do not propose to review in detail the evidence supporting my conclusion that the Crown intentionally modified the selection formula with the view to benefiting RLRS in the procurement process. No evidence was presented demonstrating that the selection formula in the 2002 RFP was not appropriate or fair.

[1383] The evidence supports my conclusion that any increase in weight of technical merit benefited RLRS as the incumbent. Conversely any reduction in price disadvantaged Envoy. There is also considerable evidence supporting the conclusion that the result was intentionally unfair to Envoy: the Crown being in a conflict of interest; concealing this; concealing that mitigation of damages in its litigation with RLRS was a factor in developing the RFP; abandoning retention of a Fairness Monitor when drafting the selection formula provisions; advancing fictitious reasons to support the modification of the selection formula; concealing the real reason (revelation of RLRS pricing) from the bidders; that reason known not to be sustainable, or intentionally not investigated for that purpose, , topped off by the incredibility of Mr. Goodfellow’s evidence on this issue at trial.

[1384] All of this evidence together leads me to conclude that the Crown intended and knew that the modification of the selection formula would confer a significant and unfair advantage on RLRS over its competitors.

[1385] Accordingly, similar legal principles and their application to the facts described above pertaining to property management services also apply to my conclusion that the conduct of the Crown in relation to the selection formula was deceitful and in breach of its implied term of duty of fair and equal treatment contained in the 2004 Contract A.

[1386] The minimum remedy for these breaches requires that all three tender proposals of Envoy and RLRS be revaluated using the lowest cost per point selection formula, along with

2013 ONSC 2034 (*)

Page: 258

consideration of the results from other remedies affecting Envoy’s tender bid required by my decision.

Evaluation of Envoy’s Technical Proposal

Standard of Review

[1387] The applicable law concerning the appropriate standard of review that should be followed in consideration of the defendant’s evaluation of the tender proposals is described in the Ontario Divisional Court decision of Bot Construction Ltd. v. Ontario (Ministry of Transportation) (2009), 99 O.R. (3d) 104 (Div. Ct.).

[1388] The case involved a judicial review of a public procurement. I find its conclusions on the standard of review are directly applicable to this court’s review of the defendant’s evaluation of Envoy’s tender. The implied duty of fair and equal treatment is comparable in content to the duty to act fairly under administrative law, particularly when reviewing a similar form of public commercial contract under the aegis of Federal statutory procurement provisions.

[1389] In Bot, the court, at para. 33, concluded:

[W]e are satisfied that judicial review of the MTO Decision to award the Contract to Cavanagh is available in this case. The MTO exercised a statutory power of decision making that impacted on the rights and interests of bidders from the road building industry. This was not a purely commercial decision, governed only by private law. The decision raises public law issues with respect to fairness and transparency and the integrity of the public tendering process for public roads.

[1390] I note in passing that one of the Divisional Court’s reasons for rejecting the less deferential standard of review of correctness to decisions whether the Ministry of Transport of Ontario acted within its statutory limits was that the Ministry personnel who selected bids were “highly experienced in the road construction specifications and in the public tender process”. I do not share the same confidence in the evaluation committee membership two of whom marked down Envoy’s technical proposal yet lacked any experience in relocation or special training in the public tender process.

[1391] I am prepared to accord deference to the evaluators in adopting standard of review of reasonableness. Nevertheless, where the evidence comes from witnesses such as Ms. Bartell and Lt. Col. Gagnon, who had no experience in relocation issues at the time of conducting the assessment of Envoy’s tender, it is a relevant consideration when numerous other errors are pointed out in their evaluation methodology and when it is apparent that Ms. Bartell overreaches in her opinions.

[1392] The Divisional Court described the nature of a reasonableness inquiry as follows:

[40]A reasonableness inquiry is concerned mostly with the existence of justification, transparency and intelligibility within the decision-making process;

2013 ONSC 2034 (*)

Page: 259

it is also concerned with whether the decision falls within a range of possible, acceptable outcomes that are defensible in respect of the facts and law (Dunsmuir, para. 47).

[41]The Federal Court considered the appropriate standard of review of a Minister’s decision concerning the compliance of a bid in [page118] Halifax Shipyard Ltd. v. Canada (Minister of Public Works and Government Services), [1996] F.C.J. No. 682, 113 F.T.R. 58 (T.D.) and determined it was reasonableness. The court stated, at paras. 24 and 25:

It is not the role of the Court to embark on a substantive review of the Minister’s interpretation of the tender documents, but rather to review the decision in order to determine whether the manner in which it was made was fair . . .

In order for a judicial review remedy to be available therefore, it must be demonstrated that the respondent acted in an unfair, unreasonable or arbitrary manner; based its decision on irrelevant considerations; or, acted in bad faith. The issue is the legality of the action, not the wisdom of the decision rendered and the burden of proof on the applicant is a substantial one.

[42]This was also the approach of the court in Assaly, where Strayer J. stated, at para. 15:

∙ If this were exclusively a matter of unfairness of result, I am not sure that it would be an appropriate case for judicial intervention. But, it appears to be, on the evidence before me, a matter of unfairness of procedure. A fair procedure requires that the party whose interests are to be affected by a decision be aware of the issue he must address in order to have a chance of succeeding.

[43]In Shell (at para. 16), the Supreme Court noted that the court should not interfere with the municipality’s decision unless there is “evidence of bad faith or absurdity, where the decision was unreasonable in the sense that no reasonable authority could ever have come to it”. The court’s caution in para. 21 applies

equally to the review of decisions of the provincial government:

Excessive judicial interference in municipal decision-making can have the unintended and unfortunate result of large amounts of public funds being expended by municipal councils in the attempt to defend the validity of their exercise of statutory powers. The object of judicial review of municipal powers should be to accord municipalities the autonomy to undertake their activities without judicial interference unless clearly warranted.

[44]In conclusion, the MTO is entitled to considerable deference in its determination of tender issues and its decision to award the Contract.

2013 ONSC 2034 (*)

Page: 260

[1393] The defendant submitted that the court should interfere with the decision of the evaluation committee unless there is bad faith, fraud, mistake or unconscionability. The fact that the court might have come to a different result is not, in and of itself, a basis for the court to interfere.

[1394] The Crown relied upon the decision of Cherubini Metal Works Ltd. v. New Brunswick Power Corporation, 2007 NBQB 157, 31 B.L.R. (4th) 191, at para. 38, where the trial judge concluded at paragraph 38 in respect of the standard of review of a privilege clause as follows:

[38]….. Whether I or someone else would have come to the same conclusion is always open to debate. But, in my view, if no bad faith, fraud, mistake or unconscionability is found and I have found none, it seems to me that NB Power is acting within its contractual rights. The contract provided that the tender did not have to be awarded to the lowest bidder.

[1395] It is common ground that the court should not substitute its opinion for that of the evaluation committee. I reject the standard of review based on bad faith, fraud, mistake or unconscionability, which is overly deferential in comparison with the standard review based upon the test of reasonableness. I note the standard proposed by the judge in Cherubini Metal Works Ltd was not supported by other jurisprudence.

[1396] Finally, the court cannot help but note that the defendant seeks to apply the principles of res judicata based upon the preliminary rejection of Envoy’s complaint to the CITT of February 18, 2005. The Tribunal rejected Envoy’s complaints concerning the evaluations reviewed herein. In doing so the Tribunal described the following test to be applied in determining whether to substitute its opinion for that of the evaluators:

The Tribunal does not normally substitute its judgment for that of the evaluators unless there is evidence that the evaluators have not applied themselves in evaluating a bidder’s proposal, have ignored vital information provided in a bid, have wrongly interpreted the scope of the requirement, have based their evaluation on undisclosed criteria, or have otherwise failed to behave in a procedurally correct manner

[1397] I would have thought at least for the sake of consistency that the defendant might apply the same test for the standard of review of the evaluators’ decisions that it relies upon by its res judicata argument to attempt to foreclose upon this Court’s consideration of the same issues.

Concerns over Mr. Goodfellow’s Presence as Chairperson of the Evaluation Committee

[1398] I conclude that due to Mr. Goodfellow’s presence on the evaluation committee, I am unable to conclude that the process was conducted in complete integrity and good faith.

[1399] Mr. Goodfellow was one of the principal architects of the biased selection formula and I described my concerns about his credibility in other areas in this trial. By his own description contained in the Evaluation Directive provided to the evaluation committee, he was “responsible

2013 ONSC 2034 (*)

Page: 261

and the chairperson for all aspects of the evaluation process”. He was also a member of the evaluation team who participated in all the discussions. He asserted his influence by providing the other members of the evaluation committee with the Evaluation Directive setting out the principles that should apply. The evaluation directive included provisions for when the committee should seek clarification or verify information. There is no doubt in my mind that in the application of that directive, he would play a role in its interpretation.

[1400] As already described, the only member with experience in relocation was MWO Danford, whose presence raises some concerns over appearance of bias given her long administration of the CF contract and working with RLRS. The lead and assistant lead evaluators were the Lieut. Col. Gagnon and Ms. Bartell neither of whom knew anything about relocation, but who marked Envoy the hardest. I have concerns over the committee’s interpretive decisions such as to ignore the obvious intention of Envoy with respect to the senior manager in Vancouver or not to seek clarification of that item or the meaning of “Scottish leaving certificate” to at least determine if it has a dictionary meaning in the English language.

[1401] No attempt was made by the defendant to mitigate Mr. Goodfellow’s presence in these evaluations, such as by calling the Fairness Monitor to testify, or to call witnesses who found Envoy to be compliant in areas where other witnesses docked points to demonstrate that the consensus evaluations were fairly carried out without comment from Mr. Goodfellow. Indeed, the failure to call the very person whose responsibility it was to certify fairness of the process, lead me to conclude that if he had testified, the evidence would not have been helpful to the Crown on this subject matter.

[1402] The Crown also breached the express provisions of the RFP by comparing the three proposals of Envoy. Mr. Goodfellow ardently defended this decision during trial even though it resulted in Envoy’s proposals being evaluated in a completely different manner from the other bidders. In my view, it was a material breach. For example, the matter of staffing the evaluation committee chose where to allocate points between the three proposals having common deficiencies. Who knows what else the committee was doing when it was comparing bids.

[1403] Accordingly, I conclude that based upon my apprehension of bias involving Mr. Goodfellow’s as chairperson of the evaluation committee I am not satisfied that the process was conducted in complete integrity and good faith.

[1404] In Monit International Inc. v. Canada, 2004 FC 75, the court, at paras. 271, stated the following with regard to tender evaluation procedures:

The courts refuse to substitute their judgment for that of the evaluation committee, unless it is demonstrated that the committee acted in bad faith or did not treat the bidders on an equal footing.

[1405] In the circumstances, I conclude that I may substitute my judgment for that of the evaluation committee.

2013 ONSC 2034 (*)

Page: 262

[1406] Nonetheless the, my conclusions described in the factual analysis were intended to demonstrate logical and methodological inconsistencies in the procedural analysis of the decision-making process of Ms. Bartell and Lt. Col. Gagnon, and in the overall consensus evaluations. But, if they crossed some line beyond demonstrating a lack of justification, transparency and intelligibility within the decision-making process and ventured into substituting my opinion for that of the members of the committee, which was not my intention, the reality is that I am entitled to do so due to the concerns over the integrity of the process.

Analysis Based on Justification, Transparency and Intelligibility within the Decision-Making Process

[1407] With respect to the CF Staffing, item 2.2.4.2, the evaluators breached the express terms of the RFP by comparing the three proposals and the 24 points deducted in this regard must be restored to Envoy.

[1408] With respect to the CF and GOC Staffing, item 2.2.4.2, the deduction of 24 points must be restored as the evidence because the points deducted related matters already evaluated under the provisions in the Infrastructure Section of the proposal and not staffing. It is an error in evaluation principles to deduct points for reasons relating to other areas of the evaluation criteria. In addition, I conclude that there was inconsistent treatment of the Envoy and RLRS proposals, in as much as they both quoted the similar staff numbers for the specific item in respect of international staff for the APS.

[1409] I repeat my concerns voiced in the factual analysis of the 2004 process where I pointed out the advantage gained by RLRS tendering on the basis that 11 persons would be assigned to the international region, with the actual number in 2005 being only 7.5 person years. As mentioned, having demonstrated favourable treatment of RLRS by turning a blind eye to its serious breach of the contract in the past, the evaluation process is biased going forward when RLRS knows that it not being held accountable for what it tendered.

[1410] With respect to RCMP staffing, item 2.2.4.2, the deduction of 24 points because the Pacific region manager was not located in the region must be restored. I must conclude that the evaluation committee misdirected itself by failing to consider whether the intention of Envoy was clear. Had it done so, on a plain reading of Envoy’s proposal and the different areas where staffing of the position was described, it was clear that Envoy’s intention was to staff position as described in the manner of the two other tables dealing with staffing of this position.

[1411] This is the form of transposition error where it is apparent from the moment the bid was submitted what Envoy intended and correction of the error works no mischief. See Sandori & Pigott, Bidding and Tendering; What is the Law? 4t h Edition, at page 323.

[1412] If the intention of Envoy was not clear that I suggest, because one of the three charts had the manager located outside of the Vancouver region, Mr. Goodfellow misdirected himself on the scope of what is meant by clarification. In addition, I am not prepared to accept Mr. Goodfellow’s exercise of discretion not to clarify in accordance with the directive and RFP. I do not accept that the decision of the evaluation committee was made in good faith. What on its face

2013 ONSC 2034 (*)

Page: 263

is a transposition error in the long list of names in the chart. And which would obviously have resulted in clarification such that the Pacific region manager was Ms. Rogers. I find the evaluation committee’s conduct on this item demonstrating partiality against Envoy looking for any excuse to deduct points.

[1413] With respect to the CF, GOC and RCMP implementation plan-training, item 2.2.5.2, the 9 points deducted because of insufficient time to train personnel from all three proposals should be restored to Envoy. There was no consensus reason for the conclusion, as two of the three evaluators docking Envoy points specifically disagreed with Ms. Bartell’s reasoning. Ms. Bartell also demonstrated several areas where her reasoning clearly overreached. In addition she added reasons during her testimony at trial which were inconsistent with other comments. She was clearly mistaken in her conclusion that Envoy’s training did not extend until the commencement date of the contract, which time was reserved for further training of personnel who would not succeed on the qualification tests. With respect to Lt. Col. Gagnon her testimony indicated that she misinterpreted the table setting out the time to be applied to the IRP as 2 to 3 number of hours, when Mr. Goodfellow pointed out that 9 hours related to this item.

[1414] Finally I am in agreement with Mr. Atyeo that the clause was unfair in that Envoy completely made use of all the time available to complete the training schedule. The available time was entirely at the discretion of the defendant. This is demonstrated by the fact that commencement date for the contract was moved back four months from December 1, 2004 to April 1, 2005, the usual starting date for contracts.

[1415] In conclusion, 57 technical points must be restored to the technical evaluation of Envoy’s CF proposal representing 48 for Staffing, item 2.2.4.2 and 9 points for Training, item 2.2.5.2. Similarly, 33 and points must be restored to the technical evaluation of Envoy’s GOC and RCMP proposals, comprising 24 points for Staffing, item 2.2.4.2 and 9 points for Training 2.2.5.2.

JURISDICTION

[1416] The defendant submits that the Canadian International Trade Tribunal Act and the Canadian International Trade Tribunal Procurement Inquiry Regulations establish a comprehensive statutory code for dealing with procurement disputes falling within the jurisdiction of the Tribunal. The statutory code operates to oust the jurisdiction of the Superior Court, such that the action must be dismissed.

[1417] This is the second time that the defendant has advanced this argument. He sought to have the plaintiff’s case dismissed in a summary motion before Charbonneau J. on the same grounds. It was dismissed with the following explanation:

[27]The defendant argues that the Canadian International Tribunal Act R.S.C. 1985 c.47 (4t h Supp) (the Act) creates a complete code of procedure for addressing procurement complaints against the Federal Government. As such, the Act must be interpreted as expressing the intention of Parliament to grant exclusive jurisdiction to C.I.T.T. and thereby the intention to oust the Superior Court jurisdiction in the matter.

2013 ONSC 2034 (*)

Page: 264

[28]In order to succeed, the defendant must clearly establish that Parliament has effectively ousted the jurisdiction of this court…

[30]However, the Act does not expressly confer exclusive jurisdiction to the C.I.T.T. There is no question that absent some valid statutory bar, the defendant is liable to be sued in tort and for breach of contract as provided for under the Crown Liability and Proceedings Act, R.S.C. 1985, c.C-50, s.3 and the Federal Courts Act, R.S.C. 1985, c.F-7, s.17(2)(b).

[31]…the issue on this motion is whether Parliament intended to oust the jurisdiction for actions in torts or breaches of contracts committed by the defendant in the contest of the federal procurement process. This is an extremely far reaching proposition and needs very clear wording.

[33]….At this early stage, the plaintiffs should only be prevented from proceeding

with its action if the grounds for doing so are clear and obvious. This is not the case here.

[34]In conclusion, the defendant has not met the onus of showing that this court is clearly without jurisdiction in this case…

[1418] This reasoning still applies, but even more so. I also agree with the plaintiffs that this issue is res judicata.

Parliament may by statute transfer jurisdiction from Superior Court’s to other adjudicative bodies including the Federal Court, such as was done for judicial review of federal decision-makers. However, this transfer is subject to the caveat that “the onus lies here on the Attorney General to establish the existence and extent of such a transfer of jurisdiction in statutory terms that are clear, explicit and unambiguous.”, See Canada (Attorney General) v. TeleZone Inc., 2010 SCC 62, [2010] 3 S.C.R. 585, at para. 43. The CITT Act expresses no intention to oust the jurisdiction of the Superior Court.

[1419] Moreover, in a recent case the Federal Court rejected the Crown’s submission that the CITT Act and its associated regulations bestow exclusive jurisdiction on the CITT to resolve complaints and disputes regarding allegedly unfair or improper procurement processes. TPG Technology Consulting Ltd. v. Canada, 2011 FC 1054, 396 F.T.R. 276, at paras. 35, 43-45:

[35]On this point, I accept the submission of TPG that the CITT Act cannot have been intended to completely insulate the Crown from common law actions relating to public procurements. While the Crown is correct that the CITT has been tasked by Parliament to investigate complaints regarding procurement processes related to “designated” contracts, this scheme does not, as in the cases cited by the Crown, provide relief that “occup[ies] the whole field in terms of the

2013 ONSC 2034 (*)

Page: 265

relief available” (Neles, above, at para 15), nor does it duplicate relief that could be offered by a Court.

[43]Furthermore, as argued by TPG, the CITT Act does not expressly state that no civil proceedings lie against the Crown as in other statutes that state this

intention explicitly and clearly.

Additionally, the CITT has itself held

that issues

of contract administration or

contract performance do not fall

within its

jurisdiction (Airsolid Inc. v Canada (Public Works and Government Services), 2010 * 15681 (CITT) at para 16). I take these two facts to indicate that the CITT Act has not completely precluded Crown liability for tort and breach of contract in the context of public tendering.

[44]I am also persuaded by TPG’s submissions that the CITT Act and the procedure followed by the CITT suggest that its primary function is to determine whether Canada has breached obligations under specified international and domestic trade agreements. The CITT is not a court for the resolution of common law claims against the Crown.

[45]I am sensitive to the Crown’s argument that Parliament intended the CITT to provide an expeditious venue for the resolution of complaints regarding the procurement process and I am mindful of the danger of chipping away at the jurisdiction bestowed by Parliament onto the CITT by allowing actions largely dealing with allegations properly under the umbrella of the CITT entry into the Courtroom. However, given the nature and scope of the allegations in the present action, I am not satisfied that the CITT’s mandate has replaced the Court as the proper forum in which to try breach of contract and tort allegations that fall outside the scope of trade agreements.

[1420] I agree and conclude that there is no basis for the defendant’s submission that this court lacks jurisdiction to hear this matter.

[1421] The fundamental difference between a court like the Superior Court of justice and the CITT involves the capacity to determine facts. It would frankly be unthinkable for any judicial body, but a trial court to hear a matter such as this one.

[1422] If I may resort to a Proustian sentence to make the point: this matter involves facts extending over several years, involving two complicated interrelated procurement processes that re-shaped Canada’s relocation industry, which required more than 90 days of trial, months for the preparation of written submissions, a week for oral submissions all over a period of more than a year, hundreds of exhibits containing thousands of pages, several motions over productions of documents and admissibility of evidence, claims based on contract procurement law, tort law including nominate torts, allegations of bad faith that were proved involving serious and complex findings of incredibility of Crown witnesses much of it based upon interrelated circumstantial evidence, substantial damage claims involving challenging assessment issues

2013 ONSC 2034 (*)

Page: 266

dealing with conflicting evidence of experts backed up by several volumes of reports, armed with charts and statistics, challenging contract interpretive issues of mixed fact and law, dealing with unresolved hypothetical contract administration problems involving start up and shut down, complex file transfer issues and arguments over extension of options, mitigation, contingencies involving the operations of a relocation company and punitive damages and everything else that goes with a trial in which factual findings are fundamental to the ultimate decision that teams of lawyers have spent thousands of hours working on.

[1423] I cannot imagine more inappropriate circumstances in which to advance an argument that the jurisdiction of the Superior Court should be ousted because Parliament intended that cases of this nature should be resolved before the CITT.

[1424] This is not intended to be disrespectful towards the CITT, but it is clearly not a fact- finding quasi-judicial institution. Matters of contract, tort and remedies resulting therefrom are generally fact driven. One cannot replace a trial court with an administrative tribunal, unless the tribunal takes on the general characteristics of the trial court, such as has happened in many respects in labour law. But there is nothing in the constitution and procedures before the CITT that suggests it is has either the capacity or the experience to make factual determinations, unless of a fairly rudimentary nature.

[1425] As the plaintiffs point out, the filing of a complaint with the CITT is not like issuing a Statement of Claim. When a written complaint is filed with the CITT, the complainant must submit the entirety of its case at that time, including written submissions and all evidence in the complainant’s possession that forms the basis of the complaint. This must be done within ten working days after the basis of the complaint becomes known or reasonably should have become known to the supplier. Complainants do not have the de facto right to an oral hearing under the CITT Act or Regulations.

[1426] There is little opportunity for a complainant to challenge the Defendant’s credibility or question the Defendant’s documentary disclosure. There is no formal process akin to examinations for discovery in the CITT Act or Regulations. The complainant has no right to oral or documentary discovery of the Crown. There are no affidavits or lists of documents produced. Oral hearings are a rarity and at the discretion of the Tribunal.

[1427] As the plaintiffs also indicate, the process creates serious obstacles and inequities for a complainant. Critical documentation is often uniquely in the sole possession of the Crown given that the tendering process from beginning to end generally lacks transparency. In responding to a complaint, the Crown can be selective about the documentation it provides to the CITT to support its case as it appears to have done in this case to the plaintiffs’ detriment.

[1428] Procedural rules are intended, among other objectives, to level the playing field in terms of the exchange of information upon which cases are decided. The Crown clearly holds most the cards in a challenge to its procurement process. Much of this case has turned around the failure of the Crown to provide information that ought to have been produced. The most important documents in the case never would have been obtained without recourse to the full and complete

2013 ONSC 2034 (*)

Page: 267

rules of disclosure enforceable by the Court. This, of course, is in addition to the obvious need for an exhaustive trial procedure to determine fully the import of the documents once produced.

[1429] In matters of procurement, there is an obvious need in some cases for recourse to a judicial institution whose primary responsibility is the finding of facts in the pursuit of justice. I consider this to be a strong policy argument supporting the conclusion that Parliament could not have intended to exclude the Superior Court’s jurisdiction in this area without the clearest words to that effect.

RES JUDICATA

Res Judicata of the Defendant’s Argument of Res Judicata

[1430] I am equally surprised by the repetition of defendant’s submissions on res judicata which were doomed to failure before Charbonneau J. when first argued. The intervening circumstances demonstrating conclusively that the facts and issues before the CITT bear no relationship to those argued before and ultimately determined by the Court.

[1431] The defendant submits of the issues determined before the CITT by the Plaintiffs in respect of the 2002 and 2004 procurement process are being raised again in the litigation and as such they are barred by operation of res judicata and abuse of process.

[1432] I agree with the plaintiffs’ submission that this argument is itself res judicata inasmuch as the same question of law was decided by Charbonneau J. He held that crucial evidence was not available to the plaintiffs, its unavailability which was due to the failure of the Crown to disclose the evidence.

[21]Here there is ample evidence that crucial evidence was not available to the plaintiffs. It was however in the possession of the defendant who could have disclosed it to the plaintiffs but failed to do so. Therefore, it cannot be said that the fourth criteria noted above was present in this case.

[22]I am also of the view that the causes of action raised in the plaintiffs’ claim are separate and distinct from the complaints. The defendant submits that the foundation of both actions is that the procurement process was unfair. I disagree. The causes of actions in tort and contract by the plaintiffs’ statement of claim extend far beyond the requirements of a fair procurement process which was the basis of the proceeding before the C.I.T.T. Moreover, it is not clear that the C.I.T.T. could ever entertain the issues raised by the plaintiffs’ claim. Of particular importance in this regard are the obligations set out in paragraphs 23, 24, 25, 27, 28, 29, 30 to 36 of the statement of claim. These claims extend far beyond an inquiry of “whether the procedures and other requirements prescribed in respect of the designated contract have been observed”, as provided by section 30.11(2) of the Act.

2013 ONSC 2034 (*)

Page: 268

[24]For reasons similar to why I have rejected the applicability of cause of action estoppel, I am of the view the question raised in the plaintiffs’ claim is not a fundamental issue which was before the C.I.T.T. The issue as pleaded goes far beyond simply the fairness of the procurement process. At most some of the same questions may have arisen collaterally or incidentally in the proceeding before the C.I.T.T. Moreover, the plaintiffs make serious allegations of misconduct on the part of the defendants based on facts which could not have been available before the C.I.T.T.

[Emphasis added.]

[1433] I add that if the defendant had disclosed the information referred to by Charbonneau J., this would have obviated Envoy bringing the 2005 application before the CITT in the first place.

[1434] The decision of Charbonneau J. was not appealed and I conclude is binding on me, particularly as the premise that the Crown did not disclose information which would have permitted the plaintiffs to pursue this matter has been vividly confirmed and supplemented during the course of this trial.

Exercise of Discretion and the Preliminary Disposition of Envoy’s CITT Complaint

[1435] Moreover, on those issues where a more sustainable argument could be made for the application of issue estoppel, such as Envoy’s challenges to the evaluations of Envoy’s proposal, it is important to consider the different approaches of a court and the CITT in the manner in which they dispose of cases at a preliminary stage.

[1436] The CITT rejected Envoy’s request for an inquiry into the evaluations of its proposals based upon Envoy’s initial description of the complaint. I cite Envoy’s complaint regarding the evaluation of its training proposal

ii) Training (2.2.5.2b)

62.In its proposal, Envoy submitted a training plan under which all employees would be fully qualified to deliver the required services by December 1, 2004.

Envoy’s proposal was judged as providing “insufficient time” for training, and as a result was downgraded by *** points.

63.Upon review of the evaluators’ individual scoring sheets, Envoy determined that two evaluators gave Envoy a *** score, and three evaluators awarded ***. The evaluators’ comments included “insufficient time to train personnel for qualification”.

64.Following the debriefing meeting, at which Envoy was requested to pose its questions in writing, Envoy asked the following in their letter dated December 20, 2004 (quoted at p. 8 of Feb. 4 letter, Tab E):

2013 ONSC 2034 (*)

Page: 269

“Question 1: What were the determining factors that caused the evaluators to conclude that Envoy had not allowed enough time for training?”

65.PWGSC responded in their letter of February 4, 2005 as follows (p.8-9, Tab E):

“Response 1: As set out in PWGSC’s letter dated November 30, 2004, the evaluation team evaluated Envoy’s proposals in accordance with

Article 2.2.5.2. and determined that the timelines proposed in Envoy’s

proposals to ensure that employees would be fully qualified to deliver

the services identified in the SOW’s as of 1 Dec 2004’ were insufficient. For this reason a score of ***/30 was allocated for this particular criteria. However, for the Training requirements overall, Envoy received a score of ***/100.”

66.PWGSC’s response did not, however, identify the determining factors that led to Envoy losing -- points. The only explanation appears to be that the evaluators intuitively felt that the timelines in Envoy’s proposals were insufficient, without identifying any cogent reason why this was the case or providing any standard against which Envoy’s proposal was judged. Again, Envoy’s loss of points appears to have been arbitrary and based on undisclosed criteria.

[1437] The CITT refused to inquire into the second ground of complaint that PWGSC improperly downgraded the Plaintiffs’ technical scores, stating as follows.

The Tribunal does not normally substitute its judgment for that of the evaluators unless there is evidence that the evaluators had not applied themselves in evaluating a bidder’s proposal, have ignored vital information provided in a bid, have wrongly interpreted the scope of a requirement, have based their evaluation on undisclosed criteria, or have otherwise failed to behave in a procedurally correct manner. The Tribunal is of the opinion that the information in the complaint does not provide a reasonable indication that this has been the case.”

[Emphasis added.]

[1438] In exercising the court’s discretion in the application of the principle of res judicata, I am compelled to give consideration to the differences in the procedural approaches of the CITT and a court in the early disposition of matters.

[1439] The Court’s procedure starts from the premise that as long as a legitimate cause of action is pleaded in the statement of claim, the factual allegations of which are accepted for that

2013 ONSC 2034 (*)

Page: 270

purpose, it is up to the defendant to establish that there is no triable issue, otherwise the matter will proceed through the steps towards an eventual trial if not resolved en route. See generally Rules 20 and 21 of the Rules of Civil Procedure, R.R.O. 1990 Reg. 194 involving motions for summary judgment or the determination of an issue before trial

[1440] I believe this procedure represents a policy that reflects the Court’s adversion to denying litigants their day in court without first undertaking a substantial process intended to explain why their case is being rejected at an early stage. This process entitles the litigant to at least obtain evidence given under oath from the other party, which is subject to cross-examination and requires the court to explain its decision to the losing party after consideration of that evidence.

[1441] I am troubled by the difference in procedural approaches, particularly where the burden of establishing the evidence to demonstrate an invalid or valid procurement process rests on the tendering party when no procedures are available to assist in obtaining detailed information on how the procurement process operated. As described, there is very little transparency to the tendering process from beginning to end. What else could Envoy do in the circumstances except relate to the CITT that it could not obtain any rational explanation for the loss of points?

[1442] The absence of appropriate procedures in place that prevented Envoy from obtaining detailed information from the Crown as to why it lost points on its various proposals for the purpose of advancing its complaint to the CITT is an extra-added factor which I take into consideration in in the exercise of my discretion to conclude that the principles of res judicata should not apply.

CONCLUSIONS ON LIABILITY

[1443] The plaintiffs have established on the balance of probabilities that RLRS’ proposals were noncompliant in respect of the provision of property management services in the 2004 CF and GOC/RCMP procurement processes for the selection of relocation managers. As the second- highest tendering party in these procurement processes, the plaintiffs should have been declared the successful tendering party.

[1444] The plaintiffs have also established on the balance of probabilities that the Crown breached its duty of fair and equal treatment in the conduct of these procurement process in relation to property management component of the RFP, the amendment of the selection formula and in the evaluation of Envoy’s technical proposals regarding staffing and training. In addition, the plaintiffs have established that the Crown breached express terms of the RFP.

[1445] On the basis of the foregoing conclusions, I declare that Envoy was the winner of the 2004 CF and GOC/RCMP procurement processes as a result of a combination of remedial measures required to place Envoy and RLRS on an equal footing for the purpose of determining the winning tendering party.

2013 ONSC 2034 (*)

Page: 271

[1446] These remedial measures are,

1.To adjust Envoy’s total price proposal by reducing its tender for the provision of property management services to zero dollars;

2.To add 57 points to Envoy’s CF technical score and 33 points to its GOC and RCMP technical scores; and

3.To re-evaluate the proposals of Envoy and RLRS using the Lowest Cost per Point selection formula.

[1447] Plaintiffs are entitled to their damages caused by the Crown’s failure to award them the contracts resulting from the 2004 CF and GOC/RCMP procurement processes for the selection of relocation managers.

[1448] The results of these remedial measures are set out in the table below, provided by the plaintiffs series of scenarios requested by the court, as scenario 2, Volume 47, Tab 1, Revised, wherein the lowest cost per point has been bolded for the winning tender.

[1449] For the CF tender, Envoy is the winner with a cost per point total of $384,185.13 in comparison with RLRS of $432,319,339.50. On the GOC/RCMP process, it again has the lowest cost per point at $66,019.76 in comparison with that of RLRS, $66,541.52.

[1450] The plaintiffs are not entitled to damages for the cost of preparation of the 2004 tender proposal as these costs are subsumed in the costs of winning the tender.

[1451] The plaintiffs are also not entitled to any other damages that result from the unlawful conduct of the Crown described above.

2013 ONSC 2034 (*)

Page: 272

2013 ONSC 2034 (*)

Page: 273

CHAPTER 6 - DAMAGES

INTRODUCTION

[1452] With the announcement of the cancellation of the 2002 contract on August 28, 2003, Envoy had more than nine months to prepare its tender proposal for the reprocurement process. At that point, one dry run had been completed from which Mr. Atyeo had learned a great deal about the contract requirements and how to prepare Envoy’s tender. He also had experience with the repetitive nature of CF relocations for transferees and their situations. With several months on his hands, I find that he decided to bring to bear his extensive experience and submit a proposal for a different operational methodology than was being used by RLRS.

[1453] He assembled a team of highly experienced and very competent experts from the relocation industry. He knew them well because he had worked with them in the past. They respected each other and worked well together to meet Mr. Atyeo’s challenging objective.

[1454] Their plan, which they put into practice, was to deconstruct the IRP and the 2004 Statement of Work requirements down to the micro level. Each step in the daily lives of its counsellors would be isolated, examined, timed, counted for repetition and role-played with a view to making the front line staff more efficient and productive in carrying out their duties. They described this analysis as “process mapping and workload analysis” (“workload analysis”). Based on the workload analysis, the Envoy team went in two directions.

[1455] The first was to design a controlled environment in which the employees would work, in particular its PRC and ARC staff. Possibly inspired by the science fiction film, its staff would operate under the control and direction of Envoy’s proposed and untested “Matrix” computer system.

[1456] The bid team mapped out the functionality requirements of the system. Then, working with webpage designers, they created a mock-up of a series of webpages comprised of forms to be used by counsellors on a real-time basis when working on relocating transferees. It was packaged onto a CD for the tender which described how the counsellors would be required to follow, complete and simultaneously document in a web-accessed, real-time form, all the functions of their job needed to meet the requirements of the contract documents in a consistent and error-free fashion.

[1457] By mapping out every step of the job with processing controls to direct the performance of its counsellors the same relocation service product meeting pre-set quality standards generating accompanying documentation would be delivered across the country in accordance with contract requirements.

[1458] Secondly, Envoy used the same analysis to prepare a comprehensive, logical and near- perfect tender document. Even ignoring my concerns that the defendant purposely marked it down to assist RLRS, Envoy’s proposal was near perfect in sections relating to Senior Service Delivery Staff, Implementation Schedule, Staffing, Organizational Plan, Infrastructure and Counselling. On paper therefore, the cost-side of its counselling team was backed up in detail by

2013 ONSC 2034 (*)

Page: 274

its work analysis. Its evaluators had, for the most part, been scored as having fully met the contract requirements. This was all validated by the careful analysis of their forensic experts.

[1459] In this manner, Envoy legitimized and validated its financial bid by demonstrating that the proposal it was banking on to generate its profits from these contracts was the same one that was evaluated as meeting contract requirements. There can be no suggestion anywhere that Envoy was submitting an unsupported or unjustified “lowball” tender.

[1460] The Crown limited its attacks to criticisms of the proposal’s internal consistency, combined with generalized and high level statements, unsupported by metrics or other evidence, that its proposal would not work in real life. No experts on relocation or senior personnel from RLRS were called to attack Envoy’s theoretical relocation system. Mr. Lockington and Mr. Belair had testified, but they had been called by the plaintiffs and it was not procedurally possible to turn them into expert witnesses testifying on behalf of Crown. The evidence of the one relatively inexperienced and mid-level witness called from RLRS served only to demonstrate that RLRS did not carry out its duties in a matter comparable to the all controlling “Matrix” computer system. There was no basis therefore, to argue that Envoy could not do the same job with significantly fewer personnel.

[1461] Further, the Crown did not call experts to attack the “Matrix” system. No one came forward to testify that the cost or the capability of designing and implementing a nationwide, web-driven, interactive service delivery and business administration system in any reasonable timeframe was possible before Envoy was inundated with complaints about service failures. The Crown made reference to the high costs incurred by RLRS putting in place its system from a remark from Mr. Lockington. No evidence was introduced to describe the technological back up for RLRS’ counsellors and from the duties of Ms. Comeau I find that it in no manner resembled that planned by Envoy. In addition, the RLRS computers were intended to serve several components of the large diversified parent corporation.

[1462] Common sense suggests that the Crown’s argument that Envoy’s reduced person-year count of counsellors could not be justified in the face of the higher numbers of RLRS employees, who Envoy was counting on hiring and performing the same job, whether computer related or otherwise. But the Court needed some evidence, besides the Statement of Work and body counts at RLRS to ensure that apples were being compared to apples to justify RLRS numbers. This was not done. The Court is only left with room to apply some general contingency reductions based on the scenario of a start-up and a term of five years to reduce Envoy’s claim, the foundation for which has been validated by their workload analysis and forensic experts.

THE MAJOR ITEMS OF CONTENTION IN THE CALCULATION OF ENVOYS LOSS OF PROFITS

[1463] The following table, introduced by the defendant, provides a comparison of Envoy’s CF projected loss of profits. It is based upon the two parties’ interpretation of the feasibility of Envoy’s proposal and other issues impacting on the calculation of damages. Since the table was put in evidence, the defendant has acknowledged that the amount claimed for files transferred at the end of the contract must be reduced by $2,199,402. As well the plaintiffs’ profits must be

2013 ONSC 2034 (*)

Page: 275

reduced for the purpose of actualization for its loss commencing in 2007 when the statement of claim was filed.

[1464] For the purpose of going forward, however, this table serves its purpose to point out where the principle issues exist that have the largest impact on the calculation of the loss of profits which have been bolded. A missing critical item is a deduction from the total lost profits

2013 ONSC 2034 (*)

Page: 276

Comparison of CBO and NCI Calculations for the CF Contract

REVENUES

 

CBO - Low Scenario

NCI (4 Hours/File)

Administration

Fees

$73,686,800

 

$73,620,800

Cancelled file

Fees

(1,559,200)

 

(1,559,200)

Transferred

File Fees

 

 

 

Beginning

of 2004 Contract

1,283,975

 

-

End of 2004 Contract

(5,505,133)

 

(1,426,670)

Prior to Change Orders

67,906,442

 

70,634,930

Contract Amendments - NET 1,104,188

 

-

TOTAL REVENUES

69,010,630

 

70,634,930

EXPENSES

 

 

 

 

Operating Disbursements

 

 

 

Salaries

 

 

 

 

 

PRC and ARC

37,111,200 high

18,010,750

Management and Support

9,720,407 high

 

10,033,703

Benefits

 

 

4,691,800 high

 

4,206,668

Bonuses

 

 

4,592,017 high

 

2,804,446

Other Salary Expenses

1,610,000 high

 

2,659,833

Facilities

 

 

396,750

 

933,500

Administrative

 

3,903,882

 

4,442,080

Professional Fees

245,000

 

243,333

Client Relations

843,600

 

1,121,266

Travel

 

 

920,521

 

609,000

Total Operating Dsbrsmnts

64,035,177

 

45,064,579

Capital Expenses

 

 

 

Computers

 

 

666,900

 

744,720

Telephone

 

 

35,000

 

35,000

Database

 

 

522,500

 

455,000

Leaseholds

 

 

125,000

-

 

Furniture

 

 

102,000

 

812,160

Total Capital Expenses

1,451,400

 

2,046,880

Financing

 

 

811,480

 

-

TOTAL EXPENSES

66,298,057

 

47,111,459

PROFIT

 

 

$2,712,573

 

$23,523,471

ACTUALIZED TO 2007

 

 

$22,787,076

PLUS OPTION YEARS

 

 

$33,583,883

2013 ONSC 2034 (*)

Page: 277

[1465] The table of comparative assessment of loss shows that the profit differential of $20,810,898 separating the parties is mostly generated by the cost differential assessment of the PRC and ARC salaries in the amount of $19,100,450. The remainder of the difference of $1,710,448 is mostly accounted for in the revenue differential of $1,624,300, if everything else in the table balances out.

[1466] Envoy’s claim for its loss of profits during the two year option period of the contract is the second most significant item in terms of dollars potentially payable by the Crown. If the claim is made out, it would boost Envoy’s lost profits by approximately 50 percent. This increase would apply to all items, but focusing again on the counsellors’ salaries, they would increase to over $26,000,000, demonstrating the significance of this one item in the damages claim.

[1467] My first task therefore, will be to establish the appropriate amount that should be allocated to the PRC and ARC salaries. After that determination is made, I will turn my attention to the various other issues raised by the parties.

PRC AND ARC SALARIES

Plaintiffs’ Evidence on How it Determined its Field Staff Numbers

[1468] To fully comprehend of this issue, it is necessary to review the evidence as to how Envoy came to calculate the salary figure of its counsellors. Fortunately, this task has been simplified for the court thanks to the very detailed and accurate Written Closing Submissions of the plaintiffs. These submissions describe the effort that went into the development of Envoy’s counsellors’ salaries expenditures.

[1469] I am in agreement with much of the plaintiffs’ statement of these facts, which are not controversial and fully referenced in the submissions. I have edited out some portions of the factual description where I thought necessary though I have included paragraph numbers for ease of reference.

i.The Services to be Delivered and the Plaintiff’s Staffing Model

(a)Description of Work

1182. In 2004, two contracts were awarded for the provision of relocation services for three government clients, the Canadian Forces, the RCMP and Government of Canada. Under the 2004 RFP, the Government intended to award two separate contracts: one for the CF, and one for the RCMP/GOC combined. A bidder could be awarded one contract, both contracts or no contracts. The RFP indicated that the contracts would be for five year terms, with optional two year extensions. The start date of the contracts was intended to be December 1, 2004. Ultimately, however, the start date of the contracts was delayed until April 1, 2005.

1183. The requirement of the RFP was for a contractor to provide services to Members of the Canadian Forces, the RCMP and the Government of Canada

2013 ONSC 2034 (*)

Page: 278

(collectively referred to as “transferees”) requiring relocation assistance to meet operational requirements under the applicable IRP policy. The contract was designed for moves both within Canada and outside Canada. The objective of the RFP was to obtain a full range of relocation services that provided transferees with relocation planning, destination services, marketing assistance, counseling and reimbursement of allowable relocation expenses.

1184. As it related to the CF, the RFP required the contractor to set up operations regionally under the direct supervision of one project leader and five regional managers, one for each region. The five regions included Western Region, Ontario Region (less NCR), National Capital Region (NCR) and International Region, Quebec Region and the Atlantic Region. The contractor was also required to establish a Head Office in Ottawa to provide national administration service for the operation of the CFRIP. At a minimum, the contractor needed to provide a public web site, an interactive secure website and a toll-free number.

1185. As per the RFP, the Contractor was required to provide, as a minimum, face to face consultations with all transferees at 28 CF base locations listed in the RFP. The Contractor was required to have sufficient human/material resources in place to provide relocation services to meet, but not limited to the forecasted number of transferees indicated in the RFP. Further to this, the Contractor was required to provide off-site consultations using telephone, facsimile and website as a minimum from convenient “host” locations to the lower-volume locations listed in the RFP.

1186. Per the RCMP/GOC requirements, the consultations were to be performed off-site, with certain exceptions for EX/GIC category employees or their equivalent.

The Contractor was expected to provide at a minimum, three relocation appointments, including two at origin and one at destination. (These relocation appointments were referred to throughout the trial as “counseling sessions”.)

1187. As noted, the RFP provided a list of “forecasted” volumes of relocation files in the RFP. The Plaintiffs relied on these volumes to create headcounts for their staff for the contracts. As counseling sessions were to be performed on a per file basis, the volumes of counselors needed were volume sensitive. In addition to providing face to face counseling at each base location year round, the Contractor needed to account for a spike in volumes during the Active Posting Season (APS).

1188. The Plaintiff’s proposals in their entirety and in particular the sections relating to Senior Service Delivery Staff, Implementation Schedule, Staffing, Organizational Plan, Infrastructure and Counseling explain the method by which the Plaintiffs planned to staff this contract. The Plaintiffs’ staffing model informed its financial projections, which form the foundation of the Plaintiff’s claim for loss of profits. Envoy’s proposed headcount for the beginning of the CF

2013 ONSC 2034 (*)

Page: 279

contract is contained at Table 1, page 2, of the Staffing portion of its CF bid. This table lists the “Full Time” number of staff Envoy proposed for the outset of the contract, as well as the number of incremental staff that were to be hired for the Active Posting Season (APS). It is evident from the Table that the majority of the staff to be hired for the contract were “PRC”s and “ARC”s. As explained in the “Counseling” section of Envoy’s bids, the Envoy counseling team consisted of a Personal Relocation Consultant (PRC) and an Associate Relocation Consultant (ARC). The PRC was a senior relocation specialist who would become the primary contact for a posted Member. The ARC, on the other hand, would provide administrative support, scheduling, follow-up, tracking and recording of activities and data as well as live backup for the PRC.

1190. The number of counseling teams needed in each base location was determined by an extensive workload study by the Plaintiffs…... The number of

teams in each location was to be adjusted to accommodate volume fluctuations during the APS. The headcount in Table 1 indicates that the baseline full-time staff was proposed at 130, with a surge of an additional 37 staff during the APS for CF. The RCMP headcount was proposed at 41 total staff, while the GOC headcount was proposed at 45 total staff. These headcounts were based on the volumes published in the RFP by the Defendant.

1191. Ms. Taylor testified that the Plaintiffs intended to staff the Active Posting Season by hiring individuals for finite periods of time on a contract basis. The Plaintiffs intended to hire from a pool of candidates who sought seasonal work, including spouses of CF employees or CF Members and individuals who had worked on the contract during previous APSs. The Plaintiffs intended to hire these individuals in advance of the APS on an annual basis. The Plaintiffs had experience in staffing projects in this way in the past. For example, Ms. Taylor, Ms. Bujna and Ms. Rogers had all worked on group moves in their career, which are similar to an APS in terms of spike in volume.

1192. Mr. Atyeo confirmed that the Plaintiffs intended to hire military spouses and former military members who live on or near the base locations to staff these seasonal positions. Cynthia Comeau, who works with RLRS, testified that RLRS took a similar approach to staffing and that many staff are either ex-military or military spouses, found on base or near base and not a lot of recruiting is required.

(b)Description and Role of Management Positions

1193. As noted above, the SOW for the CF required the contractor to set up operations regionally under the direct supervision of one Project Leader and five Regional Managers, one Regional Manager for each region. The Plaintiffs hired

2013 ONSC 2034 (*)

Page: 280

Elaine Taylor to be their Project Manager and the Plaintiffs identified other individuals who, for the most part, already worked at Envoy or Relonat to fulfill the roles of Regional Manager. ….

1194. The individuals proposed by the Plaintiffs to fulfill the roles of Regional Manager all had considerable expertise and experience in relocation. …..

1195. As the Project Manager, Ms. Taylor testified that if Envoy had won the contracts, she would have had a role to play in monitoring profitability. This is something that both

she, and all other members of the Management Team would be monitoring.

1196. Mr. Atyeo testified that the way the Envoy service delivery model was designed it was projected that a fairly substantial amount of work would be done by the management and non-management support staff, as well as the PRC and ARC staff.

The Plaintiffs included detailed position descriptions for the Project Manager, the Regional Managers, and the balance of their proposed management team in their proposal section Staffing. ……

(c)Description and Role of PRCs and ARCs

1197. “PRC” stands for Personal Relocation Counselor and “ARC” is Associate Relocation Counselor. These positions were central to the Plaintiff’s structure for delivering the primary counseling service in the most efficient manner. The concept behind this model was that the PRC and ARC would act as a team, the PRC being the person who would conduct face-to-face with the transferees to the greatest extent possible. The ARC would relieve the PRC of the administrative paperwork details associated with the counseling session. It was important for both of these positions to have a very good understanding and grasp of the IRP program, and they would need to know exactly what the provisions were and the procedures for a transferee to go through the process. However, it was the PRC who would be the face-to-face counselor with each individual transferee, supported by the ARC.

1198. There was to be very close working relationship between the two positions, and together they formed the counseling team. The Plaintiffs felt that would be the most efficient way to process as many counseling sessions as possible. The Plaintiffs could maximize the abilities of the PRCS throughout a work day, to get as many face-to-face counseling sessions done as possible, by reallocating the administrative tasks that would be otherwise required at the end of each counseling session, including inputting data into the system, pulling together the relocation package, and other paperwork. The ARC drove all of the administrative functions for a counseling session, including, setting up the counseling session.

2013 ONSC 2034 (*)

Page: 281

1199. Ms. Taylor, Ms. Bujna and Ms. Rogers had all worked with a one-to-one ratio like this in the past at organizations including ERS, PHH and Prudential. They all testified that this model is efficient and effective. Both the ARCs and the PRCs were to be located at each base location. From a personnel perspective, the Plaintiffs felt that this term concept would significantly streamline the face to face counseling, because of the way the counseling session was designed around the ARC supporting the PRC.

(i)Bid Preparation Team Members

1200. As part of their pre-bid planning, the Plaintiffs conducted focus groups in February and March 2004 with representative groups of recently posted Members at three different base locations – Trenton, Halifax and Greenwood. The goal of the focus groups was to hear from recent transferees who had used the IRP program to get a better understanding of what their expectations were of the counseling sessions, both in terms of the role of the contractor and the role of the CF.

The results of the focus groups were used in the process of dividing various tasks between the PRCs and ARCs. The information from the focus groups was communicated to the team members who were not in attendance, including Ms. Rogers and Ms. Bujna, via debrief sessions.

1201. The Plaintiffs included a workload analysis methodology in their Infrastructure portion of their bid, containing the workload analysis worksheets that were used to determine the productivity standard for the PRC and ARC positions. This workload analysis methodology was developed by Marlene Rogers and Francie Bujna, reviewed and finalized by Elaine Taylor and signed off by Mr. Atyeo.

1202. Ms. Taylor has more than 20 years of relocation services experience not only in the consulting capacity but also in executive and management positions in such corporations, including RLRS, from 1998 to 1999. She has extensive experience in the review and application of complex relocation policies. She also gained subject matter expertise with relocation policies and programs as well as management experience. Ms. Taylor began her career as a relocation counselor, which position she held for three years. She was then promoted to the position of relocation supervisor and then ultimately into management….

1203. Marlene Rogers has been working in relocation since 1992 when she started with ERS as a relocation counselor and later became a relocation manager. Prior to that time, Ms. Rogers worked as a sales representative within a Royal Lepage Residential Real state office from 1989 to 1992. Ms. Rogers was hired by ERS in 1992 as a relocation counselor for a number of different clients. Her job was to assist these clients with the benefits their employer would provide for a move from their origin home to their destination. In this position Ms. Rogers was

2013 ONSC 2034 (*)

Page: 282

responsible for approximately 35 corporate clients, each of which had its own relocation policy. Ms. Rogers described this role as the equivalent of a PRC and she was assisted by an ARC. Ms. Rogers then worked as a National Account Executive at PHH. Her role involved reviewing the performance of the service delivery team in delivering relocation services. From 1994 to 1998, Ms. Rogers held the position of Operations Manager of Relocation Management Services at HFS Mobility Services. In this role she was responsible for new corporate client set-up including process mapping and service delivery implementation and she managed on-going client relations for a client base of 50. Again, each client had their own relocation policy. After HFS was acquired by RLRS, Mr. Rogers stayed on at RLRS as Project Manager. In that role she was responsible for mapping a new system process, based on the methods of both companies. She was involved in streamlining the company to be as efficient as possible, mapping out a new process and training others on the new process.

1204. Ms. Rogers then took a position as Director of Operations, Relocation Management Services at Prudential Relocation Services, from 2000 to 2003. Prudential was one of the largest relocation companies in the industry at the time. She was responsible for service delivery for a team of approximately 10 members that provided services to a major financial institution, the Royal Bank of Canada. In 2003, Ms. Rogers left Prudential to work with the Plaintiffs on the preparation of the 2004 bids. …..

1205. Ms. Bujna has significant experience in providing relocation counseling services both in a counselor capacity, and in a supervisorial capacity. From 1988 to 1999, Ms. Bujna worked in relocation, being employed at ERS, PHH, HFS and then RLRS. During those eleven years, Ms. Bujna provided relocation counseling services to transferees from a number of corporate clients, including Royal Bank, CIBC and Dupont. She started her career in an ARC equivalent position then became a relocation counselor and ultimately a team leader. Ms. Bujna was selected as team leader for the CIBC/Wood Gundy account. CIBC made a decision outsource all of their relocation services, including expense management. Through this role, Ms. Bujna gained experience in the interpretation and application of corporate relocation policies to particular relocation files. She was also involved in lining up appropriate service providers. As a Team Leader for CIBC, Ms. Bujna managed a team of about five people who provided relocation services to this client. Ms. Bujna later provided counseling services with respect to the movement of household goods at KMS Van Lines. She has had significant experience in designing process flow or process mapping for relocation consulting delivery services. Although she initially appeared somewhat timid on the stand, her evidence was credible and consistent with that of Ms. Taylor and Ms. Rogers.

2013 ONSC 2034 (*)

Page: 283

(ii)Process Mapping and Workload Analysis

1206. It was Ms. Taylor’s idea to use process mapping for the 2004 bids. Ms. Taylor gained experience in process mapping beginning in the early 1980s and she has received internal and external training on process mapping. Process- mapping is the documentation of the steps that are taken in delivering a service. For the purposes of the 2004 bids, process mapping was used to create process flows, which became the basis for the workload analysis and ultimately assisted in determining headcount. Ms. Taylor created the methodology that was followed for the process flow and oversaw the subject-matter experts who were providing the details about the steps.

1207. Ms. Rogers and Ms. Bujna worked as a team to work chronologically through the RFP, and to identify the requirements of the RFP and the tasks associated with the relocation counseling process, from the initial call to the end of the file. The tasks and subtasks were identified first, and then assigned to a PRC or ARC. The tasks were derived from the requirements of the RFP, the IRP policies and business practice and the team’s collective experience with service delivery.

1208. The information that was gained through the “process mapping” was ultimately reflected throughout the Plaintiff’s proposal. In particular, the team created the three exhibits found at the end of the Infrastructure section of the proposal, including A)The Service Delivery Task List; B)The PRC Workload Analysis and C) The ARC Workload Analysis.

1209. Ms. Bujna and Ms. Rogers explained the various columns that were contained in these charts. The “procedure” column set out what needed to be accomplished while the “task” set out how the procedure would be accomplished. For the purposes of the workload analysis, each task was assigned a duration and the durations were weighted by applying factors for frequency of occurrence and the percentage of times each task was likely to occur on a file. This calculation resulted in a number of minutes that each task would require on a per file basis and then the average minutes per task were converted to an average hours per file. The average was 3.8 hours per file for each of a PRC and an ARC that was rounded up to 4 hours per file.

1210. In exhibits 2B and 2C of the Infrastructure section, the “# of times per file” column indicated how many times a task would recur on a file. The “duration in minutes” column expressed the approximate or average amount of time that a particular task would require to be achieved. To determine the “duration in minutes” that a task would take, the group members carried out role playing exercises and timed each of the tasks. Ms. Bujna testified that she and Ms. Rogers engaged in exercises whereby they would each take on the role of a transferring employee and a relocation consultant. Ms. Taylor observed the role playing

2013 ONSC 2034 (*)

Page: 284

sessions to ensure that steps had not been missed and to ensure that all aspects of the IRP policy had been incorporated. Ms. Rogers testified that she and Ms. Bujna would make up scenarios to test their time lines. This included role playing for scenarios where a transferee needed more assistance, or a difficult scenario. The team members “test drove” the times allocated to each process, to ensure accuracy. Further to this, all of the team members had experience performing these tasks and knew fairly well how long it took to do each one of the component tasks. Ms. Taylor challenged Ms. Bujna and Ms. Rogers as to whether or not they had missed something or what the time element was that they had arrived at. Ms. Taylor confirmed that a lot of experience went into the times that were established.

1211. The column “% of files” captured the percentage of files where a task would occur. For example a “1” would represent 100% of the files, whereas a 0.6 would represent 60% of the files. Required tasks were included as occurring 100% of the time. For those tasks that were not required in every file, the % of files” column was completed based on experience and collective input from the team members.

1212. The last two columns in the table, “Total Time/file (minutes)” and “Total time/file (hours)” were calculations based on the previous three columns. The total average minutes per task assigned to each of the PRC and ARC positions was converted to average hours per file. The “Total Time/file (hours)” sometimes resulted in a number that was automatically rounded down to “0” for the purposes of the excel spreadsheet. For example in Task 34, “Initial Call”, the total time per file is 0.6 minutes, which is the result of a calculation of the previous three columns. When this number is then divided by 60, it results in the number 0.01. For the purposes of the “Total time/file (hours)” column, this number was rounded down to 0. However, the time to be spent on Task 34 is captured accurately in the “total time file/minutes” column and the 0.01 hours per file is ultimately captured in the sum total of time/file hours, which is correctly calculated at 3.8 hours.

1213. The result of this analysis created a workload standard of 3.8 hours per file for each of the PRC and ARC positions. This result was rounded up to 4 hours per file which was translated into an average daily productivity factor of 2 files per day for both the PRC and ARC positions. Ms. Taylor explained that the 3.8 hours was meant to capture

the average amount of time that would have been spent on a file, “average” meaning

sometimes less time and sometimes more time. The 3.8 hours per file was an average and was used for budgeting purposes. The team did not expect that every file would take 3. 8 hours. Ms. Bujna testified that there is flexibility in the task list. For example, in some cases transferees would have moved several times and their needs would not be as great as those who are facing their first transfer. Ms.

2013 ONSC 2034 (*)

Page: 285

Taylor confirmed in her testimony that the task list contained tasks that may not have occurred on every file, depending on the file. For example, there are some tasks that would occur

on a renter file but not a homeowner file. Furthermore, there are a number of tasks on

the list that have two minutes or less allocated for duration. Ms. Rogers explained that

when the team compiled the list it was important to ensure that no steps get missed, so

each task was evaluated to determine that enough time has been allotted, even though

its minutia. Ms. Rogers also confirmed that each line item, or task, was rounded up in

terms of time estimates allocated.

1214. Ms. Taylor’s role was to review the information contained in the process flow and ensure that there were no gaps. She also cross-checked the information to ensure that what had been documented was comprehensive, complete and orderly. Her cross-checking involved verification based on her own relocation experience, but also going through the process in review with the bid team, validating the information, asking the team member to cross-check, and role- playing to ensure that the amount of time was accurate. Ms. Taylor was able to verify this information from a content perspective given her background in relocation as well as from a process perspective, to ensure that a rigorous process was followed and questions were asked to ensure that the analysis was complete. Mr. Atyeo signed off on the final workload analysis.

1215. The Plaintiffs also created a number of tools to help increase efficiencies in the delivery of relocation services. The Plaintiffs created checklists for each of the relocation sessions, including the initial call , the relocation planning session, the funding calculation session, the destination counseling session and the expense reconciliation session. These checklists were informed by the contents of the RFP and the IRP policy and were developed to ensure that steps were not missed during the relocation sessions. Ms. Rogers testified that the checklist is like a roadmap for the counselor conducting the process. It assists the counselor to ensure that everything is covered off. She noted that after doing something, for example an initial call, 50 times, it becomes a rote task. This tool is helpful for creating efficiencies at the outset of a contract as it helps the counselor determine what they will say next and takes away any hesitation or questions. The checklist also acts as a record of what has been discussed and covered off with the employee.

2013 ONSC 2034 (*)

Page: 286

1217. The Plaintiffs had also proposed the use of a computer system, entitled the Matrix, which would be a valuable tool throughout the relocation process. For example, during the initial call the ARC would gather the information from the transferee and record and renter it into the computer system. Ms. Rogers gave extensive testimony on the Matrix system and the steps that had been taken to increase efficiencies and standardize processes. This included the creation of customized fields that would be populated with IRP specific information, for example, a dropdown field containing all CF base locations, so the location could be automatically selected by the ARC, rather than manually entered. Furthermore, the Matrix system included automated calculations for benefits or expenses and provided elements of the IRP requirements as set out in the relevant policies, for example, time limits. For example, the Matrix was to include a distance calculator applying the “eligibility rule” to assist a consultant in determining whether a transferee was eligible to receive services. There were also a number of financial tools available to help calculate the benefits applicable under the various funding envelopes and the payments to be made.

(1)The “Pivot Table”

1218. Ms. Taylor created an excel spreadsheet to help capture the information that the team developed from the process flow and added a pivot table function within the excel spreadsheet for the purpose of sorting and counting data for the ARC and PRC positions. As explained by Ms. Taylor, the pivot table function is a function within Excel, which allows for the summation or aggregation of information in cells based on selected criteria. A pivot table allows a user to take a view of an excel sheet and consolidate the numbers. It also allows for a multitude of matrix summations. For example, using the pivot table function and the excel spreadsheet found at Tab 2096, the excel sheet could be sorted to get a view based on “position” or “process” to find out the summation of time for those categories. Stated another way, the pivot table allows a user to search for a term within a column and where matches are found, bring up the information for that term. The pivot table allows the user to sort the data and view it as a matrix, meaning seeing more than one variable at a time. Ms. Taylor testified that the information in the excel spreadsheets contained at Tabs 2096 and 2097 of the JBD, is representative of information from the excel spreadsheet that was created for the preparation of the 2004 bids. Ms. Taylor testified that when the team did the process flow, it was carried out from beginning to end across all positions and inclusive of all steps and then time was attributed to it. However, only the times for

ARCs/PRCs were verified and ultimately included in the bid documents. The PRC and ARC positions operate on a one-to-one relationship with transferring employees. Because the time spent by a PRC and ARC was done on a one-to-one basis, the amount of time in the pivot table had a correlation to the actual amount of time that was spent.

2013 ONSC 2034 (*)

Page: 287

1220. Support tasks on the other hand were often dealt with through batch processes.

In other words, a number of steps could be aggregated together for a number of files.

For example a billing person could batch process a number of cheques at the same time, so a billing person could technically “touch” multiple files at the same time with the push of a button, because the function was being done in batch.

1221. While time was allocated during the process flow for the non-ARC and PRC positions, the time that is included in Tabs 2096 and 2097 is not necessarily the amount of time spent per file, because certain positions may be able to batch particular activities.

Furthermore, the times that were allocated for non-ARC/PRC positions were never verified as it was never the intention of the pivot table to create a headcount for non-

ARC/PRC positions. When comparing the information at Tabs 2096 and 2097 with the information contained in Envoy’s bid, there are apparent discrepancies between the two. For example, the excel spreadsheets include accounting positions that are not included in the final bid, such as “alliance admin” and “JR analyst”. Ms. Taylor

confirmed that the bid is the definitive document and that it must be relied upon in terms of how Envoy intended to structure its team if it had won the bid.

1222. Mr. Atyeo confirmed that the Plaintiff does not rely on any of the non ARC/PRC time estimates as identified in Tab 2096 and Tab 2097. These estimates were not used to calculate head count for any other positions. The Plaintiffs confirmed that the headcount for management and non-management support staff were based on the Plaintiff’s knowledge and experience.

(2)Two Files Per Day

1223. The Plaintiffs relied on a workload analysis of 2 files per day, or 40 files per month. The Plaintiff used a range of file volumes to budget for headcount on a per location basis. For example, a location with 1-40 files would require one team; a location with 41-80 files would require two teams, etc. In this way the Plaintiffs proposed staffing with a view of having the maximum resources available to handle the file volume, rather than minimum staff available. For example, a base with 44 files per month would be allocated two teams of counselors, each of whom would be responsible for only 22 files. Mr. Atyeo confirmed that 19 of the 28 base locations have a volume that is less than the capacity of the dedicated ARC/PRC team. The ARC/PRC teams who have this extra capacity are available to provide support to ARC/PRC teams on other bases.

2013 ONSC 2034 (*)

Page: 288

There was a fair amount of latitude to cross-utilize resources within the organization, and in particular for off-site consultations. For example, a transferee in CFS Aldergrove could be assigned to Edmonton Garrison for telephone counseling. However, that counseling could also be provided by a counselor in Ottawa.

1224. The 40 files per month capacity is based on 20 working days in a month which results in a 48 week work year. This allows for four week of non- productive ,time, including statutory holidays or vacation. Ms. Taylor testified that full-time ARCs and PRCs would be entitled to vacation pay while contract employees would have been entitled to holidays and benefits as determined under their particular contract. Before hiring staff, the Plaintiffs intended to ensure that those individuals understood that they were contracted for a period of time and they needed to be available during that time frame. Requests would also be made of full time ARCs and PRCs to take vacation in the offseason rather than in the high season.

1225. Ms. Rogers testified that industry norms consider approximately 40 files per month as the level that a PRC and ARC can provide effective, efficient and good quality customer service. She further testified that a relocation consultant is expected to manage their file load by relying on their training together with the tools available to them, including the computer system and the checklists. Relocation consultants would balance their day to ensure that they can give a little more time to someone who needs it or a little less time to someone who does not.

1226. During cross-examination, Ms. Rogers, Ms. Taylor and Ms. Bujna were all asked if the actual experience of a competitor administering the CF relocation policy would be the best indicator of how much time a particular task or file might take. Ms. Bujna disagreed with that suggestion and noted that the fact that one company had been delivering services under the terms of a policy for several years does not mean that another relocation company could not do an equal or better job administering the that policy. Ms. Rogers testified that while prior experience may be beneficial at the outset, relocation programs are administered in the relatively same manner. A consultant who was familiar with the nomenclature and terminology may have an advantage for a very short period of time at the outset, but that is all.

She also testified that an individual working with customized tools, like the checklists and the Matrix system, would be far more efficient than an individual using a system that required manual calculations or a system that was not tailored to match the needs of the client. Ms. Taylor testified that the actual experience of the incumbent in administering the CF relocation policy would not necessarily be the optimal or optimized time from a service delivery perspective, but would be a reflection of the time that was spent by RLRS inclusive of any deficiencies or flaws that were built into their system and their process.

2013 ONSC 2034 (*)

Page: 289

2013 ONSC 2034 (*)

Page: 290

Plaintiffs’ Expert Evidence

Reports of the Investigative Forensic Accountants

[1470] The plaintiffs called experts Michel Hebert and Paul Levine from Navigant Consulting Inc. (“Navigant”) to assist the Court to quantify the economic damages sustained by the Plaintiffs.

[1471] Both witnesses, as well as Defendant’s expert Bruce Brooks of Collins Barrow Ottawa LLP (“CBO”), are Investigative Forensic Accountants. They work in field which is a subspecialty in Chartered Accounting relating primarily to accounting specialized for legal disputes or court proceedings. All three witnesses were qualified as experts in forensic accounting and quantifying economic and financial losses.

The following lists the chronology of the exchange of expert reports in this litigation.

[1472] The Defendant’s experts, CBO, produced their first set of reports on July 23, 2010, Report #1: one for their analysis of the CF proposal, and one for their analysis of the GOC/RCMP proposal. Its staffing model was based on a 30 hour per file metric and RLRS’s proposed field staffing from its RFP in the first year as adjusted going forward.

2013 ONSC 2034 (*)

Page: 291

[1473] Navigant produced their first report on July 30, 2010, Report #2. It was premised on quantifying field staff based on Envoy’s CF projections of 4 ARCs and PRCs spending, (and ‘what if’ scenarios of 4.5 and 5) hours per file and the number of files to be worked on over the course of the contract using the file counts from the RFP and the RFP duration of the contracts. For GOC/RCMP employees Navigant used 5.2, 5.7 and 6.2 hours to complete a relocation file to calculate staff numbers.

[1474] The CBO delivered a “Limited Critique Report of Navigant Report” on August 27, 2010, Report #3. This was in response to Navigant’s initial report of July 30, 2010, and focused on CBO’s review and comment on Envoy’s estimated 2002 bid costs.

[1475] On February 24, 2011, Report #4, Navigant delivered their Addendum report which took into account data that had not been previously disclosed, including the actual number of files and the date of contract commencement as revealed in CBO’s initial report. This report contains Navigant’s final loss of profit figures. The plaintiffs point out that this information was not disclosed to the plaintiffs or Navigant at the time of their initial July 20, 2010 report and as such, a re-calculation of the numbers contained therein was required. The delivery of this Addendum Report on February 24, 2011 complied with Master MacLeod’s Endorsement from an earlier case conference setting February, 2011, as the deadline for the plaintiffs to produce an updated or revised expert report.

[1476] The CBO filed an Update of CBO Report and Critique of Navigant Addendum (which became known at trial as the “Supplemental” report), dated July 15, 2011, Report #5. It abandoned the previous staffing model and based its field staff projections on RLRS’ actual staffing levels.

[1477] Its delivery was contrary to Master MacLeod’s Endorsement which had stated that “should the defendant need to respond, the parties are to agree on the timing or may seek further direction”. The delivery of an additional expert report was not discussed between the parties and arrived a 2 months before the scheduled commencement of trial.

[1478] This report contained new information that was previously undisclosed to the Plaintiffs. As a result, the Plaintiffs sought an urgent motion on August 20, 2011 seeking further relevant productions. The new information from the defendant consisted of amongst others the following:

The actual staffing levels of Field staff;

The actual staffing levels of Management and Administrative staff;

The creation of a Halifax Support Center;

The average total number of hours per file in the methodology before that calculation; and

The average duration to complete a file.

2013 ONSC 2034 (*)

Page: 292

[1479] This was new information and the new methodology based on actual staffing levels as opposed to those projected by the plaintiffs introduced on the eve of a major trial using evidence not previously produced, not subject to examination for discovery and not in compliance with Master MacLeod’s order requiring consultation or an order from this Court. In my order I stated that defendant’s conduct “obviously that placed both the plaintiffs and the Court in a situation of considerable embarrassment.”

[1480] By letters dated July 29, 2011 and August 5, 2011, the plaintiffs’ solicitor requested production from the defendant of the information provided by Brookfield. On August 10, 2011, the solicitor for the defendant provided some information, but for the most part refused.

[1481] The defendant took the position that in as much as CBO did not rely on any of the information requested by the plaintiffs, this information was not relevant to analyzing the foundation of the CBO reports and would not be provided.

[1482] In addition, with respect to some of the information which it did provide, such as that regarding change orders, it withheld more complete information on the basis that it was proprietary and confidential to Brookfield.

[1483] In my view, much of the information and supporting documents that the plaintiffs had requested pertained to staffing issues either directly or indirectly and should have been provided if in the possession or control of the defendant or obtained from RLRS by further order of the Court, if necessary.

[1484] I ordered the materials produced, but to my later chagrin, I did not make orders that I ought to have made in respect of other materials requested. I rescinded one part of that order towards the end of trial when I ordered RLRS’ administration fee for the 2004 RFP disclosed.

[1485] Having made the order and the productions being delivered, the defendant then sought an opportunity to produce yet another expert report taking these additional productions into consideration. This was despite the defendant’s position on the motion that the documents were not relevant.

[1486] The defendant delivered an “Updated CBO report” known at trial as the “Update” report on March 8, 2012, Report #6. It modified its previous report on the basis of the change orders, corrected a number of schedules and appendices, and significantly the reduction in plaintiffs’ revenues for an increase in files transferred at the end of the contract, which ultimately, it abandoned.

[1487] The plaintiffs then delivered Navigant’s final expert report in this litigation on March 30, 2012, Report #7. This report was a reply to both CBO’s July 15, 2011, Supplemental report and their most recent March 8, 2012, Update.

Navigant’s Calculation of Envoy’s Loss of Profits

[1488] There were no changes in Navigant’s approach or methodology between the Original and Addendum Reports.

2013 ONSC 2034 (*)

Page: 293

[1489] Navigant described the standard process for assessing lost profit claims which was to establish revenue and the costs incurred to generate that revenue. The difference between these two values determines the lost profits or damages. CBO followed the same approach.

[1490] Navigant treated the CF and GOC/RCMP as being separate contracts without taking into account possible synergies between the two. It would appear that if awarded both contracts, Envoy would have had achieved synergies and saved in costs. CBO agreed with this opinion. However, for the purpose of the calculations, this was not considered.

[1491] The fact that the financial projections were prepared for the purposes of the 2004 bid to establish the administration fee per file for Envoy was an important consideration to Navigant. This was not a case whereby the plaintiffswere relying on projections never having been tested in real circumstances but only for litigation purposes. I agree that this is a validating point for Envoy’s base data and projections made relying on them.

[1492] As indicated, Navigant understood that ARC/PRC salary expenses were related to the number of staff required at each CF base location. Navigant first identified, then validated,

and finally calculated the workload capacity of each ARC/PRC team. Once the workload capacity was computed, Navigant used the actual volume of relocation files to calculate the number of ARC/PRC teams most likely required for each base location.

[1493] From that, Navigant was then able to compute the total required staff Envoy would have had to hire to be able to provide services under the CFIRP contract to determine the total costs and related expenses for ARC/PRC employees. The same approach was undertaken for GOC/RCMP.

[1494] To calculate work capacity, Navigant assumed that each ARC/PRC would work on 2 files a day, based on 4 hours per file and an 8 hour day. Navigant then calculated 40 files/month for each consulting team based on 20 days per month (or 48 weeks per year). Forty-eight weeks per year was used to account for holidays and vacation so that 48 weeks is the available working time during the year for each employee.

[1495] To ascertain headcount, Navigant began with the number of open files per month at each base location. This number was divided by the work capacity. For example, 50 open files open in a base for a month divided by 40 files work capacity = 1.25 teams.

[1496] Of some significance in demonstrating that Envoy was providing a considerable margin of error, this number was then rounded up to the next whole number. This meant once over the 40 files threshold another team capable of handling 40 files was assigned, even though in the preceding example only one quarter of a team was required.

[1497] This rounded up number was then computed on a monthly basis to arrive at the number of required ARCs and PRCs at each base location for each month of the year. Each base was added together to come up with the total headcount for ARC/PRCs. Finally, this sum was then multiplied by the annual salary to derive the total employee cost for ARC/PRCs.

2013 ONSC 2034 (*)

Page: 294

[1498] While Navigant accepted the 4 hours/file scenario for PRCs/ARCs, it also prepared other scenarios based on 4.5 hours/file and 5 hours/file to account for any possible overrun on the number of hours for touch time. The plaintiffs 4.5 hours/file and 5 hours/file were hypothetical scenarios created by Navigant alone as “what if” scenario.

[1499] The result of Navigant’s calculations of Envoy’s loss of profits on the CF and GOC/RCMP contracts actualized to 2007 for the three scenarios of time required for field staff to complete a file are set out in Navigant’s Revised Table 27:

2013 ONSC 2034 (*)

Defendant’s Evidence

RLRS Witness Cynthia Comeau

[1500] Cynthia Comeau was called as a witness for the Defendant. Her main task appeared to be to validate the information provided by RLRS in relation to the damages component of this case. However, I find her most relevant evidence was with respect to her testimony describing how RLRS operated under the 2002 and 2004 RFPs.

[1501] It was the only evidence before the court from the defendant relating to the issue of the feasibility of Envoy’s proposal.

[1502] Ms. Comeau joined RLRS in February 2003, having no previous experience in relocation. Between 2003 and 2007, Ms. Comeau worked exclusively on the CF contract out of the RLRS Winnipeg office. After that she moved into training and other duties with RLRS. There was no evidence suggesting that her duties after 2007 were relevant to the question of the touch time required for relocation counsellors to complete the average CF relocation file.

Page: 295

[1503] As a starting point therefore, I agree with the plaintiffs that Ms. Comeau does not have either the experience in the industry, or specifically in working as a relocation counsellor, to put forward evidence on the average touch time for counsellors working on CF files across the country.

[1504] I am surprised that the defendant could not find a relocation expert in the industry having a high degree of experience and knowledge of these issues similar to that possessed by any of the persons making up the Envoy bid preparation team. I note that Mr. Lockington and Mr. Belair might have been in a position to qualify as having some degree of expertise in these questions. By forcing the plaintiffs to call them, they eliminated the possibility of having them offering testimony and opinions on this issue.

[1505] In any event, Ms. Comeau testified that the average number of hours that it took RLRS to complete a CF and GOC/RCMP file was 27 and 26 hours respectively. She explained what “we” did as follows:

Q. And do you know the average number of hours that it took Royal LePage to complete a CF and GOC/RCMP file?

A. 27 for the CF and 26 for GOC.

Q. And are you able to explain in general terms how those figures were calculated?

A. What we did was we took the number of hours that people worked in the year, so we took 7 hours a day times 5 days a week, and times 48 weeks. We calculated two weeks’ vacation and two weeks of holidays, so excluded those, came up with the 48 weeks. We also estimated the amount of overtime, the average amount of overtime that was done in the run of the year, and we estimated that to be approximately 135 hours. So then, what we did was we added the 1,680, which is the 7 hours a day times 5 days a week times the 48 weeks, and added the 135 overtime hours to that. So that’s the average of what one individual would work. We took that and we multiplied it by the 25 number of staff we had in total that would have been assigned to CF, and the same for GOC. And then we divided that total by the number of files, so the number of CF files and the number of GOC/RCMP files, and that gave us 27 hours per average for CF and 26 for GOC.

[1506] In terms of utilization of capacity of the team to accomplish the work, the extent of her testimony was as follows:

Q. Okay. And in your experience, were the staff working on the 2004 CF and GOC contracts busy?

A. Yes, absolutely.

Critique of Comeau Evidence

[1507] There are a number of problems with this evidence, which I deal with hereafter.

2013 ONSC 2034 (*)

Page: 296

2013 ONSC 2034 (*)

Page: 297

Failure to Account for Different Touch-times in CF and GOC/RCMP Work

[1508] First, RLRS evidence contradicts the experience of the Envoy bid preparation team which concluded that the time it took to complete GOC/RCMP files was greater than that for a CF file to the point of proposing an administration fee of $1100 for CF files in comparison with $1500 for GOC/RCMP work. This latter fee approximated that of RLRS at $1725 which was used for both contracts. The higher touch time for CF files suggests that there must be inefficiencies in how RLRS is carrying out the work, or that they are providing services over and above contract requirements.

Reliance on RLRS’ File Times When CBO Abandoned them for Being Simplistic

[1509] Secondly, I am surprised that the defendant is attempting to convince the court that it should rely upon RLRS’ estimates of their counsellors’ average touch time to complete a relocation file. Mr. Brooks abandoned his first set of calculations of Envoy’s counselling staff based upon RLRS’ alleged 30 hour touch time.

Mr. Brooks stated that he rejected the 30 per file hour metric that RLRS had calculated because he found the calculation to be “pretty simplistic.” The 30-hour metric, we threw that out, we threw that out because we found out that the way Royal LePage calculated hours per file is pretty simplistic. They just simply took the total number of hours that a person worked and - all the staff work divided by the number of files, so it didn’t really give any indication of really how long it took to do a file, and they don’t have that information apparently. So we disregarded the 30 hours per file, and then we - we did find what the actual numbers were.

[1510] In trying to explain why he rejected the 30 hour metric, Mr. Brooks replied: “I would not

-no, if I had known that the way it was calculated, I would not have used it in my first report.” Apparently, he was prepared to put into his report a figure about which no attempt was made to verify.

[1511] After RLRS apparently produced a new 27-hour metric, and I say apparently because no supporting documentation was offered to support the new calculation, Mr. Brooks again turned it down in his Update of CBO Original Report, March 30, 2012. He explains his reason for rejection of the 27-hour metric at para 40 of his report.

40. We have not utilized

the RLRS estimated hours per file in determining

staffing levels

as the formula includes

staff whose hours vary directly with file volume and others whose

hours do not. Rather, we are of the view that our models, for both the CF and

GOC/RCMP loss of income calculations,

which is based on actual staffing

levels in 2005

and an increase in staff levels over future

years based on actual file

volume

growth rates,

is a more reasonable approach in determining the required staffing

levels over the period

of the Contracts.

 

 

 

 

2013 ONSC 2034 (*)

Page: 298

[1512] This was not good enough for the plaintiffs who during cross-examination demonstrated that Mr. Brooks appeared to be reluctantly singing the tune of his client as he tried to salvage some degree of justification for the 27-hour metric, which clearly he wanted nothing to do with for reasons that I agree with.

Mr. Lunau. Okay. You also, at Question 3, you asked for copies of time sheets to support the number of hours per file?

A. Yes, I did.

Q. Okay. And I take it none were provided to you?

A.Well, they explained that it [27-hour metric] wasn’t based on - they don’t do time sheets and it was a mathematical calculation based on the number of hours times the number of files, et cetera.

Q.But your opinion was that, without the time sheets, there was no proof of the 27-hour per file figure.

A.No, that was a mathematical calculation and did not consider, you know, in lawyers’ term, billable versus non-billable time.

Q.Right. In fact, you thought it was more likely that the hours would be in the range of 14 to 22.

A.No, I actually - sorry. When I - what hours would be?

Q.The 27 hours was too high and that it was more likely in the range of 14 to 22 hours.

A.For that same calculation?

Q.Yes.

A.No, I ran the numbers. The numbers were okay.

Q. Do you know whose notes these are, Mr. Brooks?

A. It looks like my poor handwriting.

Q. Okay. And at the top of the first page, there’s a reference to “Derek/called & discussed” and the date, 7/6/11?

A.Right.

Q.So you took these notes during a telephone conversation with Mr. Rasmussen.

A.Just a sec. (Reviews the document) Yes, I can’t recall if that was - if I drafted that prior to the phone call to discuss, or if that was after the phone call. I mean, what I meant by the numbers calculate - the 27 hours is the calculated hours per file. That was my calculation of the 27 hours that Royal LePage indicated.

2013 ONSC 2034 (*)

Page: 299

Q. So you’re looking at page

A. No, I’m just - I was looking at page 3, but I subsequently did calculations and it did turn out at 27.

Q. So these notes are your comments having reviewed the letter of May 30, 2010? A. Yes. I believe so.

Q. So, about midway down the page,...

A. Yes.

Q. ...page 3, you say:

No time sheets [therefore] Brookfield can’t prove time per file It’s not 27, more likely about 14-[to]22.

A. That’s what it reads.

Q. Well, that’s what it reads, you wrote it, you wrote that because you believed it? It’s not 27, more likely about 14-[to] 22.

A. That’s what it reads.

A. Yes. I mean, my rationale was that, just like you or me, when I go into the office, I’m expected to get some billable percentage, and there’s certainly some down time in the course of the day. The 27 hours measures every single hour of the day, so.

Q. Well, sir, what you’re saying is without time sheets you can’t - Brookfield can’t prove this 27-hour per file and that you think it’s more likely 14 to 22. So you didn’t even believe it was 27 hours per file.

A. Well, it couldn’t be 27 hours per file. It was 27 hours per file based on the methodology calculated by Royal LePage, which did not determine a specific, it was a total calculation.

Q. So you didn’t accept that calculation?

A.It wasn’t relevant to my calculation.

Q.I didn’t ask you if it was relevant, I asked you if you accepted it.

A.I - their 27 hours per file on the methodology they calculated, I reviewed, double-checked and arrived at approximately the same number.

Q.Where is that?

A.It’s not in here.

Q.It’s not in here.

A.No.

2013 ONSC 2034 (*)

Page: 300

Q. So when you do this calculation scribbled in the margins and you say, say, 23

hours per file....

A. It’s a different calculation.

Q. That’s a different calculation.

A. Yes. What....

[Emphasis added.]

[1513] Between this evidence and Ms. Comeau answering “absolutely” to her counsel’s leading question whether the staff working on the 2004 CF and GOC contracts were busy, [she worked exclusively on CF relocations] the Court rejects the Crown's argument that it should give consideration of the 27-hours touch metric or anything approaching it.

Different Workplace Organizations and Employee Responsibilities

[1514] Ms. Comeau described a very different workplace organizational structure from that proposed by Envoy. She reported to a team leader, from whom she apparently required approval on such matters as the adjudications involving complaints by transferees about not receiving benefits etc. Her evidence on the work organization is as follows:

A team leader was responsible for recruiting, for hiring, for terminations, for on- the-job training, for training of new hires. They were responsible for quality monitoring of the files, they were responsible for customer service issues, to liaise with the CF coordinator at the base that they were located at. They were responsible for processing adjudication requests, their portion of that process. They were responsible for providing planning sessions, consultations as necessary, should people be out sick, overflow, et cetera. They were responsible to assist with all file administration, so they could approve advances, approve claims, pick up a file and review it for audition and quality monitoring purposes. They were responsible to provide reports to their regional manager and reports to the senior management team as required. They would also give briefing sessions to the base as necessary.

[1515] With respect to service delivery, the team leader had the following duties:

They were responsible for ensuring that all the file administration was done; planning sessions were provided in a timely fashion to the transferees; the front desk where the reception area was manned and that person was looking after the transferees as they entered the office, booking appointments, that they knew their job responsibilities. They would assist transferees with any customer service issues that they felt that they were experiencing. They would assist transferees in the adjudication process. They would assist the CF coordinator if the transferees went to them and there were any issues. They were responsible to ensure that the team understood the intent and application of the policy and provide training as

2013 ONSC 2034 (*)

Page: 301

required for that. If there were changes to the policy, clarifications, they would administer files to assist the consultants on site, so do approvals for us.

[1516] Another significant organizational difference was evident once RLRS was awarded the contract: the consultants took over all the duties of the administrator, thus eliminating any comparison to the PRC/ARC arrangement proposed by Envoy. The duties of the administrator assumed by the consultant were those set out in the RLRS 2004 proposal as follows:

[1517] The consultants also took over the work of the travel coordinators. Much of the content of their duties were assumed by American Express, but the remainder passed over to the consultants.

Q. ...you’re not actually booking flights or doing anything like that, you’re giving them a task?

A. Yes. We have to send them the information from the transferee as far as the number of people, when the travel is, prerequisites, if there was an issue with meals, et cetera, seating, and flight considerations.

[1518] In addition to assuming all the workload of the administrators, they appeared to take on additional duties in relation of verifying and approving the work of their peers. Ms. Comeau described her duties in this fashion:

2013 ONSC 2034 (*)

Page: 302

Q. You had also indicated that part of your job at CFB Winnipeg was to also vet or review the invoices or the claims being made by your colleagues?

A. That’s right.

Q. Now, I just want to understand that. Is that an expense claim that is being made by your colleague... So as the advisor or consultant on a file, you cannot approve the expenses on that transferee’s file. You would create the advance, you would action the expense claim, but then another advisor is the approval authority. So they have to review what you’ve done to ensure it’s accurate and complete, and then they have the authority to approve the expenses for payment.

[1519] Ms. Comeau described her tasks generally as follows:

I was responsible to administer the relocation moves for the CF members posted to and from that location. So I would provide counselling, I would process advances, I would process their claims, I would pay and advance the third-party service providers, home inspectors, lawyers, appraisers, rental search assistance companies that they may use. I was responsible to approve advances and claims on my co-workers’ files. I would also provide base briefings to the base as required. I would be responsible to review and reconcile files.

[1520] As a consultant therefore, she was performing all of the tasks ARC and PRC would perform, in addition to which she had verification and approval functions in respect of her peers who would be spending time preparing reports and liaising with her team leader. It would appear that RLRS’ approach was the opposite of that of Envoy’s which was to specialize and automate to the degree possible the consultant’s tasks.

No Comparable Information Provided on RLRS Costing Although Available

[1521] It turns out that RLRS had a wealth of information that could have assisted the court and the Crown’s investigative forensic accountants make an evidence-based determination of the comparability of Envoy’s proposed organizational and production facilities with how the job was being carried out by RLRS.

[1522] The following evidence is fatal to the Crown’s submissions that I should rely upon RLRS staffing numbers to inflate those proposed by Envoy. The reference is to information in one of the proposals.

Q. ….And I’m going to take you to the second paragraph with the bolded title, “Activity

Based Costing”.

A.Yes.

Q.Activity Based Cost Management is a methodology that allows an organization to

focus on work activities, costs, and outputs. Its use supports the continuous improvement objective in the RLRS ISO 9001:2000 Quality Management System (QMS) because it is a structured way of quantifying what, why and how we do work. Do you see that?

2013 ONSC 2034 (*)

Page: 303

A. Yes, I do.

Q. The last sentence states: This information is also critical in establishing working standards so that personnel know approximately how much time should be spent on various activities. Then the next paragraph states that - in the second sentence:

We have calculated the varying degrees of difficulty of different types of relocation files, and the number of hours to complete each type. Do you see that?

A. Yes, I do.

Q. Is this methodology or information based on a checklist?

A.A checklist.

Q.You’re talking about working standards so personnel knows how much time to be spent on activities. Do they have a checklist of what they’re supposed to do?

A.There is a checklist in each files, yes, yes.

Q.Is there a process map or a kind of list of all the tasks that would be involved in any given relocation file that Royal LePage has prepared?

A.Yes.

Q.And is there kind of a methodology in terms of how to correlate a task to the number of times it may occur and things like that?

A.No. A. Yes - no, we don’t have anything like that, no.

Q.And there would be documentation of this, is that correct?

A.Yes, our processes are documented.

Q.Did Royal LePage provide these process documents to the Department of Justice?

A.Not that I know of.

Q.Did you provide this information or these documents to Collins Barrow?

A.Not that I know of.

Q. Did you provide these to your lawyers at Goodmans?

A.Not that I know of.

[1523] RLRS had process mapping, file completion studies, some form of checklist contained in the file - though admittedly it did not appear to have the frequency counts - but all of the information it did have should have been before the court, as part of the report of the relocation expert demonstrating that RLRS and Envoy were going at the same job in the same manner. Similarly, some effort should have been made to demonstrate that the proposed efficiencies of Envoy, with its “Matrix” computer oversight and form driven procedures, could be matched, or not workable, or whatever arguments might have been made challenging its feasibility.

[1524] The fact that despite RLRS was in possession of this information and that it is not before the court, in addition to not having materials to challenge Envoy’s proposal, strongly suggests that the information available would not have helped the Crown’s case.

2013 ONSC 2034 (*)

Page: 304

Tasks Performed by RLRS Not Required in the CF RFP

[1525] As an explanation for RLRS’ greater staffing counts, there is evidence suggesting that it was providing services beyond the requirements of the contract.

[1526] A small but indicative example was Ms. Comeau’s testimony that based on her personal experience as a relocation consultant under the 2002 and 2004 Contracts, on average there were between three to five relocation planning sessions on a file regardless of whether the transferee was a renter or a homeowner. She testified that each counselling session would be approximately an hour and a half.

[1527] This evidence poses problems in that Envoy was only required to tender to contract requirements which required a minimum of three face-to-face meetings. In addition, Ms. Comeau’s evidence was contradicted by notes provided to CBO discussing the subject matter. These notes indicate that 60 to 90 minutes was required for the first meeting to go through policy. Thereafter, an average of 30 to 60 minutes were required for the next two meetings. Besides speaking to the fact only three face-to-face meetings were required under the contract, the range in total time required was from 2 to 3 ½ hours, rather than the 4 ½ to 7 ½ hours Ms. Comeau testified to.

[1528] Of much greater concern for time spent by RLRS in addition to the requirements of the Statement of Work, were the efforts spent on the adjudication of transferee complaints or challenges to benefits received etc. Ms. Comeau was questioned by Envoy’s counsel about her adjudication duties, first pointing out that this was an internal policy of RLRS, as opposed to a contract requirement, and then depicting the amount of time spent on this type of activity as follows:

Q. Now, would you agree with me that the adjudication process that RLRS developed to deal with complaints from CF transferees, or from any transferee, whether it’s CF or GOC/RCMP, is a process that RLRS developed internally?

A. No, the adjudication process is CF specific and it’s actually in the policy.

Q. The policy requires that any conflicts be addressed, but it doesn’t say how Royal LePage or how a bidder should conduct the adjudication process. Is that fair?

A. No, the adjudication process had to go to DCBA, we couldn’t - we couldn’t make the decision ourselves.

Q.Right.

A.Right.

Q.But how you dealt with it at Royal LePage, i.e., that a team leader would review what a consultant prepared or that the team leader’s work was then reviewed by the regional manager,...

A.Right.

2013 ONSC 2034 (*)

Page: 305

Q. ...that’s an internal decision at Royal LePage?

A.Yes.

Q.And so the two reporting structures...

A.Yes.

Q. ...to look at whatever goes to DCBA...

A. Yes.

Q. ...was a Royal LePage decision.

A.Yes.

Q.And then, if it goes up two levels of management, if that’s fair to say, it goes back down two levels of management before it gets to the consultant?

A.It would be provided to the regional manager to review. There would not be any action...

Q.Okay.

A. ...on the regional manager’s part outside of reading it and understanding the adjudication and the decision, the same on the team leader. It was the advisor who would do it, like we couldn’t - if you mean like change their decision or....

Q.No.

A.Okay.

Q.It would be - so I think you explained it that the draft would come from the transferee to the consultant.

A.Yes.

Q.The consultant would then prepare documents...

A.Yes.

Q. ...and then that would go up to the team leader?

A.Yes.

Q.And the team leader would review all of that.

A.Yes.

Q.And then the team leader’s work would be reviewed by the regional manager before it went....

A.Yes.

Q.Before it went to DCBA.

A.Correct.

2013 ONSC 2034 (*)

Page: 306

Q. And then when a decision came back from DCBA, it would go through the regional manager,...

A. Yes.

Q. ...who would then send it to the team leader,...

A. Yes.

Q. ...and then it would go back down to the consultant for action?

A. That’s right.

Q. Now, in describing the steps in that adjudication process, approximately how much time would all of that take?

A. As an advisor, I would spend a couple of hours researching the policy and the clarifications that would be surrounding what they were asking, putting together my synopsis of the situation, copying any documentation, because it’s not only the request that had to go up, it was any supporting documentation that had to be attached to it, so the transferee’s posting message, any home documentation if it was surrounding that, et cetera. So you’d have to have theirs, and then, again, it would go up. So the entire process for those who are an advisor, a team leader and a regional manager, it would take many hours between all three of us to do our portion and then send

Q. And how common are adjudications in your experience?

A. We would see 5 to 10 percent a year of our total file count across the country. [Emphasis added].

[1529] The only provisions that I was made aware of speaking to the contractor’s requirements to be involved in DCBA’s adjudication process involving issues raised by transferees, were found in the CF IRP and were not specifically made a requirement of the RFP. It states as follows:

Special Circumstances: Requests for reimbursement that fall within the intent of this Directive but whose special circumstances have not been specifically addressed may be forwarded through the consultant to NDHQIDCBA for consideration.

[Emphasis added.]

[1530] There is a saying in labour law that 98% of the labour relation officer’s work is caused by 2% of union members. Apparently, 5 to 10 percent of the CF files involved these disputes. I do not know what extra time is involved, but I recall the Lt. Col. Gagnon’s testimony about how time-consuming the adjudications were in her office. It would appear that RLRS was going beyond the requirements of forwarding the transferee’s request to DCBA.

2013 ONSC 2034 (*)

Page: 307

[1531] This evidence raises concerns for the court in respect of the overall relationship between the Crown and RLRS. In general, we have seen special treatment accorded to RLRS in waiving payment of property management fees. In this section alone, we see that RLRS was allowed to bid on the basis that it would be supplying staffing organization consisting of 255 persons, when only 199 showed up when the contract began. Even accounting for synergies in running the two contracts at the same time, RLRS was supplying 27 less field staff than promised. Similarly, it will be seen below the favouritism played out towards RLRS when considering how the transfer fee was handled.

[1532] The quid pro quo appears to be RLRS creating a multistep, time-consuming process to write up, analyze, review and transmit transferee complaints - no doubt mediating some of them on the way through. This could be interpreted as RLRS giving back to the Crown in return for the numerous instances of favourable treatment it received at the Crown’s hands. This would put Lt. Col. Taillefer’s insistence on quality being the essential factor in the weighting formula in another perspective. In any event, Ms Comeau’s evidence would appear to describe an example of RLRS undertaking extensive supplementary duties beyond the RFP as a costly client relations exercise.

Critique of CBO Opinion of Envoy’s Staff

[1533] I have already described some of Mr. Brooks difficulties in obtaining evidence from his client or RLRS and the gymnastics it required of him to explain invalid metrics such as the 30- hour and 27-hour file completion statistics. Mr. Brooks’ had even more problems coming up with a consistent opinion of any kind on Envoy’s counsellor staff numbers.

[1534] The first version of CBO’s methodology was described in its initial July 23, 2010 reports. They set out four models to arrive at an estimate of the field staffing requirements:

Model 1: based on Envoy’s estimate of 7.6 hours to complete a file;

Model 2: based on the RLRS estimate of 30 hours to complete a file;

Model 3: based on RLRS proposed staffing [its tender proposal] for the first year with a growth factor applied based on the changing volumes of files; and

Model 4: based on Model 3 but used a growth factor of 50% of the growth factor used in Model 3.

[1535] On the positive side for the plaintiffs, CBO concluded that the staffing requirements in Envoy’s proposals were supported by their calculations based on workload etc. Nevertheless, Mr. Brooks rejected Envoy’s calculations on the basis that it was an “outlier”, instead preferring to use the 30 hour per file metric supposedly found in RLRS’ 2002 RFP proposal. He stated that this was a “reasonable basis” for their staffing estimate.

2013 ONSC 2034 (*)

Page: 308

[1536] CBO thereafter obtained information on RLRS actual staffing which resulted in it completely abandoning any determination of Envoy’s staffing requirements based upon the 30 hour metric. Indeed, it effectively abandoned all the models in its July 2010 reports.

Failure to Investigate and Validate

[1537] I agree with the comments of plaintiffs’ investigative forensic accountants, Navigant Consulting Inc. (“Navigant”) that CBO failed to properly investigate and validate the information that was fundamental to its original opinion: either the total time spent by RLRS employees on a file, or any time spent by staff comparable to Envoy’s counsellors. Indeed, there is no indication of the defendant having undertaken any of the necessary steps to validate this information.

[1538] CBO could not validate any of the information supplied by Ms. Comeau, such as overtime or the attribution of time worked between different employees in different contracts. Indeed, Mr. Brooks never spoke directly with anyone from RLRS including Ms. Comeau in the preparation of CBO’s report.

[1539] I also am in agreement with Navigant that CBO also failed to properly validate the information provided by RLRS on actual staff numbers. These failures include the following:

a)Descriptions of the actual roles, responsibilities and work performed by RLRS field staff. This information could be used to determine whether RLRS actual field staffing could be accurately compared to Envoy’s ARC and PRC projections.

b)Descriptions of the role and reasons for the establishment of the Halifax Support Centre. This information could be used to determine if the Halifax Support Centre was relevant to Envoy’s loss of profits and whether it related to the work described in the 2004 RFP.

c)The number of full time RLRS employees who worked on the Retroactive Posting Allowance. This is relevant for the purpose of determining whether some employees included in RLRS’ actual staffing should be removed in order to compare those numbers with Envoy’s projections.

Inconsistent Treatment of Envoy’s Costs and Revenues

[1540] I also do not understand how CBO in its July 15, 2011 report used the costs of employees working as a result of the change order that created the Halifax Support Center without attributing any of the revenues to Envoy also arising. Apart from CBO’s investigative forensic accounting only taking one side of the ledger to lower Envoy’s profits, it is also quite unacceptable that the Crown refused to provide any information on the change orders requiring the plaintiffs to bring a motion. On the basis of that information, CBO eventually was prepared to increase Envoy’s revenues by his high end evaluation of over $2.5 million, or using CBO’s low end of $1.6 million.

2013 ONSC 2034 (*)

Page: 309

[1541] In total contradistinction to this approach of one-sided client based accounting, Navigant took the position that it did not have sufficient information on the change orders and left over $2 million dollars on the table to prove the seriousness an investigative accountant places on being able to validate its client’s claims.

Adjustments of Staff Numbers without Explanation or Contrary to Explanations

[1542] Furthermore, I have problems understanding CBO’s approach in adjusting actual field and management and support staff to significantly increase those numbers over the actual staffing of these positions by RLRS. I agree with Navigant’s description of the methodology adopted by CBO as being “self-invented and unique”.

[1543] CBO introduced a document marked for identification that described the annualized staffing/capacity of the CF contract in 2005 and 2009, which I reproduce below. The document introduced in the court was coloured for ease of reading. The high bars represent RLRS total staff, the middle bar represents the PRC/ARC component while the bar on the right is for management and support staff. The 2009 table includes 20.3 staff for the Halifax Support Center.

2013 ONSC 2034 (*)

Page: 310

2013 ONSC 2034 (*)

Page: 311

The defendant also introduced a comparison table for all positions showing how CBO had adjusted the actual RLRS staffing in a fashion that favoured its clients’ position of increasing Envoy’s costs.

The table is confusing by its use of high and low points. The defendant used its high end staffing costs in the table it submitted for the Court’s consideration that I reproduced at the beginning of this Chapter and therefore attention should be focused on the high-end numbers to understand the extent of the difference being urged on the Court between RLRS actual staffing numbers and CBO’s adjusted ones.

[1544] After obtaining the actual staffing numbers described in the 2005 table, CBO proceeded to adjust the PRC/ARC and management and support staff numbers upwards. As may be seen from the chart, CBO opined starting from 181 actual, and then adjusted the number upwards starting with 183 PRC/ARCs, the 2009 annualized staff had 200 or 206 high-end PRC/ARCs as opposed to the actual figure of 185.5.

[1545] Management and support staff were more radically adjusted, but in the opposite chronological direction. In the 2005 year, CBO almost tripled the actual management and support staff of 16 persons to 42 persons. For 2009, Mr. Brooks left the number relatively unchanged at 41 or 42 persons.

[1546] Thus, the only actual staffing numbers Mr. Brooks relied upon were those for RLRS consultants (described as field staff) in 2005 and its management and support staff in 2009. CBO

2013 ONSC 2034 (*)

Page: 312

adjusted the consultant numbers using the 2005 numbers going forward to 2009. Conversely, it adjusted management and support staff going back in time from 2009. In both cases, the calculations resulted in estimated staffing numbers that were greater than the actual persons being used by RLRS to fill these positions.

Selective and Self-interested File Counting

[1547] For the ARC and PRC staff, Mr. Brooks applied his own growth formula following the actual field staff of 181 persons in 2005, abandoning the actual numbers to calculate a higher actual staffing based on file increases. He explained his reasoning as follows:

So in 2006, the annualized files increased 5 6.1 percent; ‘07 it was 4.5; 2008, 4.1; and in ‘09 there was a small 1.6 reduction in the number of files opened. So then the cumulative growth factor is 106, 111, 115 and 114 percent - 114 percent. So then what we did, what I did was I applied for my high staffing estimate, I took the 184 in the first 10 year, and that was my staffing for the first year. For the second year, I took the 184 and increased that by 6.1 percent to arrive at 186 staff, and then the next year I increased it by 4.5 percent to get the 190, et cetera.

[1548] I admit to being unable to comprehend CBO’s forensic accounting. Exhibit 47-30 notes that the percentage increase in files from 2005 to 2009 was only 1.14%.

[1549] In explaining the differential, firstly, it appears that CBO arbitrarily chose its start-up or benchmark “year” by adjusting the remaining nine months of 2005 rather than using a true 12 month period from contract start-up date of April 1, 2005 and terminating March 31, 2006.

[1550] Approaching the file count numbers on the basis that RLRS would adjust field staff at the end of 12 months, and not after only 9 months, results in quite different yearly adjustments using CBO’s methodology.

[1551] File counts starting year-end of March 31, 2006 to year-end March 31, 2009 with the remainder of 2009 adjusted mathematically as CBO adjusted the 2005 year are described in the table below. It consists of government fiscal year annual file numbers, the percentage decrease/increase in files over the base year file count of 14,035 the resulting staff adjustments and those said to be required by CBO:

2005-6

= 14,035;

 

181

 

 

2006-7

= 13,762;

(1.95%)

177

-4

+9

2007-8

= 14,282;

1.76%

181

+4

+8

2008-9

= 14,265; and

1.64%

182

+1

+8

2009 =

10,574, (anlzd 14,099)

.00 %

182

0

-2

[1552] Using CBO’s methodology Envoy should have adjusted downwards by 4 employees in 2006-7, added four in 2007-8, then added one more in 2008-9 and made no changes based on the annualized figures for 2009: a shortfall of one person year over the life of the contract. This compares with the extra 23 field staff by CBO’s count, which he averaged down to 19.

2013 ONSC 2034 (*)

Page: 313

[1553] Based on CBO’s methodology using a full 12 month based year, there would have been no basis to adjust RLRS actual field staff numbers.

Ignoring RLRS’ Explanation to Change Management and Support Staff

[1554] With respect to management employees, when Mr. Brooks saw that in 2005 RLRS had reduced its management staff by 29 person-years, from 45 proposed to 16 actual for the CF contract, he quickly abandoned those numbers, particularly because Envoy had indicated that its management could be counted on to assist counsellors and their work.

[1555] He explained the basis for his methodology as follows:

The growth in Management and Support staff does not appear to correlate with CF file volume growth (staffing grew more rapidly). We are unaware of the reason for the growth. Explanations might be that the initial CF staffing levels were insufficient to provide adequate service levels or it was simply difficult to recruit Management and Support staff in the period 2005 to 2008. Subsequent staffing levels suggest that there was an under staffing of CF Management and Support people in the years 2005 to 2007.

[Emphasis added.]

[1556] Unbelievably, it would appear that CBO ignored RLRS’ specific advice that increases in file volume did not play any role in the additional management and staff numbers. Specifically RLRS indicated that the increase in management and support staff was “not because of the file volume, but because of the scope of the work, the policies and modified management structures” as reported to the defendant’s counsel in an answers to one of CBO’s questions.

[1557] Mr. Brooks opted for a model based upon the 2009 management support staff baseline and then “backed off” the number of staff for 2006 and 2007 by the growth factor used for field staff. I have already indicated that I do not find that the increase in files, if done on a yearly basis going forward from the contract start date, justifies any increase in personnel.

[1558] Mr. Brooks was an investigative forensic accountant. His duty was to investigate and obtain information, and not make it up on unfounded speculation. Moreover, as you read his report, he frequently states how we “understood” or “assumed” a situation, no doubt caused by the fact that he was unable to speak directly with RLRS to obtain information.

No Foundation for Expert’s Opinions

[1559] As seen from the Court’s analysis of Ms. Comeau’s evidence, there is no foundational evidence with which CBO could have worked to demonstrate that the RLRS’ staffing infrastructure, or even the services provided, was comparable to that of Envoy.

2013 ONSC 2034 (*)

Page: 314

[1560] In addition to the analysis carried out above, Mr. Levine confirmed during his testimony that in all of the correspondence between CBO and Defendant’s Counsel that was provided to Navigant, there was no original back-up documentation or original business records from RLRS in support of the enclosed information

[1561] The defendant was also ordered to produce details of the field staff information for management and non-management support staff at RLRS. In a similar fashion, Brookfield only produced a copy of the job descriptions from RLRS’ 2004 proposal. No actual job descriptions were produced. As testified by an obviously frustrated Mr. Levine:

Q. Job descriptions were provided, were they not?

A. Job descriptions, as I mentioned, were from the proposal, they weren’t actual job descriptions.

Q. Do you agree that those job descriptions set out the actual roles and responsibilities and tasks that would be done by the people occupying those positions?

A. No, the only thing I know about the job descriptions is that’s what the job descriptions were according to the proposal. They weren’t the actual job descriptions that were for the work that was done.

Q. So, do I take it, then, that you would not agree that the purpose of those descriptions was to set out the type of work that those positions would do?

A. Well, if the job descriptions, if the actual job descriptions had been provided, rather than the proposed job descriptions, I would agree with you, but the fact that they were the proposed job descriptions, and we couldn’t tie them in to any of the other information that we received at the same time, it rendered it unreliable.

[Emphasis added.]

[1562] At some point Navigant abandoned this analysis as the various pieces of proposed and actual data from RLRS could not be matched. Discrepancies between the two sets of information provided by RLRS made such analysis impossible.

[1563] The plaintiffs submit that without the actual RLRS organizational charts and position descriptions, Navigant was unable to use the information provided by Brookfield in its loss of profits calculations. They state that the data obtained from RLRS’ proposal could not be reconciled with other actual information provided by RLRS, despite significant effort by Navigant and the plaintiffs. I agree.

[1564] I reject CBO’s investigative forensic accounting explanations as being without foundation. In particular, they did not properly investigate or validate the information it was provided, admittedly which may have been out of its control due his inability to speak directly to persons at RLRS. I also find no rational basis in his methodology, particularly in period- shopping, to calculate as a basis to adjust Envoy staffing on allegedly increased file numbers.

2013 ONSC 2034 (*)

Page: 315

2013 ONSC 2034 (*)

Page: 316

RLRS Had an Excess of Profits to Expend on Contract Performance

[1565] In my view, RLRS’ willingness to provide services beyond the requirements of the RFP can also be traced back to its 0% bid on PMS. It is recalled that Mr. Lockington noted that the PMS premium was used to increase RLRS’ administration fee at no cost to itself, thereby increasing its profitability. I will repeat its evidence because it is so significant in relation to this issue.

Q. And I understood you to say, sir, that these bids of zero would have been at a loss for Royal LePage insofar as if there were property management services to be delivered, there would be no charge to the crown for those services. Is that correct? A. Yes. That’s correct.

Q. Would you agree that it’s fairly obvious that if you bid zero for something in - under this contract, it would affect your overall bid price?

A.Yes. Yes.

Q.A bid of zero would arguably result in a lower bid price?

A. It would result in a number of factors that - that lower bid price, and the

opportunity to have a higher file fee, so that ....

Q. And the file fee you’re referring would be the admin fee?

A. Correct. Shall we say the entire exercise is a composite exercise. None of these things was dealt with in isolation.

Q.And when you say a composite exercise, just so that we’re clear on the record, what you’re saying is, Royal LePage looked at both the admin fee portion, Table I, and the ceiling rates that were to be delivered under - that are recorded under Table II, as a whole, and at the end of the day, it made a business decision as to what it was going to bid in both those tables. Correct?

A.Yes. And based on what we were bidding in our services. We knew what our baseline delivery expense would be, so the entire bid is a composite exercise. If you’re going to bid a greater and better service, your fee has to be higher to provide for profitability, and then that extends into the whole exercise of reviewing the supplier pricing and your administration fee.

Q.Part of that also extends into the actual staff you have on the ground to deliver the services?

A.Big and better service means more staff.

[Emphasis added.]

[1566] The court was never provided with RLRS “baseline delivery expense” and perhaps that is understandable. Nonetheless, I am satisfied that a considerable portion of RLRS $48 million PMS premium was applied to its administration fee.

2013 ONSC 2034 (*)

Page: 317

[1567] During cross-examination, Mr. Levine confirmed that he had never seen the administration fee charged by RLRS under the 2004 contract. However, he provided evidence regarding the potential effects on staffing if RLRS’ fees were higher than Envoy’s:

Q. I’d like to put a hypothetical question to you. Assume, for the purposes of this question, that there is evidence that Royal LePage’s administrative fee was several hundreds of dollars more per file than Envoy, okay? In your opinion, if that were shown to be the case, could there be a correlation between, or an impact of the administration fee on the number of Royal LePage staff?

A. Yes, absolutely. To answer your question, you know, in setting an administration fee, I would imagine that you do the projections of the costs and then determine what your profits are to be. So, generally, the higher the costs, the higher the admin fee will be to obtain the level of profit that you’re looking for. So, if there was an increased administration fee, it could be foreseen that there would be increased costs as well and still generate the profitability that was being sought out. So, certainly there - you know, there could be increased costs with increased administration fee, absolutely.

[1568] When one factors in the magnitude of the profit differential with which RLRS was working, it is obvious that it was in a position to be generous with personnel. Upon being ordered to disclose RLRS’s administration fee, it was established that it had bid $1725 per file on both the CF and GOC/RCMP contracts in comparison with Envoy’s tenders of $1100 and $1700 respectively.

[1569] Applying RLRS’ higher CF administration fee to the approximately $72 million of revenue attributed to Envoy based on its fee produces total revenue of $113 million. Using CBO’s total costs of $66 million results in RLRS having $47 million in profits in comparison with $6 million that CBO would attribute to Envoy based on its lower administration fee. I think these figures would dispose of the defendant’s argument that Envoy’s profit margins would be too high, about which I will say no more.

[1570] In passing, it might be noted that RLRS’ administration fee in 2004 was considerably lower than that in 2002 in as much as its total financial bid was $48,327,426 less, even though new security requirements had been added to the 2004 SOW not contained in the 2002 version. Otherwise, the two RFPs were very similar, except for file volume numbers which had increased in 2004.

[1571] Accordingly, moving Envoy’s lost profits on the CF contract to $25 million as recalculated after eliminating any reduction for transferred files, still leaves RLRS with another $22 million to spend on the contract, not to mention the further $4.5 million that the Crown would pay RLRS in 2008 because of the termination of the 2002 Contract.

[1572] In conclusion, I agree with plaintiffs’ submission that with a higher administration fee, RLRS would be able to employ a greater number of staff while maintaining an acceptable profit margin as Mr. Lockington so testified.

2013 ONSC 2034 (*)

Page: 318

[1573] Given the difference in administration fees, I also agree that the organizations proposed by Envoy and RLRS should not be compared. RLRS was able to support additional staff and incur extra costs due to the larger revenue generated by its inflated administration fees.

[1574] Envoy’s staffing and organization were not prepared with the luxury of this additional revenue.

Rejection of CBO’s Adjustment of RLRS Actual Staffing Numbers

[1575] I have described above the difficulties that I have with the CBO’s adjustment of RLRS actual staffing numbers. As I consider RLRS staffing in the context of the history of events unfolding during the 2004 Contract, I conclude that only the first two years of actual staffing numbers are reliable.

[1576] In my view, it would be disingenuous to ignore events that occurred in November 2006 when the OAG released the report on its investigation. It brought to light firstly, that RLRS made a 0 percent bid on PMS, which led the OAG to comment that the government had probably paid too much on these contracts driving home the higher administration fee at the expense of unused PMS fees. Secondly, the report disclosed that RLRS had been in breach of its contractual provisions since 2002 by charging transferees for property management which RLRS was obliged to deliver for free.

[1577] It is after these events that changes occur in RLRS staffing. There is a large increase in quality assurance and auditing staff brought for some unspoken purpose. I would hope that the government would have followed up on the OAG’s direction and understood that by bidding zero on PMS and obtaining a $48 million premium over Envoy in the CF contract and a relatively similar premium reflecting the difference in contract value in the GOC/RCMP contracts -- without providing any added value. In addition, the Crown set up a new centre in Halifax.

[1578] Despite this, in 2008 the defendant provided RLRS with a further $4.5 million which it has available to apply to these contracts.

[1579] In the circumstances therefore, without any evidence-based rationale provided by the defendant to explain the rationale for changes in staffing, I conclude that the only the 2005 and 2006 actual RLRS staffing numbers are reliable.

RLRS’ Actual Staffing Numbers in 2005 and 2006

[1580] For the purposes of focusing on the 2005 and 2006 years, I reproduce below CBO ’s Table 2 setting out actual field staff and management and support staff numbers. On the basis of these actual staffing numbers, I conclude that RLRS actual field staff should be set at 185 person years and its management staff at 15.5 person years. Its total work complement therefore would be 200 persons that it was using to perform the CF contract work as described in the RFP.

2013 ONSC 2034 (*)

Page: 319

[1581] This compares with the plaintiff’s proposed total staff of 140 personnel based upon 97 field staff and 43 management and support staff. The higher number of management and support staff is consistent with Envoy’s explanation that their managers, all of whom were very hands-on experienced relocation experts and were expected to assist the field staff in carrying out their work.

[1582] Accordingly, Envoy proposed to be able to carry out the same work as RLRS with a 70 percent of RLRS’ total staff. It has explained in great detail how its personnel count was arrived at both for tendering purposes and to claim lost profits. It has done its job.

[1583] In the final analysis Mr. Brooks’ opinion, unsupported by anything but RLRS’ actual staff numbers which it tried to pump up without any evidential or rationale basis to do so, is as follows. RLRS, as set out below, was in the business of making money and whatever the efficiencies, the volume of work set the staff requirements and Envoy could not do what it said it was going to do. This opinion is probably best captured in this passage of Mr Brooks’ testimony:

Q. How do you know that, you never saw Royal LePage’s?

A. No, I’m saying both parties are there to satisfy the term of the RFP/the contract. The government determines really what the task lists need to be. What Royal Lepage or Envoy does is they have determined what the tasks that the government expects, and then they assess how they’re going to carry them out and I - and they could be different. But at the end of the day, they need so many hours to be able to provide the service that the government expects, needs, desires.

Q.Is it your view or your opinion that nobody could perform the government’s requirements in a more efficient, leaner or cost-effective manner than Royal LePage?

A.I am sure there are different ways to skin a cat to make it slightly - you know, somewhat more efficient or somewhat - you know, somewhat different, but my concern in preparing it is it’s not in the order of magnitude of, you know, 50 percent. At issue therefore, is whether the defendant has provided probative and persuasive evidence to convince the court not to accept the plaintiffs’ very detailed evidence that given the efficiencies that they have introduced into how the CF work is to be performed and the differences in the staffing structures and nature of work being carried on by RLRS, that I should find on the balance of probabilities that the differential is reasonable to complete the same work.

2013 ONSC 2034 (*)

Page: 320

[1584] At issue therefore, is whether the defendant has provided probative and persuasive evidence to convince the court not to accept the plaintiffs’ very detailed and validated evidence supporting a conclusion that it can perform the work in the fashion originally used to bid to earn its profits and as now claimed.

[1585] In examining the defendant’s reply evidence I find:

a failure to investigate and validate, resulting in an absence of foundation for its expert’s opinions;

∙ no comparable information provided on RLRS costing although available;

no information in any respect to dispute the GOC/RCMP projections of Envoy;

very different workplace organization and employee responsibilities than that proposed by Envoy;

∙ time consuming tasks being performed by RLRS not required in the CF IRP; and

RLRS with an excess of profits to expend on these contracts which its President stated allowed for a “big and better service means more staff”.

[1586] Nonetheless, allowing for some degree of common sense to apply to a theoretical relocation operation measured against the realities of the incumbent’s situation, Mr. Brooks opinion is shared to some degree by the Court for the CF contract.

[1587] I accept that Envoy is too optimistic in its projections. I am more comfortable with CF field staff positions being calculated using a 10 hour PRC/ARC metric which would reflect a reasonable increase in staff numbers. Accordingly, I declare that the 10 hour metric be used as the assumption for determining the costs of field staff personnel and related cost items in Navigant’s calculations of Envoy’s loss of profits on the CF contract.

GOC/RCMP Staffing of PRC/ARC Positions

[1588] Navigant used the same methodology to assess the numbers and information for the GOC/RCMP that it used for the CF contract. Additionally, the same approach and methodology was used to validate the salaries and the workload capacity.

[1589] The differences between the CF and GOC/RCMP reports were minimal. Some of the fact situations were different. For example, as opposed to the CF contract, counsellors did not have to be present at specific base locations and counselling sessions could be done over the phone from a centralized location.

[1590] Some of the GOC/RCMP salaries were lower than was the case for the CF contract, for management and non-management employees. In the GOC/RCMP calculation, Navigant raised

2013 ONSC 2034 (*)

Page: 321

all salaries to the CF contract level from what the Plaintiffs’ financial projections relating to GOC/RCMP had set out. This reflected Navigant’s overall conservative approach, supporting the reliability of its assessment of damages.

[1591] Of some minor importance for issues of file transfer, the Basis of Payment was different from the CF contract. The fees would be earned on the basis of 1/3 of administration fee paid upon opening the file, 1/3 administration fee between 31-45 days later; and the final 1/3 upon closing the file or 180 days, whichever came first.

[1592] Plaintiffs submitted that the Court should consider that the analysis and validation process for quantifying damages under GOC/RCMP contract was as rigorous and reliable as with the CF. This quantification, just like CF, was in accordance with the standards required of an investigative forensic accountant. On the basis of the evidence before me, I accept that submission.

[1593] I similarly adjust the file time expenditure metric to 12.4 hours per PRC/ARC team to reflect some of the office place realities faced by RLRS in performing these contracts. Accordingly, I declare that the 12.4 hours metric be used as the assumption for determining the costs of field staff personnel and related cost items in Navigant’s calculations of Envoy’s loss of profits on the GOC/RCMP contract.

TRANSITION PROVISIONS AND ENVOYS REVENUES

Introduction

[1594] This is a technically challenging area to analyze and describe because of the number of arguments and possible outcomes depending upon how successful a party is on any issue.

[1595] I will start by outlining the parties’ respective positions, and in the course of doing so, introduce some of the complicating factors that result therefrom. The remainder of the section will be given over to analysis of the plaintiffs ‘arguments and the defendant’s defences.

Defendant’s Position

[1596] As drafted, the transition provisions which apply in the eventuality that Envoy won the tender, provide that the RLRS’ uncompleted files were to be transferred to Envoy for completion. Envoy would be paid 25 percent of its administration fee, or $275 for the CF contract and $375 for the GOC/RCMP contract, to complete the files.

[1597] At the end of the new contract term in 2009, assuming Envoy was unsuccessful, it would be required to transfer its unfinished files to the new replacement contractor without any further payment for partially completed work or preparation of a transition plan etc.

[1598] Using CF provisions as the example, in calculating Envoy’s revenues for the purpose of determining its loss of profits, the defendant proposes to credit Envoy the 25 percent amount of its administration fee, i.e. $275 on 4669 files. This was the number of files that RLRS indicated

2013 ONSC 2034 (*)

Page: 322

remained open as of April 1, 2005. It would provide Envoy a credit of $1,283,975 on its CF revenues.

[1599] At the end of the 2004 contract, the defendant proposes to calculate a reduced amount for those files opened by Envoy, but not completed which would be transferred to the new replacement contractor. Again using the CF example, one third of the administration fee would have been paid upon file opening, with the remaining two thirds paid to Envoy only when it closed the file. Accordingly, on any unfinished file, Envoy would receive only one third of its total administration fee.

[1600] For the purposes of calculating Envoy’s revenues, the parties start from the position of a fully paid file and then reduce it by the amount of uncompleted work, i.e. for CF files by two thirds of the administration fee, or $733. In this fashion, the defendant proposes to reduce Envoy’s revenues by $733 times 4862 files, being the number finally settled on by the defendant as the number of files opened at the end of the contract. This would produce a reduction from Envoy’s total revenues in the amount of $3,563,846.

[1601] Combining the credit for incoming files and the debit for outgoing files, the defendant claims that Envoy’s contract revenues should be reduced by $2,279,871.

[1602] The defendant also asked the court to consider as a “contingency” the unparticularized cost impact on Envoy’s bottom line from having to complete the massive influx of incoming files. It provides no information on the state of the incoming files and furthermore submits no reliable postulate upon which such an assessment could be made.

[1603] This is typical of the defendant’s approach throughout the debate on file transition, and indeed determining staffing counts of counsellors. It furnishes some raw data obtained from RLRS, with no foundation for its reliability, validity, or even its admissibility, and asks the court to rely on these unwashed statistics, in this case to impose on the plaintiffs the cost bill for bringing over, assimilating and completing 4669 unfinished RLRS files. For their efforts, Envoy will be paid $275, not even recapturing the two thirds of the administration fees remaining unpaid to RLRS.

[1604] In effect, the defendant was asking that the court, not only to wipe out the revenues of the transfer fee, but realistically to impose a further loss in profits on Envoy, in addition to those already described by CBO. This, in comparison with RLRS receiving full payment as the successful 2004 bidder, is the defendant’s approach it contends the court should adopt.

Plaintiffs’ Position

[1605] The plaintiffs’ submissions are twofold. First, Envoy argues that the contract transition terms are so uncertain and unintelligible that no effect can be given them. This argument is based upon their inherent unreasonableness and the confusion created by the amendments to the contract in terms of directions to the bidders. Envoy argues that the amendments rendered the provisions incomprehensible in terms of being able to discern their intention.

2013 ONSC 2034 (*)

Page: 323

[1606] I would have struck offending portions of the transition provisions that applied differentiated transition fees for the incumbent and replacement contractor for their obvious unfairness had the statement of claim been amended. The plaintiffs, choosing not to do so, nevertheless rely on the same evidentiary foundation, only expressed as “making no sense” as drafted or unreasonable.

[1607] The plaintiffs argue that the provisions are so unreasonable on their face that when interpreted against the responses provided by the defendant they became unintelligible and therefore unenforceable.

[1608] I agree with this submission. My analysis of the responses leads me to conclude that the defendant intentionally provided misleading and confusing answers that have the effect of rendering the transition provisions too ambiguous and unintelligible to be given any meaning. In the circumstances, I apply the 2002 transition terms which are clear and reasonable. They make the contracting party responsible to complete all files that it opens, meaning that there would be no addition or deduction to revenues.

[1609] Envoy’s second line of argument is that the information provided by RLRS on number of files relied is unsupported, not validated and not reliable. Accordingly, RLRS’ file numbers should be rejected in their entirety.

[1610] As the second prong of this argument, the plaintiffs submit that the contract-end file count should be based upon the actual number of files opened during the time period that Envoy said it would take to complete a file, being 4 ½ months. These numbers are not in dispute.

[1611] I have no difficulty substituting Envoy’s file count of 3115 based on established year-end file numbers in the place of the number of 4862 files provided by RLRS, for which no back up evidence has been provided.

[1612] It does not end there however but becomes more confusing because Envoy advances a further argument that the transfer fee should be applied at contract end, contrary to defendant’s argument that it applies at the beginning of the contract.

[1613] This argument is confusing for two reasons. Firstly, the impact of the transfer fee being applied at the beginning or end of the contract largely went away once the defendant gave up arguing that 7507 files remained open at contract-end. Upon reducing contract-end files to 4862, the differential between the incoming and outgoing files was only 193 files. In other words, if the transfer fee was applied at the beginning, as opposed to the end of the contract, only 193 files, or $53,075 (193 times $275) would be lost in revenue.

[1614] It should be pointed out however, that defendant originally argued that the end-of- contract file count was 7507 files. As such, the differential of 2838 files (2645+193 files), having a value of $780,450, was worth fighting over.

[1615] Nevertheless, applying Envoy’s second defence means that a reduction of $1,426,670 should be made from its CF revenues. This calculation is based upon the $275 transfer fee credit applying at the end of the contract reducing the $733 deduction for the unfinished files at the end

2013 ONSC 2034 (*)

Page: 324

of the term of the GOC/RCMP contract, leaving $458 to be deducted on the 3115 unfinished CF files.

[1616] Despite the foregoing, the second confusing aspect of this issue is that the Crown’s argument backfires by the transfer fee being paid at the front of the contract because there is no reliable data to apply it to. If Envoy cannot have its revenues from the incoming files, then it not reasonable to think that the plaintiffs should have their revenues reduced at the back end of the contract.

[1617] I now turn to consider the evidence upon which these conclusions are made.

MISDIRECTIONS IN RESPONDING TO BIDDERS’ QUESTIONS ON THE BIASED TRANSFER FEE PROVISIONS

Patent Unfairness and Unreasonableness

[1618] I would have thought that plaintiffs’ simplest and strongest argument concerning the transition provisions was that they should be struck for their patent unfairness, not to mention the subsequent misdirections in the form of amendments to bidders’ questions which were intended to confuse.

[1619] When raised again in questions during oral submissions, with the defendant denying any unfairness, akin to its earlier denying any conflict of interest, the plaintiffs again declined to consider any need to find unfairness. Instead, they asked the court to conclude on the much more difficult interpretive issue that the defendant’s amendments in answers to bidders’ questions made the provisions unintelligible.

[1620] It nevertheless remains necessary to consider the “unreasonableness” of the provision as this characteristic forms the starting point for the plaintiffs’ contention that the provision is unintelligible.

[1621] The provision was not unintelligible as drafted in the RFP. I set out the “unreasonable” transition paragraph dealing with transfer fees as an introduction to the issue. I consider it more fully in its context in the detailed analysis that follows below.

7.8.1.5 Payment of Outstanding Files [7.8.1.7 in the GOC and RCMP RFPs]

Should the new contractor be the incumbent, they are not entitled to payment of a Transfer fee, but shall complete the balance of the outstanding flies in accordance with the terms and conditions of the new contract. If the Replacement contractor is not the incumbent, the new contractor shall be paid 25% of the Firm All- Inclusive Administration Fee per file upon completion of each outstanding file transferred from the Existing Contractor.

2013 ONSC 2034 (*)

Page: 325

[1622] As indicated, there is no issue of the unreasonableness of the provision in its more favourable treatment of RLRS by the penalty it imposes on Envoy of being only partially compensated for taking over RLRS’ files were it the replacement contractor.

[1623] The unreasonableness is made evident in part by the fact that the Crown ends up paying far less than the full administration fee for files transferred to Envoy. Taking the example of the CF files for their simplicity in payment terms, the Crown ends up paying only 7/12s of the administration fee for all the work on a transferred file.

[1624] The Crown would have paid only one third of the fees on uncompleted files, to which is added the 25 percent of the administration fee or another one quarter using Envoy’s administration fee. One-third plus one-quarter equals seven-twelfths meaning that five-twelfths of the administration fee is not paid for a completed file. In addition, RLRS administration fee was significantly higher, in 2002 than Envoy’s in 2004.

[1625] The savings to the Crown are not insignificant. The difference in fees collected using the transfer fee, and one third of Envoy’s administration fee, in comparison with full payment for completion of the file, produces a revenue loss for each CF file of $458. This amount applied to the 4669 files transferred into the contract from RLRS, results in a loss of potential additional revenues to Envoy of $2,139,958. These are taken by the Crown as savings on the administration fee it otherwise contracted to pay.

[1626] This amount would also appear to represent the major portion of the total CF reduction on revenue claimed by the Crown of $2,199,402 for uncompleted files at the end of the Envoy’s hypothetical contract. This makes sense, as one would expect the number of files transferred in and out to be similar.

[1627] Envoy is losing two thirds of its administration fees outbound on its uncompleted outbound files. Conversely, it is being credited with only 25 percent of its fees inbound. As Mr. Atyeo testified, he would have assumed that at least the outstanding two thirds fee not paid would be available to the new contractor. The difference between two thirds and 25 percent of the administration fee is approximately $2 million when applied to 4862 files.

[1628] Mr. Atyeo could not believe what the provision said. Neither could the other bidding parties. They asked many questions on it and related provisions. When the answers were confusing, they asked more questions through numerous amendments. In the end the provision became less and less comprehensible to the point that it was meaningless – its purpose and intention no longer decipherable.

2002 RFP Transition Provisions

[1629] The unreasonableness of the 2004 provisions is highlighted somewhat in comparison with the transition provisions used in the 2002 RFP. I have reproduced paragraph 6.4 from the 2002 CF RFP. It is similar to that found in the GOC and RCMP RFPs. It is also clear, simple and uncontroversial, eliciting no further questions once explained to the bidders.

6.4 Contractor Transition Plan

2013 ONSC 2034 (*)

Page: 326

In the event that in the future a new contract is awarded to a different service provider, the Contractor shall prepare a transition plan in the final year of the contract. This transition plan shall outline the timely transfer of all data, electronic or otherwise, relating to the CFIRP. The Project Authority prior to implementation must approve this transition plan.

[1630] This provision was explained by the following amendment:

Question 11 - Does the current contractor have a transition plan? In the interest of costing our bid for start-up purposes, please provide any existing contractor transition plan details. For example, would a new Contractor take over existing files?

Answer 11 - The current Contract does not contain provisions for transition to a new contractor. It is not intended that there will be a transfer of existing files from one contractor to another. It is expected that files assigned under the current Contract will be completed by the current Contractor. New files will be assigned to the proposed Contractors as of April 01, 2003.

[1631] As said, this was a straightforward, unambiguous and reasonable provision, whereby the incumbent and the new contractor maintained responsibility for files commenced under their watch, for which they were fully reimbursed. What starts that way has to end that way. RLRS had the right to finish its files opened during the 2002 contract and be paid on the basis of the 2002 administration fee.

No Rational Explanation for 2004 Provision

[1632] Mr. Goodfellow was asked in chief to provide an explanation for the transfer fee provisions. I have already referred to his testimony because I found it to be “too paradoxical and coincidental to be believed” when considered in the context of RLRS’ zero percent bid for property management services. This conclusion is confirmed in light of the lack of logic offered to modify the transition paragraphs. I repeat Mr. Goodfellow’s testimony as follows:

Q. All right. And I’d like to get an understanding of the major differences between the 2002 and 2004 Request for Proposal. So can you explain how they were different?

A. Okay. First of all, for the Basis of Payment, we included a – a transfer fee. Because of the termination of the 2002 contract, it was decided that all ongoing files would be transferred from the ‘02 contract to the new contractor, or contractors, and for doing that, the receiving contractor would receive a transfer fee. The reason it was determined at 25 percent was to avoid bidders being able to bid zero, because the fact that the incumbent already had the files, we didn’t want to give them an advantage and allow them to bid a transfer fee of zero. So we pre-

2013 ONSC 2034 (*)

Page: 327

determined that it would be 25 percent of the firm, all-inclusive, fee per file, that every – for any bidder we would automatically calculate a 25 percent fee.

[1633] It is of interest to note that Mr. Goodfellow is careful to state that every bidder would have to use the transfer fee to calculate the fee as opposed to pay the transfer fee, which he almost slips up on: “[s]o we pre-determined that it would be 25 percent of the firm, all-inclusive, fee per file, that every – for any bidder we would automatically calculate a 25 percent fee” (emphasis added). So although RLRS would bid using the 25 percent transfer fee to calculate its quoted price for file transfers, it alone would not be paid it if it succeeded on the tender.

[1634] Apparently, Mr. Goodfellow is stating that the new provisions were introduced to prevent RLRS from having an advantage by being able to tender a transfer fee of zero because it already had the files. There are many problems with this answer.

[1635] First, it does not answer the question asked of “how” the transition provisions were different, i.e. the contractor being paid under the 2002 RFP for files it opens, versus a complicated transfer of uncompleted files in and out with a fixed transfer fee.

[1636] Secondly, in its explanation of why, it provides no explanation underlying the choice of 25 percent of the administration fee as opposed to the unbilled amount remaining on the transferred files. Why is the Crown exacting a 5/12s reduction on the overall payment of files being transferred in to the new contract? The full unpaid administration fee would have more than served the same purpose of assuring that no tendering party bid zero percent.

[1637] Thirdly, as asked by one of the bidders, why was the Crown using grossly inflated file volumes once again? The CF file volumes were set at 11,662 in the Basis of Payment, being a full year’s inventory. The defendant replied to another bidder at Question 2.84 of Amendment #2, in reply to the observation that the “Volume estimates … are confusing as presented and raise numerous questions” by stating that “the volumes provided in the RFP are the best estimates available, and are sufficient for this procurement process.”.

[1638] That answer was clearly false and known to be false. Transferred files would not represent one year’s inventory of files.

2004 RFP Provisions

[1639] The

2004 provisions introduced a degree

of complexity, ambiguity and unfairness into

the process

of transitioning from incumbent to

the new contractor. This once again reflects

poorly on the partiality of PWGSC by the unreasonable treatment afforded the incumbent and the new contracting party.

[1640] The scheme of the RFP transitional provisions grouped provisions intended to govern the role of the replacement contractor at the beginning of the 2004 contract (paragraph 7.8.1) and those governing the termination of the contract (paragraph 7.8.2). This is important to note because several answers to items under paragraph 7.8.1 will indicate that these provisions relate to the transition at the end of the contract.

2013 ONSC 2034 (*)

Page: 328

[1641] The principal provisions relating to transition were set out in paragraphs 7.8 .1.4 and

7.8.1.5in the CF RFP, which were similar in all respects to those in the GOC and RCMP RFPs, except that they were numbered differently as 7.8.1.6 and 7.8.1.7 respectively.

7.8.1.4 Outstanding Files [7.8.1.6 in the GOC and RCMP RFPs]

The replacement Contractor shall assume the responsibility of all outstanding files, including but not limited to:

a. Recoveries from CF Members;

b. Taxation requirements (e.g. Issuing T4’s);

c. Follow-up interviews (as required); and

d. Closure and storage of files.

7.8.1.5 Payment of Outstanding Files [7.8.1.7 in the GOC and RCMP RFPs]

Should the new contractor be the incumbent, they are not entitled to payment of a Transfer fee, but shall complete the balance of the outstanding flies in accordance with the terms and conditions of the new contract. If the Replacement contractor is not the incumbent, the new contractor shall be paid 25% of the Firm All- Inclusive Administration Fee per file upon completion of each outstanding file transferred from the Existing Contractor

Amendments by Answers to Bidders’ Questions

[1642] These provisions elicited numerous questions, mostly on the unfairness of the clauses. None of which were answered. Instead, the answers were intended to make the bidders believe that the RLRS would be paying the same amount or the provisions related to the end of the contract not the beginning.

[1643] I will review the answers chronologically in the order that they appear in the amendments.

Question 1.162 (Amendment #1)

Question 1.162 (Amendment #1): Reference ANNEX A-2 STATEMENT OF WORK - Section 7.8.1.7 (GOC) Page 119/313.

If the contract begins on December 1, 2004, isn’t it unreasonable to expect the Replacement Contractor to issue the T 4’s and Releve 1’s for all the transferees moved by the Existing Contractor in 2004, to take over all the files, begin handling new transferees and then in January issue all the required tax documentation. And for this, the Replacement Contractor receives only 25% of the Firm All-Inclusive Administration Fee. Shouldn’t the fee paid be scaled, based on the amount of work to be done on the file by the Replacement Contractor, using the start date of the file or some other more equitable division of fees?

2013 ONSC 2034 (*)

Page: 329

Answer 1.162: Section 7.8.1.7 refers to the Operational Transition Plan at the end of the new contracts. The one-time file transfer fee will not be scaled based on the amount of work, but 25% of the Firm All-Inclusive Administration fee applies.

[1644] This was the first question asked by the bidding parties pointing out the unreasonable treatment of new contracting parties by the fact that they would have to take over all of the incumbent’s files in return for a transfer fee representing only 25% of the administration fee.

[1645] The answer is patently false. It states that 7.8.1.7 refers to the transition plan “at the end of the new contracts”. As stated, all paragraphs under 7.8.1 refer to the transition into the new contract.

[1646] Mr. Atyeo testified that this answer led him to conclude that the provision would be applied at the end of the contract, in addition to describing the difficulty that he had understanding the purpose of the provision:

Q. What did you understand from that answer?

A. This is the answer that we ended up determining meant that the 25 percent was for the work we would have to put into preparing files to be transferred to a new contractor resulting from the subsequent bidding process at the end of the 2009 term.

Q.Okay.

A.Which was quite confusing at the time, but then if you go back and you read those sections in the RFP after seeing this, you’d start questioning your own sanity at the time and you start reading things into that. So we just went with this direction.

Question 2.7 (Amendment #2)

[1647] A further question was asked to make sure that it was understood that the transition provision applied to the end of the contract as said. The question posed on this provision is in respect of the GOC contract, but its effect on other RFPs is the same:

Question 2.7 (Amendment #2): Annex A-2 and A-3 item 7.8.1.2 Does this paragraph refer to activities in 2004 or 2009? If it refers to 2004, what guarantee is there that the current contractor will co-operate? Does the “Existing Contractor” mean Royal LePage or the contractor who starts providing services December 1, 2004? A contract cannot commit both the Existing Contractor and the Replacement Contractor to certain tasks, or put liability for certain tasks on a party who is not a signatory to the contract. Please clarify.

2013 ONSC 2034 (*)

Page: 330

Answer 2.7: All of Section 7.8 Operational Transition Plan refers to the new contracts in the event of a change of Contractor or at the end of the new contracts. This is a requirement of the new contract.

[Emphasis added.]

[1648] This is a further amendment that stated these provisions applied to the end of the contract. Section 7.8.1.2 by being under 7.8.1 was for transition in, not out. It required the replacement Contractor to establish necessary meetings with the existing Contractor to ensure a proper transfer of responsibilities, etc. These are the amendments that led Envoy to believe that the transfer fee would be paid outbound despite the clear wording of the provision to the contrary.

[1649] The bidding party also pointed out that the Crown could not impose new terms on a losing incumbent who was not a signatory to the contract. Although directed in this instance at the requirement that the incumbent prepare a transition plan, the same principles apply with respect to the more significant attempted abrogation in paragraph 7.8.1.5 of the incumbent’s entitlement under the 2002 RFP to receive payment on files opened under that contract based upon its 2002 administration fee.

Question 2.8 (Amendment #2)

[1650] Given the obvious unfairness of CF paragraph 7.8.1.5 to which there is no reasonable response, it is little wonder that PWGSC avoided providing any substantive response to the issue of unfairness raised in this and the subsequent questions.

Question 2.8 (Amendment #2): Annex A-2 item 7.8.1.6 and Annex A-3 item

7.8.1.7- Given that the GOC, unlike DND, does not have an active posting season, the arbitrary assignment of25% of the administration fee is not reasonable. The fee should be based on the age of the file. Given the Method of Payment (1/3 of the fee upon initiation of the file, 1/3 after between 31 and 45 days, and the final payment upon completion of the move), it would be more reasonable to allocate 1/3 or 2/3 based on the stage of the file in the process. 25% is less than the incumbent contractor would earn on any file and could seriously penalize a new bidder while the incumbent contractor would still get full price for these files if successful on the rebid.

Answer 2.8: See A.2.7. The Transfer Fee was reviewed by the client departments based on historical data and it was determined that a 25% fee for each file was fair and reasonable. As opposed to allowing the Bidders’ to propose a Transfer fee [sic].

[Emphasis added.]

[1651] The court was always under the impression that PWGSC did not have historical data. Why they would be available for transferred files and not for PMS is not clear. Mr. Goodfellow had testified that the 25 percent fee was chosen to prevent RLRS from bidding 0 percent.

2013 ONSC 2034 (*)

Page: 331

Whatever the historical data was, it was neither documented, nor introduced at trial. In any event, the answer fails to address that part of the question pointing out the obvious unfairness of the provision in the unequal treatment of the incumbent and the rest of the bidders.

Question 2.21 (Amendment #2)

[1652] A further question from bidders again made reference to the obvious unfairness of paragraph 7.8.1.5. It was similarly not answered consistent with the Crown’s practice throughout of not responding to any question on unfairness.

Question 2.21 (Amendment #2): Appendix 1 to Annex D

The cost calculated for all bidders except the incumbent will be artificially inflated because of the transfer fee. Why is the number of files being transferred one month prior to contract completion estimated for pricing purposes at the same level as a full year of services? Surely the number of files being transferred would be considerably less considering the average relocation takes 3 to 6 months. The estimated quantities for on-site consultations for transferred files are also at the annual level. In effect, you are doubling the quantities for all bidders in the first year of the contract when you include transferred files except for the incumbent who won’t have any transferred files. Is this reasonable? Given that the incumbent is not entitled to a transfer fee (ref 7.8.1.7), please confirm that the incumbent’s financial proposal will also have the transfer fee associated with 90/1700 respectively for GOC & RCMP files included in it as well for evaluation purposes. If not, this would constitute a serious breach of the principles of a fair competition.

Answer 2.21: No, the Transfer fee for this RFP will be calculated as 25% of the Firm All-Inclusive Administration Fee for all Bidders’. Article 7.8, is a requirement for the new contracts - see A.2.7.

[Emphasis added.]

[1653] The contract contained another set of inflated volumes for files being transferred in and out of the 2004 contract. This bidder is completely lost, but knows that RLRS is getting preferential treatment. For example, the Basis of Payment used in the financial requirements set the multiplicand for incoming files using estimated quantities for on-site consultations that were 12,086 for CF, 846 for GOC and 1704 for RCMP. Once again, the Crown made no attempt to address the unreasonableness of the provisions.

Question 2.22 (Amendment #2)

[1654] In the next set of questions, it was more challenging to provide answers that avoided responding to the obvious unfairness of the provisions. The questions were specifically addressed at how the incumbent was going to be paid if it won the contract - a very simple question to answer. Instead, the answers provide subtle misdirections, demonstrating the capacity of the defendant to disguise its intentions.

2013 ONSC 2034 (*)

Page: 332

Question 2.22 (Amendment #2): Further to the above comments about the transferred files, how will the incumbent contractor be paid for files under the current contract that carry over to the new contract? Will they still be paid the administrative fee under the old contract until the files are completed and they can collect their 33% or more, or will the work left to be completed be prorated to the new contract and they’ll be paid their new administrative fee for the various stages as they are completed? This is important because the Crown has dictated any new bidder will only be paid 25% for any work that needs to be done on transferred files, regardless of the amount of work needing to be done. Please explain.

Answer 2.22: The current contractor will be paid for completed files or for work performed in accordance with the current contract, up to the date the files are transferred to the new contracts. For those non-completed files transferred to the new contractor(s), a 25% fee will be paid upon completion of those files under the new contract.

[Emphasis added.]

[1655] I find that IWG refused to answer the direct question put to it, instead providing a purposely ambiguous answer suggesting that RLRS would only be paid 25% like the other new contracting parties. The question was: “how will the incumbent contractor be paid for files under the current contract that carry over to the new contract”. Understandably, the questioner pointed out that the unfairness in that the replacement contractor would only receive 25% of its administration fee.

[1656] The first sentence of the reply refers only to how the incumbent would be paid up to the point of transfer, i.e. in accordance with the old contract. It is obvious and irrelevant to the question asked, except that by preceding the second sentence, the context that follows can only refer to files transferred from RLRS to others.

[1657] The second sentence,

by its inclusion of the term [1] “those” for which RLRS will be paid up to point of transfer refers back to the “files [are] transferred to the new contracts”[from the incumbent];

∙ reference to [2] “files transferred” similarly refers back to RLRS files; and

[3] “new contractor(s)” rules out the incumbent, by being the contractor to whom “those non-completed files transferred to the new contracts” from RLRS.

This can only be in reference to the files transferred to the new contractor(s). RLRS does not transfer files to itself. As the questioner indicates, it carries them over.

2013 ONSC 2034 (*)

Page: 333

[1658] PWGSC wanted to convey the sense that RLRS would be paid on the same terms as any new contractor, earning only 25% of its administration fee. Reading the foregoing answer leaves that conclusion at first blush. PWGSC could not specifically respond in that fashion, because to do so would have amended paragraph 7.8.1.5. That provision clearly states that if RLRS was the new winning contractor, it would be paid its full administration fee on the uncompleted files under the new contract.

[1659] The answer provided is similar to those given by the defendant to questions regarding the selection formula. In those instances, PWGSC did not answer the questions on PMS volumes. Instead, by being purposely ambiguous, it directed the bidders to rely upon the estimated PMS volumes.

2013 ONSC 2034 (*)

Page: 334

Question 2.77 (Amendment #2)

[1660] A similar question followed from another bidder trying to find out how the incumbent would be paid if it succeeded in winning the new contract.

[1661] The reference to previous question 1.173 is a question about the unfairness in the weighting of the selection formula: “Is it the intention of Government that the current provider be given a benefit other may not have? The incumbent, because of being the current service provider, should and most likely will have more technical merit than any other potential bidder.”

Question 2.77 (Amendment #2): Amendment #1, A. 1.173, how much will the incumbent be paid for completing the files? If it is in accordance with the new contract terms as specified in the contract clauses, it will be at least 33%, because 33% of the administration fee is paid upon completion of the file [in reference to the GOC/RCMP RFPs]. It is not reasonable to expect other bidders to accept less.

Answer 2.77: No, the winning Bidder(s) will be paid a 25% Transfer fee for the completion of each file transferred from the current contract to the new contract.

[1662] The question asked was “how much will the incumbent be paid for completing the files?” Again the question was not answered. “No” is not responsive to any question asked. The questioner is left with no indication of what the incumbent would be paid upon winning the 2004 contract.

[1663] Again reference to files being “transferred” to the winning bidders being paid 25% is the escape hatch that allows the Crown to reimburse RLRS in full payment of its administration fee. The one unexplained difficulty is that it paid RLRS the higher 2002 fee, rather than the 2004 administration fee called for in paragraph 7.8.1.5: another favourable treatment comparable to allowing RLRS to charge for PMS services.

[1664] Mr. Atyeo was asked to comment on this amendment as well:

Q. What did you make of that answer?

A. I think we made even more confusion from that answer, because you can read that to mean that it – it applied to files being transferred to you if you were the new bidder, but - but, in fact, again, we chose to accept the question - the answer that was provided that we just read previously that it dealt with - first of all, it made more sense because as this question points out, you know, the minimum that

acontractor would earn on a file would be one-third because you’re entitled to charge that when you open the file. So the 25 percent didn’t make any sense from that point of view. Furthermore, you could be accepting a file that had just been opened and you had to go through the whole

rigmarole, three counselling sessions, and all the documentation and relocation package, and follow-up, and accounting and financial record-keeping that goes with it and only get 25 percent of your end fee. So it just didn’t make any sense that this would apply to new files coming in. And again, the only thing we could

2013 ONSC 2034 (*)

Page: 335

make of it was that it applied to the effort required to prepare files to go out to the new contractor.

[Emphasis added.]

[1665] Mr. Atyeo was striving to make sense out of a clause so unreasonable that his only conclusion had to be that the transfer fee applied at the end of the term for the compensation to prepare the files to send to the next contracting party. As he said “the 25 percent didn’t make any sense” otherwise.

[1666] Mr. Atyeo’s problem was that he could not bring himself to truly believe that the Crown would impose such an unreasonable clause on new contracting parties. Not wishing to attribute bad faith to the defendant, he was seeking the only reasonable interpretation that he could take of the provision, which was supported by the confusing non-answers of the defendant.

[1667] Had the defendant provided responsive answers to these questions, I conclude that the provision would not have been accepted by the bidders and further challenges taken to have them properly amended.

Question 2.79 (Amendment #2)

[1668] A question was asked in Amendment #2 pointing out the un-workability of the transition provisions by the fact that the new contractors were not in a position to resolve tax issues for payroll deductions made by the incumbent in Question 2.79 below.

Question 2.79 (Amendment #2): Annex A-2, Section 7.8.l.6, Outstanding files - To facilitate a smooth transition from the Existing Contractor to a Replacement Contractor, and to minimize potential disputes over the amount of the taxable benefits being reported for individual transferees (which the Replacement Contractor will be unable to verify) will the Project Authority request that the incumbent prepare and issue 2004 T4’sIRLI’s for all taxable benefits paid to November 30, 2004? The Replacement Contractor will then only be required to prepare T4’s for taxable benefits paid in December 2004. The reason for this request is that the Existing Contractor is presently withholding source deductions, and remitting these deductions under their Payroll Business Number. A Replacement Contractor will get its own Payroll number and prepare T4’s using this number. It is impossible for one Employer to issue T4’s that account for remittances withheld by another number. For example, the remittances are recorded by CCRA by Payroll number, and the Replacement Contractor will not be able to claim this credit on their T4 Summary. It is one thing to hold the Replacement Contractor accountable for payroll remittances that it has withheld from employees, but it is a whole other step to take responsibility for payroll remittances withheld by another employer - the potential for difficulties are huge if the payroll does not balance. If this is indeed the intention, please explain how these areas of difficulty are to be resolved.

2013 ONSC 2034 (*)

Page: 336

Answer 2.79: It seems logical that the current contractor issues T4’s up to November 30, 2004 or December 31. 2004. However, this issue will have to be negotiated with the incumbent contractor, before Canada is able to provide more definitive information.

[Emphasis added.]

[1669] PWGSC indicated that the outcome would depend upon negotiations with the incumbent. One would have thought that it was essential that bidders know the requirements of the contract in order to be able to prepare their tenders.

Question 5.2. (Amendment #5)

Question 5.2. (Amendment #5) Section 7.8.1.7 conflicts with the response in A.2.22. If the discrepancy is not resolved, then it stands to reason that the Existing Contractor would benefit if they were awarded the new contract, as the SOW provision would take precedence over the Solicitation Amendment, which answers a question but didn’t amend the SOW. This leads to a situation where the incumbent is being paid more than would be a new contractor for the same work, which is unfair. Will you revise Section 7.8.1.7 in the Administrative Amendment to correspond to A.2.22?

Answer 5.2: All of section 7.8 Operational Transition Plan refers to the end of the new contracts, and that should the incumbent win the next new contracts then a 25% Transfer fee will not apply as it is anticipated there will not be a transfer of files. For the current RFP, a 25% Transfer Fee for all un-completed files transferred from the current contract to the new contracts will apply.

[Emphasis added.]

[1670] The bidder’s question hits the nail right on the head, pointing out the unfairness of the incumbent being paid more than what a new contractor would earn for the same work. The question also reveals that the defendant’s obfuscation at question 2.22 succeeded. The questioner is clearly under the impression that the previous answer provided meant that RLRS would be in the same position as other bidders, i.e. that it would only receive 25% of its administration fee for files transferred into the 2004 contract and not be fully paid. For this reason, the bidder is asking that the amendment to paragraph 7.8.1.7 be made formal, because left as a conflict “the SOW provision would take precedence”.

[1671] PWGSC provides another answer that adds to the ambiguity of the provision. It deflects the attention away from 7.8.1.7. Nevertheless, and unbelievably, the defendant indicates that “All of section 7.8 Operational Transition Plan refers to the end of the new contracts”. Section 7.8.1 specifically indicates that all provisions falling under its numbering are intended “to ensure efficient transition from the existing Contractor to a replacement Contractor”.

2013 ONSC 2034 (*)

Page: 337

[1672] After this misrepresentation of the purpose of section 7.8, in referring to the transition from the new contract to the following contract in 2009, PWGSC indicates that, should the incumbent win that contract, no transfer fee would apply “as it is anticipated there will not be a transfer of files”. Reading between the lines, once again PWGSC is subtly signalling that the term “transfer” is what distinguishes the incumbent carrying the old files forward in contradistinction to the files being transferred to a new contractor.

[1673] PWGSC completes its sleight-of-hand by reiterating, in a sort of “oh by the way” fashion, that the replacement contractor from the “current” contract will be paid 25% of its administration fee for all of the files it takes over from the incumbent, thereby completely contradicting its opening statement that all of 7.8 refers to the end of the new contracts, but confirming the import of paragraph 7.8.1.7.

[1674] This answer, by referring back yet again to the concept that these provisions only apply to the end of the contract reinforce the meaning the Mr. Atyeo took from the answer to question 2.7 above.

Question 6.3 (Amendment #6)

Question 6.3 (Amendment #6): Amendment #5 A.5.2 clearly states that all of Section 7.8 refers to the contract that will be awarded as a result of this RFP. Why then does 7.8.1.7 “Payment of Outstanding Files” refer to the 25% Administrative Fee for transferred files if in fact as stated, “there will not be a transfer of files”?

Answer 6.3: At the end of the new contracts, it is now stipulated in the SOW that there will be a transfer of files. Therefore, the replacement Contractor shall assume responsibility for all outstanding files transferred from the existing contractor, and upon completion of those files a 25% Transfer fee will be paid (unless the replacement Contractor is the incumbent). If the replacement Contractor is the incumbent, then there will not be a transfer of files.

[1675] This questioner is quite rightly completely confused as to the meaning of “transfer” and is lost as concerns the new emphasis upon transition at the end of the new contract. This is exactly where PWGSC wants the attention of the bidders to be placed. It then gives the same misleading spin about what happens at the end of the contract, leaving the bidders to think that the transition provisions apply at contract termination.

Question 6.4 (Amendment #6)

Question 6.4 (Amendment #6): If 7.8 applies only to transition from the winner of this RFP to the winner of the next RFP, where is the transition from the current contractor to the winner of this RFP? To bid and provide costs and detailed implementation schedules, this information must be made available to bidders on this RFP. Please specify how transition from the current contractor to a new contractor will be handled.

2013 ONSC 2034 (*)

Page: 338

Answer 6.4: As per A.2.79, the transition plan will have to be negotiated with the current contractor, before Canada is able to provide more definitive information. For evaluation purposes, the Bidders’ should utilize the estimated volumes specified in Appendix 1 to Annex D.

[Emphasis added.]

[1676] The questioner asks the very reasonable question, if everything in Section 7.8 is about transitioning to the next contract in 2009, where are the provisions that the tendering party can rely upon for the transition from the 2002 contract “to the winner of this [2004] RFP”? The questioner points out that it is not in a position to prepare its bid to account for assuming files from the current contract without detailed implementation schedules, etc.

[1677] PWGSC replies that the transition plan will have to be negotiated with the current contractor, but that for “evaluation purposes [preparing your bids], the Bidders’ should utilize the estimated volumes specified in Appendix 1 to Annex D”. A further nonsensical answer that is nonresponsive to the question asked, as the bidder understands all of file numbers are for the transition at the end of the contract as previously indicated by the defendant

Conclusion - Paragraph 7.8.1.5 Rendered Unintelligible

[1678] All these amendments taken together are fatal to the intelligibility of CF paragraph

7.8.1.5Payment of Outstanding Files [7.8.1.7 in the GOC and RCMP RFPs]. Of course, if the court wishes to interpret the defendant’s answers as being made in bad faith, that is another matter. However, wearing my good faith hat from the perspective that the Crown would not intentionally mislead bidders, I am unable to comprehend the intention behind the transition provisions, as amended by the forgoing answers:

[1679] In conclusion, I find that PWGSC has failed to answer even a single question put to it. Instead, the amendments have induced total confusion and ambiguity into the provision, rendering what was originally a clear provision, unintelligible and impossible to give effect to.

[1680] Being unintelligible, the transition provisions of the CF and GOC & RCMP 2004 RFPs are declared to be void and of no effect.

[1681] Envoy advanced no argument as to the appropriate remedy that would follow the court’s conclusion that the transitional provisions were unintelligible. I understood the plaintiffs’ argument only to be that there should be no reduction in Envoy’s revenues.

[1682] In my view, given the conclusion that the transitional provisions are unintelligible, the court must interpret the contract in a fashion that best reflects the parties’ intention that is the most obvious and consistent with the government’s past practices in accordance with the objectives of the government procurement processes. This would include ensuring fair and equal treatment of all bidders while acting in conformity with standard practices of the government involving transition between contracts.

2013 ONSC 2034 (*)

Page: 339

[1683] Applying this interpretive principle to the facts of this case, I conclude that the 2004 RFP should be construed so as to contain the same transition terms as were found in the 2002 RFP. The transition clauses in the 2002 RFP provided for fair and equal treatment of the tendering parties. They also were unambiguous and gave rise to complaints or any indication of not meeting the defendant’s objectives of mitigating the consequences for disruption that could be caused by the introduction of a replacement contractor to provide relocation services.

[1684] Accordingly, by the substituted terms of the CF and GOC & RCMP 2004 RFPs, the existing files will not be transferred from one contractor to another. Instead it will be the responsibility of the contractor who opens a relocation file to complete, close and invoice the defendant for services rendered on the file in accordance with the terms of the RFP under which the file was first opened.

[1685] By the effect of this decision on the evaluation of Envoy’s loss of profits, there will be no revenues gained or lost from the total fees generated upon completion of all files opened and not cancelled during the term of the 2004 CF and GOC/RCMP contracts.

EVIDENTIARY FOUNDATION FOR DEFENDANTS FILE NUMBERS

[1686] During the trial, the court indicated its concerns about the lack of foundation for the defendant’s evidence on file numbers. As previously mentioned, the plaintiffs obtained an order from the court requiring the defendant to provide information from RLRS on actual files transferred in and out of the 2004 contract. I am not certain but that the defendant concluded that its only obligation was to obtain the transferred file numbers from RLRS, without the requirement that it satisfy the court that the information provided from RLRS was validated and reliable as a foundation for, what at one time, was an argument seeking to reduce the plaintiffs’ revenues by over $4 million.

[1687] There had been no attempt to comply with the formal requirements to admit business records, and the plaintiffs had not objected on that basis given that the information arose out of a court order. Nevertheless, the court anticipated ordinary procedures being followed to establish the reliability of the information in documents that it anticipated would be placed in evidence. By this I mean establishing that RLRS personnel were under a duty to record the information on file volumes and that it was in the ordinary practice of keeping these records. I expected this to be established at a fairly high level, but not completely ignored.

[1688] Instead, the total file numbers were simply taken at face value by the defendant and used by the defendant’s experts. Navigant, being a forensic investigative account understandably wanted backup for the statistics relied upon by the defendant’s experts. It indicated on several occasions that the information was not validated and could not be relied upon. The seriousness of its complaint on this ground was forcing its client to abandon more than $2 million in profits from the change orders made to the contracts during their terms.

[1689] An issue arose during the trial because the plaintiffs, while admitting some of the information and documents provided by RLRS into evidence indicated issues with hearsay

2013 ONSC 2034 (*)

Page: 340

evidence contained in the documents. In the discussion that ensued, I attempted to point out to the defendant my concerns about the information not being properly proven.

MR. TZEMENAKIS: Actually, Your Honour, to be fair, the documents went in several days before my friend stood and made an objection as to hearsay on some of those documents. So, a good example is the one we moved to C-75. When that document was entered, there was no objection noted on the record.

THE COURT: I don’t know what - anyway, I’m not sure “hearsay” is the right term here. You have to have a solid base in terms of evidence that experts rely upon, and if there isn’t backup or anything else, the Court is going to have some problems with it, one way or the other. So, we can call it hearsay, if you want, but really what has to happen is the supporting evidence that experts give opinions on

-and they are allowed to give opinions on hearsay in certain circumstances - but when it comes to evidence that becomes crucial and becomes part of the case, it seems to me that that has to be proven, in any event.

[1690] Despite Navigant’s clear expression about its difficulties with the defendant’s data and the court’s comments, the defendant took no steps to shore up the foundation for its evidence. Only when the plaintiffs indicated they were not prepared to admit the plaintiffs’ radically increased end-of-contract file numbers, did the defendant finally took steps to attempt to prove the numbers. In doing so, not only were the additional file numbers abandoned, but it was rendered evident to the court that the evidence being advanced had no reliable foundation.

[1691] Given that these issues arose regarding open files at the end of the contract, my analysis will start with this evidence, after which I will consider the evidence on the inbound files.

Outbound File Count

Evidence of Sgt. Joseph Gagnon

[1692] As described, after CBO revised its file numbers being transferred out at the completion of the 2004 contract from 4862 to 7507 files, the defendant requested the plaintiffs’ admission of the file count, which was refused. As a result, on the last day of trial, the defence called Sergeant Joseph Gagnon to prove this evidence. The plaintiffs have aptly described the circumstances of his evidence as follows:

The Defendant called Joseph Gagnon, who testified on about the new documents and the validity of the 7,507 figure provided by Brookfield. Mr. Gagnon worked in the Directorate of Relocation Benefit Management at DND since May 4, 2009. Prior to that date he worked as a court reporter. His testimony related solely to the number of open files at the end of the 2004 CF contract.

He was unable to provide any evidence as to the number of open files at the beginning of the 2004 CF contract or at any time under the GOC/RCMP contracts.

2013 ONSC 2034 (*)

Page: 341

The new information provided by the Defendant included two spreadsheets listing the number of open and pending files at the time of transition between the 2002- 2004 CF contracts and the 2004-2009 CF contracts. Sgt. Gagnon testified that the information in the spreadsheets was pulled from an archive database provided by Brookfield sometime after he arrived at DND in 2009, roughly three years ago. He did not know when or how the database was created. The documents themselves were created by an Information Technician, Mr. Whitehead, who worked at DND.

[1693] I stop here to insert Sergeant Gagnon’s evidence in chief regarding Mr. Whitehead:

Q. And does anybody assist you in this process of comparison?

A. This comparison is run by Mr. Whitehead.

Q. And who is Mr. Whitehead?

A. Mr. Whitehead is the information technician of the section. …..

Q. And this comparison and this program that Mr. Whitehead runs for you, is this done on a regular basis?

A. It’s done once a month, every time we receive an invoice. specific questions

Q. And I’m going to ask you some more specific questions about the various columns, about the various columns, but before I do, do you know how Mr. Whitehead or what Mr. Whitehead looked at to compile the information in this document?

A. To compile this information, Mr. Whitehead used the archive database that we have kept for the 2004 and 2009 contract.

Q. And as a result of the exercise that Mr. Whitehead undertook, are you satisfied that the information in this document has been verified?

A. I am satisfied with that information, yes, ma’am.

[1694] I continue to recite the plaintiff’s evidence, which I adopt

The spreadsheet relating to the transition between the 2004 and 2009 contracts, contained a total of 7,507 files. This was consistent with the number of open files provided by Brookfield and then relied upon by CBO. The number included 4,862 files designated as “open” and 2,645 files designated as “pending”

The first instalment of the contractor’s administration fee would not become payable until the file was opened. Pending files would not be eligible for payment or invoicing until they were opened by the transferring member.

2013 ONSC 2034 (*)

Page: 342

When asked about the treatment of pending files under the 2009 contract, Mr. Gagnon stated that he was not aware whether any of the pending files listed in the spreadsheets resulted in any payments to RLRS. He agreed that the spreadsheets provided by the Defendant did not indicate how the pending files were treated after the 2009 contract began. He further agreed that it seemed like RLRS had transferred the contracts to itself.

In its final report, CBO changed the number of open files it used to calculate Envoy’s transfer fees at the end of the 2004 CF contract. This revision suggests that the pending files listed by Brookfield should not be considered open for the purposes of calculating the transfer fee.

In CBO’s Original Report it stated that the actual number of open files available for transfer at the end of the 2004 contract was 4,862. That number was based upon information provided to CBO by Cmdr. Kahler, Sgt. Gagnon’s former boss, who was not called to testify. It was subsequently revised however in CBO’s final update report to 7,507, a number consistent with the new spreadsheets provided by the Defendant.

The difference between the number of transfer files in CBO’s Original Report and the revised number of transfer files in its Update Report is equal to the number of pending files listed in the Defendant’s spreadsheets (7,507-4,862 = 2,645).

This calculation indicates that at some point CBO revised its report to include pending files in the number of open files at the end of the 2004 contract, therefore increasing the reduction in administration fees payable to Envoy.

Mr. Gagnon agreed that the increase appeared to have resulted from the pending files being added to the open files. He could provide no explanation as to why the number of open files was revised or why Cmdr. Kahler excluded pending files from his calculation of open files. He was not aware that CBO revised its numbers in later reports.

He further stated that he had never been contacted by Mr. Brooks or heard anything about the reports produced by CBO.

Plaintiffs’ Complaint Regarding Improper Inflation of the Outbound File Count

[1695] There are further complaints that the plaintiffs’ file count at the end of the 2004 contract was caused by the defendant’s noncompliance with my production order and moreover that the change intended to tender incorrect and misleading information to have the court rely upon the incorrect 7507 file count. These are serious allegations on this issue which I set out below reproduced from the plaintiff’s’ submissions.

Defendant’s $1.8M Mistake in Calculating Revenue due to Defendant’s

Breach of Court Order

2013 ONSC 2034 (*)

Page: 343

The Defendant’s evidence on damages is unreliable, inconsistent and should not be accepted by this Court.

Of great concern to the Plaintiffs is the admission by the Defendant in Chapter 7 of their closing submissions that their expert made a mistake in the calculation of revenues under the CF contract in the magnitude of $1,879,061. While the Defendant advised this Court at paras. 167 to 169 that CBO’s revenue calculations from March 8, 2012, needed to be “adjusted”, they did not fully explain the reasons for this adjustment.

The “adjustment” is required because the Defendant did not comply with the Production Order of this Honourable Court. On September 13, 2011, this Court ordered the Defendant to produce the number of open files at the end of the 2004 contract. In response, Mr. Rasmussen wrote a letter to Mr. Lunau, dated September 20, 2011, wherein he stated:

However in accordance with the endorsement, we can confirm that the number of open files for the CF at the end of the 2004 contract was 7507.

This same information was provided to, and relied upon, by CBO. It is now apparent that this statement was incorrect. The 7,507 files is comprised of 4,862 open files together with 2,645 pending files. Pending files are not open files. However, the Defendant treated the pending files as open files to arrive at their number of 7,507. Accordingly, this number was artificially inflated and CBO understated Envoy’s loss of profits in the amount of $1,879,061.

At para. 152, the Defendant states, “[I]n accordance with the Order of this Court dated September 13, 2011, Collins Barrow and Navigant were provided with the actual number of CF relocation files ‘not closed’ at the end of the 2004 CF Contract, being 7,507.” This is false. The Court Order specifically referred to open files, not “files not closed”. The new references to “files not closed” is an attempt by the Defendant to obfuscate and avoid admitting that they failed to comply with the Court Order.

On July 4, 2012, Mr. Tzemenakis advised this Court that,

MR. TZEMENAKIS: You’ll recall that there’s been some testimony heard about the number of open files at the beginning of the 2004 contract and at the end of the 2004 contract...

THE COURT: Yes.

MR. TZEMENAKIS: ...and that the Crown was ordered to produce

that information as part of your September

endorsement.

The

government didn’t intend to call a witness to

establish the

actual

2013 ONSC 2034 (*)

Page: 344

numbers themselves, so the fact that there were 7,507 files open at the end of the 2004 contract, because we understood the dispute between the experts was not about the actual numbers but whether or not the numbers should have been used by CBO. NCI says they shouldn’t have been used, CBO says - CBO did use the numbers.

THE COURT: Um-hmm.

MR. TZEMENAKIS: We had a discussion yesterday and requested that the Plaintiffs agree that the number of open files at the beginning and at the end of the ‘04 contract be admitted into evidence on consent. We understand that after discussions with the Plaintiff’s counsel, they do not agree. As a result, we will have to call at least one additional witness, possibly three, to establish the numbers themselves, and we’re in the process of making inquiries. These witnesses haven’t been identified yet, nor has their availability been confirmed, but our intention would be to try and get them in next week.

It is clear that the Defendant intended to tender incorrect and misleading information for the purposes of this trial and have this court rely on the incorrect 7,507 number. Eventually, the Defendant did call Sgt. Gagnon to give evidence on this point.

The required $1.8 million “adjustment” was not dealt with in advance of Sgt. Gagnon’s testimony, nor was it dealt with in a forthright manner during his testimony in chief. Instead, Defendant’s counsel asked questions about the number of “files not closed”. This resulted in wasted time and efforts by the Plaintiffs in unravelling the actual number of open files at the end of the CF contract. In any event, Sgt. Gagnon’s evidence ultimately contradicted the information provided by counsel for the Defendant.

In the meantime, however, CBO relied uncritically on the information provided by the Defendant that there were 7,507 “open files” at the end of the contract. Bruce Brooks relied on this number in his March 8, 2012, report and his trial testimony given on July 5th, 9th and 10th was based on this figure. It was contrary to the information received from Cmdr Kahler at DND during an interview with CBO in 2010. However, it was not verified by CBO.

This issue demonstrates serious problems with the Defendant and the Defendant expert’s approach to validating information. The figures were provided by Defendant’s counsel without any context. CBO did not have contact with RLRS or with DND in confirming these figures. When the Defendant was required to validate these numbers by calling a fact witness to substantiate the figures, this witness contradicted the information provided by the Defendant. This raises

2013 ONSC 2034 (*)

Page: 345

concerns about the reliability of information provided by the Defendant, and should also raise concerns for this Court.

[1696] In the end, the Crown abandoned any attempt to rely on the 7,507 figure.

[1697] I also agree that it would appear that there has been an attempt to inflate file numbers without any attempt to validate them, either by the defendant’s experts, who should have known better, or the plaintiffs. This is not an insignificant issue. As pointed out, the dollar value is substantial, in the amount of $1,879,061.

Conclusion: No Foundation for RLRS Transferred-Out File Count

[1698] On the basis of this evidence, the Court has little confidence in the file numbers generated by a person not before the Court, particularly when the backup information was not offered up to the plaintiffs to review and satisfy themselves with sampling or other means to at least gain come insight into their creation.

[1699] The unwillingness of RLRS to come forward as the entity that generated these numbers is also disquieting. RLRS and Envoy are in a highly adversarial position and the defendant simply had to do better than provide a raw number of a file count for the Court to be able to rely on this information.

[1700] I also agree with Navigant that the situation where RLRS continued to be the contractor in both 2005 and after 2009 is not a comparable situation to the scenario for uncompleted work where Envoy is receiving and transferring from a different contractor. Again, I adopt the evidence of Navigant on this issue as follows:

Not only was RLRS the incumbent contractor at the beginning of the CF Contract, but we understand they were also the subsequent contractor following the CF Contract (after November 2009). Given the fact that RLRS won the 2009 RFP, it is reasonable to assume that RLRS did not have the same level of motivation to close the CF files as quickly as possible as if they had not won the 2009 RFP. Therefore, the level of open files at the end of the CF Contract may have not been representative of the situation where the contractor does in fact have a high motivation to close as many files as possible before a certain date, that being November 30, 2009, as in the present case.

[1701] I also agree with Navigant that there was no information provided from the Defendant or Brookfield as to how many of the open files at the end of the contract had been fully paid. The notes taken during CBO’s interview with Cmdr. Kahler indicated that CF files which were open for a year would be fully paid to the contractor. This could impact on how many files were open, but fully paid for, which surely would have been an issue raised in any transition plan.

[1702] There is also no evidence of what state these files were in as it appears that there was a past practice of leaving files open for long periods of time without closing them.

2013 ONSC 2034 (*)

Page: 346

[1703] The fact is that there is no evidence that it was verified by anyone. The Crown’s reliance upon the documentation without any verification on its own, while having its investigative forensic accountant rubberstamp the file numbers, removes any confidence that the court might have that even the reduced outbound file counts could be relied upon.

[1704] There is no evidence whatsoever supporting the GOC/RCMP file counts.

[1705] I conclude that there is no evidentiary basis upon which the court can be satisfied that the file count of transferred files out of the 2004 contract is sufficiently reliable that any opinions can be formulated thereupon. In the circumstances, the alternative outgoing file number of 3115, representing the files opened by RLRS during the last 4.5 months of the contract shall be adopted in its place, subject to my comments before.

Inbound File Count

[1706] In this regard, there is no document that I am aware of that supports the defendant’s evidence that 4669 RLS files remained open prior to the commencement of the 2004 contract. The defendant had compiled a computer printout from RLRS archive computer files apparently supporting these numbers. It failed to take any steps to have this documentation introduced into evidence. Notably, when the plaintiffs attempted to put it to Mr. Gagnon, who had been called to give evidence on the file volumes transferred at the end of the contract, the defendant objected and it was not entered into evidence.

[1707] There is no issue either of CBO taking steps to verify these numbers, even though Navigant indicated that without validation, reliable assumptions did not exist upon which opinions could be founded.

[1708] I note here however, that the evidence of Lt. Col. Lucie Gagnon (not to be confused with Sgt. Gagnon) testified that DCBA, due to lack of staff, was very much behind in closing out its files. She testified as follows:

Q. So, what proportion was your staff reviewing? How large was the sample? A. Up to 100.

Q.Of 12,000?

A.Twelve thousand.

Q.And now....

A.Many were not closed for years. I still had files in 1999 when I took over in 2004 that had not been closed. So, there was an accumulation of files that had not been audited or closed.

Q.So, you came into this position with thousands of files that hadn’t been closed yet?

A.Yes.

2013 ONSC 2034 (*)

Page: 347

[1709] This supports the evidence in Mr. Brooks’ notes that he was advised by Major Kalher that RLRS was paid the full amount of its administration fees for files not closed after 100 days.

[1710] This is a technically challenging area to analyze and describe because of the number of arguments and possible outcomes depending upon how successful a party is on any issue.

[1711] Navigant indicated that due to the lack of information on the files it could not make the necessary assumptions on the effect of these files on Envoy’s loss of profits. It pointed out that there were factors that made it impossible to determine the number of transferred files.

One of these assumptions is related to the number of files that would have been transferred to Envoy. RLRS was the incumbent contractor at the time of the 2004 RFP. Had the CF Contract been awarded to Envoy, it is reasonable to assume that RLRS could have tried to complete as many files as possible. Therefore, it is possible that the 4,669 relocation files open at the beginning of the CF Contract is not

representative of the number of files that would have been transferred to Envoy. The data provided in accordance with the production order does not allow us to properly estimate this number.

The level of work left to be done to complete these transferred files is another factor that needs to be taken into consideration when calculating the potential additional profit generated by the transferred files and the associated costs to complete these files which are directly related to them. These costs depend on the amount of work to be performed to complete these transferred files. The data provided in accordance with the production order does not allow us to properly estimate this amount.

Impact of Not Being Able to Determine Number of Incoming Files

[1712] If I am wrong on my decision that the transitions provisions are too unintelligible to be able to discern the intention of the drafters, I think the interpretation that must be given them is that found in paragraph 7.8.1.5 of the CF SOW, which in its unamended version is for the payment of a transfer fee to the replacement contractor at start-up.

[1713] As discussed in the introduction, this result does not assist the Crown because there are no proven file numbers to which the transfer fee can be applied at the beginning of the contract which undermines the integrity of the transition provision, if I dare use that term to describe a blatantly unfair provision.

[1714] Unlike at the end of the 2004 contract, no party has attempted to enter into evidence an alternative to the missing back up for RLRS transferred in numbers, being the number of files opened during the last months of the 2002 contract. Moreover, neither has it been established in fact what Royal’s file closing rhythm was, particularly inasmuch as there is evidence that many of the files had remained open since 1999 in 2004.

2013 ONSC 2034 (*)

Page: 348

[1715] If the transfer fee cannot be applied at the beginning of the contract because there is no valid file count to use, I cannot see how the defendant can argue that it should nonetheless receive reduction in Envoy’s revenues for files remaining open at the end of contract term, based upon Navigant’s ad hoc file count.

[1716] The bottom line is that unless the defendant can substantiate all of the file counts for those coming into the new contract and going out at its year-end, there is no basis to reduce Envoy’s revenues.

Conclusion

[1717] There is no basis upon which the defendant’s claim for a reduction in Envoy’s revenues as a result of transitioning files into on out of the 2004 Contract is sustainable. No reduction in Envoy’s revenues will be allowed

LOSS OF PROFITS FOR THE OPTION YEARS

[1718] Envoy argues that it should be awarded damages for the two options years under the 2004 contract based on the decision Hamilton v. Open Window Bakery Ltd., 2004 SCC 9, [2004] 1 S.C.R. 303 (“Hamilton”). The defendant likewise relies upon Hamilton in its arguments denying any claim for damages during the two option years.

[1719] Arbour J., speaking for the court at para. 13, in Hamilton set out the principles upon which this issue should be decided in as follows:

The general principle was explained by Scrutton L.J. in Withers v. General Theatre Corp., [1933] 2 K.B. 536 (C.A.), at pp. 548-49:

Now where a defendant has alternative ways of performing a contract at his option, there is a well settled rule as to how the damages for breach of such a contract are to be assessed. ….The damages are assessed . . . on the

basis that the defendant will perform the contract in the way most beneficial to himself and not in the way that is most beneficial to the plaintiff.

The assessment of damages required only a determination of the minimum performance the plaintiff was entitled to under the contract, i.e., the performance which was least burdensome for the defendant. The plaintiff agreed at the outset that she was entitled to no more by contracting for a contractual term that could be truncated with notice entirely at the discretion of the defendant.

This is not to say that the general principle will never require a factual inquiry. The method of performance that is most advantageous or least costly for the defendant may not always be clear at the outset from the contract ’s terms. A court may have to consider evidence to determine an estimated cost of the various means of performance. In some cases it will only be after this factual investigation

2013 ONSC 2034 (*)

Page: 349

that a court can confidently conclude that a certain mode of performance would have been the least burdensome for the defendant. That this factual investigation might need to be conducted in some instances does not undermine the general principle.

A factual investigation of this type is not necessary on the facts of this case. The case at bar raises only a question of the extent of time the contract will be performed which, with three months’ notice given after the expiration of the 18th month, is entirely at the election of the defendant.

[Emphasis added.]

[1720] Accordingly, while the defendant is correct that the court must accept that the Crown will perform the contract in the most beneficial manner to its interests, I am nevertheless obliged to inquire as to what method of performance, based on the evidence before the court and not argument after the fact, would have been the most advantageous, or least costly, to the defendant.

[1721] As I understand the plaintiffs’ argument, they say the most advantageous or least costly manner of contract performance would have been to extend its term by another two years.

[1722] In arriving at my decision, first let me set out what I do not believe has much relevance in considering this issue. I reject Envoy’s argument that I should be governed by the fact that the pilot project was extended for a further two years on the basis of its option provisions. While this is true in terms of the extension being granted, its purpose was described in the Audit of the Integrated Relocation Pilot Program conducted in 2001 as being “to permit additional time for consideration of the government’s relocation policy before the pilot terminates”.

[1723] Conversely, I also reject the evidence that the 2004 contract was not extended past the expiry date of November 2009 as relevant to my decision. The failure to extend the contact was made upon the recommendation of the Standing Committee on Public Accounts, following the report of the OAG that noted RLRS had been acting in breach of the 2004 contract. I could not base my decision on what would have been the most advantageous and least costly decision to the Crown, in terms of deciding whether to extend the contract for further two years using a hypothetical situation that Envoy had breached the terms of the 2004 Contract B, as had the incumbent.

[1724] Similarly, I could not rely upon the early termination of the 2002 Contract as evidence of how the Crown exercised option clauses of this nature. It was terminated because of conflict of interest concerns involving Crown employees in addition to the finding of the CITT that the 2002 RFP was unfair because it did not permit the bidding parties to obtain points on the “Exceeds” category.

[1725] In my view, the preferred rationale to assess the most advantageous performance of a future hypothetical factual scenario involving a decision to extend a contract, is best described in a letter from Mr. Atyeo to Mr. Goodfellow, dated December 20, 2004. In his letter, Mr. Atyeo makes the reasonable concession to Mr. Goodfellow describing the basis upon which the

2013 ONSC 2034 (*)

Page: 350

government should decide to change contractors, which I view parallels the decision to extend a term. He states as follows:

Envoy readily concedes that Canada should not change contractors for a contract of this stature without gaining a significant advantage. It is clear however, that for all intents and purposes, these two bidders are virtually equal on technical merit yet the Canadian taxpayer will forfeit a significant price advantage as a result of the obvious bias in the method of selection formula.

[Emphasis added.]

[1726] Seen in this light, I would think that the Crown would normally exercise its option to extend the contract thereby avoiding all the cost and disruption that ensues in not continuing it, unless it saw itself gaining a significant advantage either in the quality of services it would be provided and financial savings achieved.

[1727] To a certain extent therefore, I find myself analyzing many of the same factors which would apply in this case to imposing a contingency reduction on Envoy’s chances of successfully performing the contract. However, in terms of financial advantage, it appears that the Crown did well by Envoy’s bid once the comparative total price situations of it and RLRS’ tenders were recalculated to exclude the $48 million advantage RLRS had gained by its 0 percent bid for property management services.

[1728] Mr. Atyeo, when he described the financial advantage to Canadian taxpayers in his letter of December 20, 2004, was not aware of the $48 million premium unfairly taken by RLRS based on services that the Crown would never need. Therefore, the financial advantage to taxpayers was not $8 million, but $56 million. Going forward, Crown officials would have to consider the relative bid numbers of RLRS, and the past bid of Prudential in 2002 which was higher than that of RLRS.

[1729] On this basis, I would think it highly unlikely that the government would run a new competitive tendering process, when the evidence appears to suggest that it had obtained these services at a discount over market prices. Having been advised by the OAG that the Crown was likely overpaying for relocation services because of RLRS’ bid on PMS, there is no comparison between the two situations.

[1730] In addition, the Crown would have had a demonstration of a different approach to contract performance of relocation services. In considering the elements of that performance, I am also required to ignore the unfair and indeed illegal biases of the Crown towards RLRS. Similarly, I take no note of the fact that the incumbent appeared to be over performing in some respects in going beyond contract requirements, for example in attempting to mediate adjudication and the extra handholding of transferees by more than three counseling sessions.

[1731] Conversely, what I do take note of is Ms. Comeau’s description of the extensive duties she was responsible for which did not appear to be an efficient manner to use personnel in

2013 ONSC 2034 (*)

Page: 351

comparison with how Envoy was proposing to set up its operations in a systematic, controlled and integrated structure, otherwise referred to as the “Matrix” system. Admittedly, there was no other evidence introduced by the defendant on how RLRS organized its affairs or ran its operation. The Crown made no effort even to introduce evidence that I would have thought it had in its own possession demonstrating how RLRS performed the contract. In comparison, I conclude from the myriad of evidence before me that Envoy was proposing a more rationalized and systematic approach to relocation then was being provided by RLRS.

[1732] I also conclude that Envoy - being systems and outcome driven - could have assisted the Crown improve the structure and professionalism of its operations. This is in contradistinction to the sense that I have gathered from this long trial that the Crown-incumbent contractor relationship was unhealthy including suggestions that there was overreliance upon the incumbent to carry out CF’s work.

[1733] In addition, I have already noted the very limited file verification carried out by CF and the state of its unclosed files above. Lt. Col. Gagnon also testified about shortcomings in RLRS invoicing. She testified on this point as follows:

As I said, in those years, the transaction that – one thing we had asked – we asked the contractor later on - and I remember this specific discussion, you know – we asked them to break down the – the entries on the – on the invoices as to individual expenses so we could verify the expenses, because they were coming in in either one transaction or three transactions for an amount that was too difficult to reconcile. So, we asked them to break them down.

[1734] On the other hand, I recognize the Crown’s concerns about the ability of Envoy to carry out the contract based only on theoretical projections and relying on a more limited staff of counsellors to achieve its goals.

[1735] On the one hand, given my conclusions on its reasonable profitability, I am satisfied that there was a sufficient margin of profitability available for Envoy to have taken whatever measures were necessary to meet contract requirements, if encountering difficulties with the proposed organization.

[1736] This last comment also points to the need to consider the strength of Envoy’s management team. While, admittedly somewhat speculative, the court is in a reasonable position from observing over a lengthy period of time the persons involved with Envoy to judge whether it is likely that Envoy would have performed satisfactorily and earned the respect of the client departments and PWGSC sufficient to avoid giving cause to the government to exercise its discretion not to extend the contract for a further two years.

[1737] Mr. Atyeo has a very long and distinguished career in the relocation industry since the 1970s. He co-founded the first independent relocation company focusing solely on relocation services. His company introduced the concept of providing counseling to transferred employees and managing third party service providers directly as well as introducing a number of features designed to control the cost of relocation. His past experience includes dealing with the startup

2013 ONSC 2034 (*)

Page: 352

and relocation of large numbers of CF personnel. This background, no doubt underlies his opinion that there are means available to rationalize and standardize repetitive procedures to deliver the services in a more efficient and effective manner.

[1738] I reviewed countless documents authoured by Mr. Atyeo. They reinforced my conclusion during many days of his evidence, that he possesses strong analytical skills and a wealth of experience and knowledge about the relocation industry. Besides highlighting most of the shortcomings in the tender process, and pointing out the inconsistencies in the actions of the defendant’s agents, he also offered alternatives to better achieve objectives of high quality and value, which if adopted, would have gone a long way to avoiding the controversy seen in these procurement processes.

[1739] While explaining the background that went into the preparation of Envoy’s bid, I also heard from Ms. Elaine Taylor, Ms. Marlene Rogers and Ms. Francie Bujna. Besides impressing me with the work that went into designing Envoy’s proposed operational structure and procedures, they too impressed the court with the experience and skills that they would have brought to Envoy had it won the contract. They appeared highly competent, knowledgeable, possessing excellent communication skills and team spirit, including a high level of respect for Mr. Atyeo. I conclude that they would have made up a strong core team of Envoy had it been awarded the contract. The description of the other managers seemed equally positive, many having had experience under the CFRP program and with both corporate and government relocations.

[1740] Relonat, the other partner in the joint venture with Envoy, is a successful mid-level relocation company operating mostly in the province of Québec. It is owned by Remax Québec and Mr. Pierre Titley, a highly successful businessperson. Mr. Titley possesses significant financial resources to back up the Envoy Relocation Services, as well as being an invaluable partner whose business acumen I would think would be a further positive element of the Envoy team.

[1741] While I recognize that it is extremely difficult to make judgment calls from the circumstances that prevailed during the trial, I nevertheless sensed that the personnel from Envoy that I had occasion to observe over many days during the trial were all very confident that Envoy would have been a successful, and indeed innovative, relocation company.

[1742] Against these positive elements are the concerns that cannot be avoided of the element of risk that goes into starting up a national relocation service with no staff, no offices, work tools and dependent upon a computer system that had to be built from the ground up. If off to a rocky start, and plagued by unforeseen complications in time consuming issues, that invariably attach to government operations, based on hierarchical decision-making processes and security driven considerations, it is not too unrealistic a picture that the project could have been plagued with problems from beginning to end.

[1743] On the balance of probabilities from the evidence before me, I conclude that the method of performance of the 2004 contract that would have been the most advantageous, and least costly for the government, would have likely been to exercise the option to extend the contract.

2013 ONSC 2034 (*)

Page: 353

[1744] However, an extension for a full two years does not reflect the risks inherent and the most advantageous method of performance as the contract may not have been extended for any number of reasons. To properly reflect those risks, I reduce the probabilities of the extension by 50%, thereby assessing the damages for loss of profits on the extension of the contract to a period of one year in the case of the CF and GOC/RCMP contracts.

2013 ONSC 2034 (*)

Page: 354

PUNITIVE DAMAGES

[1745] The plaintiffs seek an award of punitive damages. They claim that the defendant conducted itself inappropriately at virtually every stage of the procurement process, that it repeatedly inflicted harm on the Plaintiffs by initiating, running, and, ultimately, covering up a sham bidding process and that the extent and duration of the Defendant’s wrongdoing was oppressive, and high-handed.

[1746] The defendant denies the plaintiffs’ claim for punitive damages. It argues that there is no separate actionable wrong, that the grounds for liability are for the same “wrong” advanced in contract and in negligence, and that in any event, the conduct of the Crown does not meet the high threshold required for punitive damages.

[1747] I am not concerned about the need for a separate actionable wrong, or about the claim for punitive damages being founded on the same liability for which compensatory damages were awarded, which they were not. See CivicLife.com Inc. v. Canada (Attorney General) (2006), 215 O.A.C. 43 (Ont. C.A.) and Honda Canada Inc. v. Keays, 2008 SCC 39, [2008] 2 S.C.R. 362.

[1748] My finding of a breach of implied contract terms of fair and equal treatment did not rely on elements of intentional behaviour. The conclusion of a “greater deceit” played no role in the damages, particularly as the costs of bid preparation cannot be claimed when Envoy is compensated for lost profits as the winning tenderer.

[1749] Moreover, the claim for punitive damages, in my mind, only starts with my conclusion that the Crown acted in bad faith in conducting what was basically a sham tendering process. My concerns however, are more wide ranging, including:

∙ the disregard for the transferees’ interests in permitting them to be charged for PMS;

the riding roughshod over legitimate concerns of the tendering parties and refusing to

provide responses and correct or helpful answers to their questions;

the attitude conveyed to the Court that there were sufficient checks and balances in the system to prevent improprieties, or that the Deputy Minister erred in deciding to retender the process;

the willingness of Crown witnesses, to come to court concealing documents, not to

mention being untruthful on critical elements of the case

∙ the blatant denial and concealment of conflicts of interest;

∙ the intentional failure to document decisions that injured the plaintiffs;

∙ misleading the Office of the Auditor General; and

2013 ONSC 2034 (*)

Page: 355

the too close relationship with RLRS and the failure to recognize the Crown’s favouritism towards RLRS and its impact on the relocation industry in Canada.

[1750] I am satisfied that this conduct can be characterized as high-handed, arbitrary or highly reprehensible misconduct, and although without malice, departing to a marked degree from ordinary standards of decent behaviour in respect of procurement practices.

[1751] But that is not sufficient in and of itself for an award of punitive damages.

[1752] The Supreme Court has emphasized that above all else, punitive damages must be necessary to meet the purposes intended by their award as indicated by Bennie J. in Whiten v. Pilot Insurance Co., 2002 SCC 18, [2002] 1 S.C.R. 595, at para. 123: “The key point is that punitive damages are awarded “if, but only if” all other penalties have been taken into account and found to be inadequate to accomplish the objectives of retribution, deterrence, and denunciation” (emphasis added).

[1753] As the Supreme Court indicates in Whiten, before awarding punitive damages I must be satisfied that all other penalties would be inadequate to accomplish the objectives of retribution, deterrence and denunciation.

[1754] I have never considered the objective of retribution as playing a role in this case. My concern is with deterrence and denunciation.

[1755] With respect to deterrence, an important factor weighing in the defendant’s favour is that there is no evidence that PWGSC senior management was really apprised of what was occurring at its lower levels in the procurement process or the administration of its contracts. I am satisfied that knowledge of RLRS’ 0 percent bid for property management services was not known above the individuals identified in this decision. Furthermore, I am satisfied that if persons like Ms. Billings and other senior managers were aware of this at the commencement of the 2004 process, this case would have gone off in an entirely different direction.

[1756] I am less certain that knowledge of the RLRS PMS bid in the 2004 procurement process did not go beyond Mr. Goodfellow. By the failure of Mr. Rancourt to testify I concluded that he was aware of these circumstances as an adverse finding due. But the matter was not pursued by the plaintiffs, and it could have been because other witnesses testified after my order requiring disclosure of the commitment letters evidencing Mr. Goodfellow’s knowledge of the 0 percent bid.

[1757] I consider this to be an important distinguishing point between this case and the Whiten decision at para.16 where it was found that “The misconduct was therefore not restricted to middle level management but was made known to the directing minds of the respondent company.” I admit that I would feel more confident in this conclusion, had there been more production of documentation involving senior management in the second tendering process, particularly around the conflict of interest issue and changes made to the RFP. Nonetheless, no direct evidence suggests that senior management was informed.

2013 ONSC 2034 (*)

Page: 356

[1758] Moreover, while I have been hard on some of the public servants that appeared before me, I continue to believe in the good faith of the public service as a whole. I am satisfied the public service will not allow this matter to fade away after my decision. A re-examination of some of the problems highlighted should take place with the view to avoiding their recurrence. I similarly imagine that the OAG will want to consider whether the information provided to it during its investigation was responsive and complete.

[1759] All of this is to say that from the perspective of deterrence, I cannot see how a monetary award for punitive damages will serve any rational purpose beyond what the compensatory award in these reasons will achieve in deterring similar conduct in the future.

[1760] In terms of denunciation, there are some peculiar circumstances that distinguish this case from other cases in the private sector such as those described in the Honda and Whiten decisions. This matter has been followed by the media from the first day of trial by both Ottawa newspapers. Indeed, between the completion of proceedings and the release of this decision, the Ottawa Citizen reviewed the case extensively in its Saturday edition, including on the front page of the newspaper. In addition, procurement issues are very much in the news at this time from other problems involving the Government’s purchase of military hardware.

[1761] I am satisfied that my denunciation will reach the public in general terms, in addition to the unhappy announcement that Canadian taxpayers will have to pay the profits on this relocation contract, for a second time, in the form of compensatory damages to Envoy.

[1762] In these circumstances, I cannot imagine how an award of punitive damages will serve any rational purpose in terms of a necessary denunciation beyond the penalty and publicity that will result from this case.

[1763]

In rejecting the claim for punitive

damages, I am aware of the plaintiffs’

arguments, and

in particular, the comment of Binnie

J.

in Whiten at para. 37 concerning the

socially useful

service

rendered by Envoy in bringing

this litigation found:

 

In the present case, for example, no one other than the appellant could rationally be expected to invest legal costs of $320,000 in lengthy proceedings to establish that on this particular file the insurer had behaved abominably. Over- compensation of a plaintiff is given in exchange for this socially useful service.

[1764] While I recognize the socially useful service from Envoy’s relentless and challenging pursuit of this issue over the years, it does not obviate the over-arching need for me to conclude that a punitive award of damages is not necessary to achieve the objectives of denunciation and deterrence. The circumstances do not meet the threshold of exceptionality (Whiten, at para. 69) required for me to conclude that punishing the Crown would serve any rational purpose.

OTHER DAMAGES ISSUES

[1765] In this section I review other issues pertaining to the assessment of damages that are of secondary importance in terms of calculating Envoy’s loss of profits.

2013 ONSC 2034 (*)

Page: 357

Plaintiffs’ Loss of Opportunity to Profit

[1766] The defendant argues that in the tendering context involving a breach of Contract A, it is the value of the lost opportunity rather than the contract itself that should be compensated for damages.

[1767] Accordingly, it contends that the task of assessing these damages requires the trial judge to make an estimate of what the chances were that Contract B would have been awarded to the plaintiffsas a result of the breach and to reflect those chances in the award of damages. It cites in support the cases of Northeast Marine Services Ltd. v Atlantic Pilotage Authority, [1995] 2 F.C. 132, at p. 27, Houweling Nurseries Ltd. v Fisons Western Corporation (1988), 49 D.L.R. (4th) 205, at pp. 9-10.

[1768] The defendant claims that RLRS won the 2004 CF Contract and as a result the plaintiffs are only entitled to nominal damages under the law of contract and to out-of-pocket expenses in tort (which could represent an amount for 2004 bid preparation costs).

[1769] Alternatively, the defendant argues that if the Court concludes that it is not clear that RLRS would necessarily have won the 2004 CF Contract, then the plaintiffs had a one in two chance, or a 50/50 chance of winning. Therefore, an appropriate valuation of the plaintiffs’ lost chance at winning the 2004 CF Contract would be a reduction in their established lost profits by a factor of 50%.

[1770] I admit to having some difficulty following the defendant’s submissions. In any event I am in agreement with the plaintiffsthat cases cited by the Defendant all pre-date the 2001 Supreme Court of Canada decision in Naylor Group Inc. v. Ellis-Don Construction, 2001 SCC 58, 2 S.C.R. 943) wherein it is clearly stated at para. 73 that in the tendering context, the measure of damages is loss of profits.

The well-accepted principle is that the respondent should be put in as good a position, financially speaking, as it would have been in had the appellant performed its obligations under the tender contract. The normal measure of damages in the case of a wrongful refusal to contract in the building context is the contract price less the cost to the respondent of executing or completing the work, i.e., the loss of profit: M.J.B. Enterprises Ltd., supra, at p. 650; Twin City Mechanical v. Bradsil (1967) Ltd. (1996) 31 C.L.R. (2d) 210 (Ont. Ct. (Gen. Div.)), at pp. 225-26; S. M. Waddams, The Law of Damages (3rd ed. 1997), at para. 5.890; H. McGregor, McGregor on Damages (16th ed. 1997), at para. 1154.

[1771] In the circumstances, I agree with the plaintiffs’ argument that the defendant has mischaracterized the applicable measure of damages as the “value of the lost opportunity” rather than the contract loss of profits itself. From my conclusions on liability, it is clear that Envoy would have succeeded on the competitive bidding process in both the CF and GOC/RCMP RFPs. It is entitled to loss of profits on those contracts.

Management and Support and Staff

2013 ONSC 2034 (*)

Page: 358

[1772] The defendant somehow argues that the plaintiffs’ management and support staff positions were understaffed. It makes this argument despite the fact Envoy proposed to have 43 management and support staff in 2005, compared to 16 used by RLRS to actually staff these positions.

[1773] In 2009, after ramping up non-counsellor staff with auditors and quality assurance staff such that RLRS had 31.5 management and support staff in comparison with 43 proposed by Envoy. CBO themselves rely on the plaintiffs’ proposed numbers of management and support staff in the reports.

[1774] In addition, the staffing costs show that CBO after increasing management and support staff above actual values, is still left with salary costs by its scenario that are $300,000 less than that being proposed by Envoy. Not only should the court reject defendant’s submission, it should adopt its expert’s numbers.

[1775] The defendant argues that Envoy should apply the work load analysis documentation that was not used by Envoy because it did not apply to staff that carried out batching functions or whose numbers did not correlate to changes in file volumes. It also claims positions were missing from Envoy’s organizations charts, which were in fact accounted for by Envoy’s witnesses

[1776] Most significantly, the defendant ignores the fact that Envoy has more staff in these positions by its model than RLRS. I reject defendant’s submissions which are contradicted by its own expert and the comparative staff numbers of RLRS and Envoy.

Other Expense Items

[1777] The defendant is asking the Court to, in effect, cherry-pick lower cost items from the CBO’ analysis and apply CBO’s numbers to reduce Envoy’s profits, while ignoring the fact that in respect of the total of all expenses, apart from those related to salaries, Envoy’s costs are $215,000 higher than those projected by CBO.

[1778] For example, the Crown argues that consideration should be given to the differences in financing of the operation, whereby CBO imputes $811,000 as compared to Navigant’s model reflecting that financing was an internal matter being the responsibility of Mr. Titley with resolution worked out in terms of arrangements between the joint partnership. Similarly, CBO challenges some of the bonus number figures.

[1779] In the meantime, the defendant ignores that the plaintiffs’ Facilities, Administrative and Client Relation costs are more than $1,350,000 greater than CBO’s projections. In addition, the defendant ignores that the plaintiffs have also declined the extra revenues earned by RLRS on contract amendments of $1,104,188 which is CBO attributes to Envoy.

[1780] The major items in dispute with respect to the plaintiffs’ damage claim relate to salaries and transfer file fees. As for the rest of the revenue and cost items, there is very little to differentiate between the approaches of the investigative forensic accountants.

2013 ONSC 2034 (*)

Page: 359

[1781] It does not make sense in an exercise of attempting to hypothetically project Envoy’s lost profits six years into the future to take anything but a broad view of the models offered by the experts.

[1782] On this basis, the Court declines to follow a strategy that allows the defendant to select cost items favourable to its cost scenario, while ignoring others that its experts have indicated are overstated by Envoy. I am satisfied that the items apart from those relating to salaries on the Navigant projected expenses are sufficiently accurate to be relied upon for the calculation of Envoy’s lost profit.

Failure to Mitigate

[1783] The defendant argues that the plaintiffs have an obligation to mitigate their losses. On that basis it claims that Mr. Atyeo’s company in the joint venture (Envoy Relocation Services Inc.) should have been generating income as early as November 2, 2004, the date that it knew it was not the winning bidder.

[1784] It then argues that the plaintiffs presented no evidence to show what steps Mr. Atyeo had taken to acquire new business opportunities. Thereafter, rather than applying historical measures of what Mr. Atyeo had been earning with his small consulting company prior to becoming involved in the defendant’s unfair procurement processes, it seeks to attribute Relonat’s profit figures as representative of the reduction the court should take for failure to mitigate.

[1785] Relonat is a completely separate and distinct relocation services company bearing little relationship or similarity to Envoy, which primarily provides consulting services based upon the expertise of Mr. Atyeo and his two other staff members.

[1786] During argument, I expressed my amazement that the defendant would suggest that the Court should rely upon Relonat’s income to quantify Mr. Atyeo’s failure to generate profits. It is illogical to do so, and on the basis I find that once again the defendant has not provided the court with any evidence upon which it could assess an amount attributable to Mr. Atyeo’s failure to mitigate, were I to accept its argument.

[1787] The onus is of course on the defendant to show that the plaintiffsfailed to mitigate its losses and is trying to recover for losses that were avoidable. Envoy showed losses of approximately $23,000 for the years 2003 to 2005. During that time it was fully engaged in this litigation, for which it will not receive compensation, although successful in the result.

[1788] The defendant has not convinced the court that the most appropriate investment of Mr. Atyeo’s time was to engage the defendant to recover lost profits that it ought to have earned as a result of the sham tendering processes.

[1789] I also agree with the plaintiffs’ submission that “it does not lie in the mouth of the defendant to be over-critical of good faith attempts by the plaintiffsto avoid difficulty caused by the defendant’s wrong”.

2013 ONSC 2034 (*)

Page: 360

[1790] I reject the defendant’s claim that the plaintiffs’ loss of profit should be reduced for any amount attributable to Mr. Atyeo’s failure to mitigate his loss.

CONTINGENCIES

[1791] There is no escaping the fact that a great deal of everything the plaintiffs propose to do has not been done before. In the hypothetical scenario whereby Envoy won the tenders, Senior Management would have been setting off on November 2, 2004 with untested plans and no organization to speak of to realize the lost profits claimed in this trial.

[1792] Admittedly, the structure and operations look very well thought out, particularly as no opposing expert was called to critique them. The directing team in place was absolutely top- notch and I accept that RLRS’ experienced field staff would have come over in droves with the incumbent’s blessing to avoid a major severance pay cost.

[1793] The contracts were also for a fixed term of five years, and as indicated, I am satisfied that Envoy would have taken all measures necessary to ensure that they were not lost, and indeed the government would extend them for further two years.

[1794] But as someone of Mr. Atyeo’s experience knows, “The best-laid schemes o’ mice an’ men” do not always end up as planned. This is why contingencies cannot be ignored in a case like this.

[1795] I take stock that Navigant has followed a very conservative approach. Its non-personnel costs are higher than the defendant. It turned down over $1 million in revenues from contract extras. It has also rejected any of the synergies from operating two contracts at the same time. Nor has it attempted to rely upon CBO’s opening gift of discretionary expenses that Envoy could have exercised to turn a loss into a profit.

[1796] All of this is commendable, but does little to compensate for life’s frolics, particularly in dealing with an institution like the Federal government, compounded in modern times by the relationship it shares with its political Masters.

[1797] Envoy is also following on the heels of an incumbent who appears to have coddled the client, admittedly thanks to an unfair $50 million gift. That however, is the reality facing Envoy as it goes forward working out a relationship with DND personnel using an operational plan that no longer mediates complaints and is intent on limiting its face-to-face meetings with military transferees to the three contracted for in order to meet budget. I do of course take no account of the negative bias, and perhaps even animus, directed towards Envoy taking over these contracts. Nevertheless, replacing an over-performing incumbent is a factor that Envoy would have had to contend with.

[1798] In addition, it cannot escape my attention that there are numerous offsets to this contract that Envoy would be counting upon to generate new business and new revenues. Indeed, these are positive contingencies that, although too remote and too contingent to be factored into Envoy’s lost profit equation, were probably returns Envoy would have counted on to sweeten any disappointment in not attaining the profits projected from winning these contracts. By this I

2013 ONSC 2034 (*)

Page: 361

mean that Envoy was giving the tender its best theoretical shot, but it too may have anticipated problems which it could make up with other clients.

[1799] Mr. Atyeo described these spinoff opportunities as follows:

A. Well, the benefits of these contracts are – are huge, they’re – I mean the volume alone requires you to put an infrastructure in place, by infrastructure I mean people certainly, but the technology and database systems that are required to support the service delivery. That also provides a platform to attract other business. In other words, you can go out and market your services and bring in other clients knowing that you have infrastructure in place that can take on just about any client out there, because the government is by far – in fact, the government volume is larger than the rest of the relocation management industry put together, it’s – it’s a huge contract, it’s – it’s the largest contract in North America. The US government breaks their relocation contracts down into smaller pieces, my – my understanding is that the US government contracts are for somewhere a maximum of say 5,000 files a year and they spread the business around to a number of relocation management companies whereas Canada insists on putting it all out in one huge contracts, so it is a kingmaker in the Canadian market place. If you have a government contract, you have market share instantaneously that leapfrogs you ahead of everybody else. So that in itself makes this contract very valuable. We would – we would have instant recognition for the name Envoy. We would have volume that would support infrastructure. We would have profits. We would – we would have people, it just – the list goes on and on. And because of our prior experience, we felt pretty confident that we were to be given the contract it would work very well.

[1800] Taking all these factors into consideration really does not make the court’s task of predicting outcomes that much easier. I see a contingency as the Court’s best evaluation of the degree of certainty that it can apply to a case like this one involving unchartered roads not yet taken in a landscape where unknown obstacles most surely lie ahead.

[1801] My best evaluation is in the 80 to 90 percent range, meaning that, at the end of the day, I apply a 15 percent contingency reduction to Envoy’s loss of profit numbers.

BID PREPARATION COSTS

[1802] Envoy is seeking recovery of its bid preparation costs in the 2004 RFP above those already awarded pursuant to a CITT decisions confirmed by Federal Court of Appeal decisions dismissing applications for their judicial review.

[1803] I refer here to CITT decision dated April 26, 2006 upheld in Canada (Attorney General) v. Envoy Relocation Services, 2007 FCA 176, [2008] 1 FCR 291, and CITT [2007] C.I.T.T. no 96, dated October 26, 2007 upheld in Envoy Relocation Services Inc. v. Canada (Minister of Public Works and Government Services), 2007 FCA 177 (*). Both Federal Court of Appeal decisions were heard in the same day.

2013 ONSC 2034 (*)

Page: 362

[1804] Having been declared the successful tendering party of the 2004 procurement process in this matter, Envoy’s claim is theoretical only. Bid preparation costs are costs of doing business. Having been declared the successful tendering party on the 2004 tender, Envoy is not entitled to these costs, unless my decision was overturned.

[1805] Moreover, if this court’s decision is set aside, then it is pure speculation as to the factual and legal conclusions underpinning a decision of the Ontario Court of Appeal and any consideration it might give to issues involving overturning the previous decisions of the CITT that were confirmed by the Federal Court of Appeal, in light of the availability of a plea of res judicata, among others.

[1806] Accordingly, I reject Envoy’s claim for bid preparation costs given its success in being declared the winner of the 2004 procurement process.

[1807] I similarly decline to engage in a speculative evaluation of possible results that might arise were my decision overturned that could perhaps provide some opening for another court to consider arguments by Envoy for recovery of bid preparation costs.

CONCLUSION ON DAMAGES

[1808] The loss of profits before contingencies is set out in the following tables in the amount of $24,347,110 in respect of the provision of relocation services to the Canadian Forces and $9,966,428 for the provision of relocation services to the Government of Canada and the Royal Canadian Mounted Police.

2013 ONSC 2034 (*)

Page: 363

2013 ONSC 2034 (*)

[1809] These amounts are subject to a contingency reduction of 15 percent in accordance with the reasons above. Accordingly, the final damage award is $20,695,043 and $8,471,464 for a total award of $29,166,507.

Page: 364

ORDER

1.The court declares the plaintiffs the successful tendering party in the 2004 procurement process conducted by PWGSC to provide relocation services under the Government of Canada Integrated Relocation Program, by way of a Request for Proposal, number PW- $$ZG-407 -11769, published April 20, 2004.

2.The defendant is ordered to pay damages to the plaintiffs in the amount of $20,695,043 in respect of the provision of relocation services to the Canadian Forces and $8,471,464 for the provision of relocation services to the Government of Canada and the Royal Canadian Mounted Police in compensation for the lost profits not earned by the effect of not being awarded the contracts from the aforesaid procurement process, plus interest and costs.

3.Errors in any of the calculations in respect of the amount of damages awarded should be brought to the attention of the court forthwith.

4.Arrangements are already in place for submissions from the parties on the interest and costs to be awarded as a result of this decision, such that the final order will issue no later than May 3, 2013.

Mr. Justice Peter Annis

Released: April 6, 2013

2013 ONSC 2034 (*)

ACKNOWLEDGMENTS

In closing, I wish to express my gratitude to East Region’s talented law clerks, Andrew Christie and Leah Ko for their superb assistance in researching issues and editing these reasons. Particularly helpful were their long hours in the final push to complete these reasons in order to meet the deadline imposed by my move to the Federal Court of Canada.

I also acknowledge the support of my Court Registrar, Ms. Susan Davidson and Court Reporter, Lynn Carrière. Ms. Carrière provided simultaneous transcription which was invaluable in following and analyzing the evidence, while Ms. Davidson ran herself ragged keeping track of 47 volumes of evidence and providing me with daily updates on exhibits and references to them throughout the course of the trial. I further thank Debbie O’Neil for her administrative assistance.

I thank counsel for their hard work and assistance throughout the trial. I borrowed shamelessly from their written submissions for my reasons. I particularly appreciated their responses to my long list of questions during oral submissions and of course the courtesy and respect they showed the court throughout. Not too much should be read into the results, which largely reflect the very unusual hands dealt to counsel.

2013 ONSC 2034 (*)

 

Page: 2

 

ACRONYMS

APS

ACTIVE POSTING SEASON

ARC

ASISSTANT RELOCATION COUNSELLOR

BOP

BASIS OF PAYMENT

CA

CONTRATING AUTHOURITY

CBO

COLLINS BARROW OTTAWA

CF

CANADIAN FORCES

CFIRP

CANADIAN FORCES INTEGRATED RELOCATION PROGRAM

CITT

CANADIAN INTERNATIONAL TRADE TRIBUNAL

DA

DEPARTMENTAL AUTHOURITY

FAA

FINANCIAL ADMINSITRATION ACT

GOC

GOVERNMENT OF CANADA

IRP

INTEGRATED RELOCATION PROGRAM

IT

INFORMATION TECHONOLOGY

IDWG

INTERGOVERNMENTAL WORKING GROUP

IWG

INTERGOVERNMENTAL WORKING GROUP

LCPP

LOWEST COST PER POINT

MOS

METHOD OF SELECTION

NCI

NAVIGANT COUNULTING INC

PA

PROJECT AUTHOURITY or TECHNICAL AUTHOURITY

PMS

PROPERTY MANAGEMENT SERVICES

PRC

PERSONAL RELOCATION COUNSELLOR

PWGSC

PUBLIC WORKS AND GOVERNMENT SERVICES CANADA

OAG

OFFICE OF THE AUDITOR GENERAL

RCMP

ROYAL CANADIAN MOUNTED POLICE

RFP

REQUEST FOR SERVICES

RLRS

ROYAL LEPAGE RELOCATION SERVICE

SOW

STATEMENT OF WORK

2013 ONSC 2034 (*)

 

 

 

Page: 3

 

 

 

 

 

 

 

 

 

 

Chronology of Events

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

DATE

 

EVENT

 

 

 

 

 

 

 

 

 

April 1, 1999

 

Pilot project, two years, terminating

March 31, 2003.

 

 

 

 

March 4, 2002

 

Meeting between Mr. Atyeo and Mr. Singh

 

 

 

 

 

(*)

May 10, 2002

 

Letter of Interest (LOI), (dated May 3, 2002) for Integrated Relocation

 

 

Program (IRP) posted on the

Government

Electronic

Tendering

 

 

 

 

 

Service (GETS) on May 10, 2002 with a tentative closing date of May

2034

 

22, 2002.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

July 5, 2002

 

Multipliers for technical valuation determined

 

 

 

 

ONSC

July 16, 2002

 

Ms. Billings approves procurement plan using lowest cost per point

 

 

selection formula.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2013

August 15, 2002

 

Request for Proposals (RFP), for Integrated Relocation Program (IRP)

 

 

 

 

published on government tendering system, MERX. Closing date for

 

 

 

 

submissions was September 30, 2002 (47 days).

 

 

 

 

 

September 20, 2002

 

Mr. Pyett e-mail to Mr. Gerrie on PMS Volumes.

 

 

 

 

 

September 20, 2002

 

Tender closes at 2:00 p.m.

 

 

 

 

 

 

 

 

October 7, 2002

 

Joint venture agreement of Plaintiffs.

 

 

 

 

 

 

December 18, 2002*

 

Public Works and Government Services Canada (PWGSC) award a

 

 

 

contract for provision of services to members of the Canadian Forces,

 

 

 

the RCMP

and for other

public

servants

under the IRP

to

RLRS

 

 

 

($480,646,765). Envoy’s bid $426,108,398 has a lower price

 

 

 

component of $54,538,367.

 

 

 

 

 

 

 

 

January 3, 2003

 

RLRS commitment letters received by defendant

agencies.

 

 

 

 

January 13, 2003

 

Debriefing

session for 2002 contract.

 

 

 

 

 

 

February 13, 2003

 

Mr. Singh’s

handwritten meeting note referring to 0% bid.

 

 

 

 

March 17, 2003

 

Prudential Relocation Canada Ltd.

(Prudential) files a complaint with

 

 

 

the Canadian International

Trade

Tribunal (CITT). Envoy intervenes

 

 

 

in the Prudential complaint

before the CITT.

 

 

 

 

 

 

 

 

 

 

March 19, 2003

 

Letter Mr. Belair to Mr. Pyett explaining 0% bid on property

 

 

 

management fees.

 

 

 

 

 

 

 

 

April 1, 2003

 

The contract won by RLRS takes effect and runs until March 31, 2008,

 

 

 

with an option to extend until March 31, 2010.

 

 

 

 

 

April 2, 2003

 

Representatives of Envoy Relocation Services hold a meeting with

 

 

 

PWGSC’s minister’s staff to discuss allegations of conflict of interest

 

 

 

relating to the award of the 2002 contract and to request an

 

 

 

investigation.

 

 

 

 

 

 

 

 

April 3, 2003

 

PWGSC MG Internal investigation launched over Conflict of Interest

 

 

 

allegations.

 

 

 

 

 

 

 

 

 

May 16 2003

 

Envoy intervention in CITT.

 

 

 

 

 

 

 

 

 

 

 

July 17, 2003

 

Mr. Genest advises Mr. Atyeo of preliminary results of his

 

 

 

investigation.

 

 

 

 

 

 

 

 

July 24, 2003

 

Envoy letter to PWGSC legal

services

enclosing affidavit,

Envoy

 

 

 

seeking to add conflict of interest issue to its intervention; subsequent

 

 

 

letter of opposition from the government in a note from CITT to the

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Page: 4

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

government, dated July 30, 2003.

 

 

 

 

 

 

DATE

 

 

EVENT

 

 

 

 

 

 

July 30, 2003

 

 

The CITT finds the Prudential complaint to

be valid

regarding

 

 

 

 

 

“exceeds” and recommends a partial re-evaluation of the bids with re-

 

 

 

 

 

award of contract if necessary.

 

 

 

 

(*)

 

August 19, 2003

 

 

Mr. Genest advises Mr. Atyeo the investigation completed.

 

 

 

August 26, 2003

 

 

Deputy Minister, PWGSC, David Marshall recommends

to the

 

 

 

 

 

 

 

 

Minister that the contract be re-tendered.

 

 

 

 

2034

 

August 29, 2003

 

 

Assistant Deputy Minister Glenn Bailey notifies the CITT that as a

 

 

 

 

 

 

result of the CITT decision, and for other reasons unrelated to the

 

ONSC

 

 

 

 

grounds of complaint, PWGSC decided to terminate the 2002 contract

 

 

 

 

 

and to conduct a re-tender. In the interim period,

RLRS continued to

 

 

 

 

 

provide services under the 2002 contract until the commencement of a

 

2013

 

 

 

 

 

 

 

 

 

 

new contract.

 

 

 

 

 

 

October 15, 2003

 

 

Kick-off meeting with the Interdepartmental Working Group.

 

 

 

 

November 3, 2003

 

 

An Advance Notice is posted on GETS to notify potential suppliers

 

 

 

 

 

 

about the upcoming RFP. The closing date was November 18, 2003.

 

 

November 3, 2003

 

 

RLRS writes Minister Goodale complaining

about

re-tendering

 

 

 

 

 

including manifestly unfair public disclosure of competitive pricing.

 

 

Novemer 10, 2003

 

 

Mr. Lockington writes to Mr. Pyett indicating RLRS will participate in

 

 

 

 

 

re-tender to mitigate losses

 

 

 

 

 

 

November 25, 2003

 

 

Meeting of Associate DM, Assistant DM for Acquisitions, and

 

 

 

 

 

PWGSC Senior Legal counsel and senior managers discuss strategies

 

 

 

 

 

to mitigate high litigation risk.

 

 

 

 

 

 

December 15, 2003

 

 

Letter of Interest (LOI), dated December 12, 2003, with a detailed

 

 

 

 

 

draft RFP, posted to MERX, for a 30-day period.

 

 

 

 

 

 

December 31, 2003

 

 

Ms. Billings relays to RLRS, “We have noted your concerns, and will

 

 

 

 

 

ensure they are taken into consideration in the development of the new

 

 

 

 

 

Request for Proposal.”

 

 

 

 

 

 

January 12, 2004

 

 

Mr. Goodfellow proposing use of fairness monitor

to IGW.

 

 

 

 

January 15, 2004

 

 

Mr. Atyeo provides detailed discussion paper with annexes outlining

 

 

 

 

 

proposed changes to the RFP.

 

 

 

 

 

 

 

 

 

 

 

 

February 2, 2004

 

 

Brief prepared for ministers meeting with the Globe and Mail;

 

 

 

 

 

background to litigation and issues arising in re-tendering

to date.

 

 

February 27, 2004 &

 

 

RLRS issued a Notice of Action and Statement of Claim against the

 

 

March 26, 2004

 

 

Attorney General relating to the cancellation of the 2002 IRP contract.

 

 

 

 

 

 

 

 

April 20, 2004

 

 

The final RFP (dated April 19, 2004) was advertised on MERX. The

 

 

 

 

 

original closing date was May 31, 2004, but it was extended to June

 

 

 

 

14, 2004.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

April 26, 2004

 

 

Ms. Billings responds to Mr. Lockington admitting he was aware of

 

 

 

 

 

 

sensitivity regarding the re-tendering process.

 

 

 

 

 

 

May 5, 2004

 

 

Bidders’ Conference held.

 

 

 

 

 

 

May 13 2004

 

 

Amendment #1 to RFP.

 

 

 

 

 

 

May 20, 2004

 

 

Amendment #2 to RFP.

 

 

 

 

 

 

May 25, 2004

 

 

Amendment #3 to RFP.

 

 

 

 

 

 

 

 

 

 

Page: 5

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

May 28 2004

 

 

Amendment #5 to RFP.

 

 

 

 

 

 

DATE

 

 

EVENT

 

 

 

 

 

 

 

 

 

June 14,2004

 

 

RFP closed on GETS. Four firms submitted a total of 10 proposals:

 

 

 

 

 

two firms bid on CF, GOC and RCMP; and two firms bid on GOC and

 

 

 

 

 

RCMP only. Envoy and RLRS tender on all RFPs.

 

 

(*)

 

June 16, 2004

 

 

Bid evaluations commenced, with

an

evaluation team

comprised of

 

 

 

 

members

from client

departments.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

July 1, 2004

 

 

Technical

evaluations

completed.

A

Fairness Monitor

from private

2034

 

 

 

 

industry observed this process and was present during evaluation team

 

 

 

 

 

 

 

 

 

discussions and consensus scoring,

but did not testify.

 

 

ONSC

 

June 30, 2004 –

 

 

Case management motions extending time on consent to file defence

 

October 20, 2006

 

 

until October 29, 2004.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2013

 

July 6, 2004

 

 

Completion of the bid evaluation and method of selection

process

 

 

 

August 20, 2004

 

 

RLRS contacts PWGSC to advise of the substance of their litigation

 

 

 

 

 

claim for extension

of time in court proceedings.

 

 

 

 

September 28, 2004

 

 

Mr. Goodfellow receives 2002 commitment forms from Mr. Singh.

 

 

November 2, 2004

 

 

News release and letter to Envoy advising of tender outcome.

 

 

November 9, 2004

 

 

PWGSC awards two contracts to Royal LePage Relocation Services

 

 

 

 

 

Limited (RLRS), in the amount of $154M (not including flow-through

 

 

 

 

 

costs) for the period of April 1, 2005 to November 30, 2009, with an

 

 

 

 

 

irrevocable option to extend until November 30, 2011.

 

 

 

 

November 11, 2004

 

 

Mr. Atyeo and Mr. Goodfellow, complain that there is no debriefing, a

 

 

 

 

 

 

lack of information

etc.

 

 

 

 

 

 

November 26, 2004

 

 

RLRS notified of PWGSC’s intent to terminate the 2002 contract for

 

 

 

 

 

convenience effective

March 31, 2005.

 

 

 

 

 

 

 

 

 

 

 

November 30, 2004

 

 

Mr. Goodfellow replies to Mr. Atyeo, providing new basis for 75/25

 

 

 

 

 

weighting

based on complaints from industry.

 

 

 

 

December 1, 2004

 

 

Projected start date for 2004 extended to April 1, 2005.

 

 

 

 

December 3, 2004

 

 

PWGSC conducts a face-to-face debriefing with Envoy.

 

 

 

 

December 20, 2004

 

 

Envoy writes to Mr. Goodfellow with follow-up to face-to-face

 

 

 

 

 

debriefing

relating

to problem areas of RFP and evaluations.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

January 20, 2005

 

 

RLRS commitment

letters received by defendant agencies.

 

 

 

February 4, 2005

 

 

PWGSC replies to Envoy.

 

 

 

 

 

 

February 18, 2005

 

 

Envoy files a complaint to the CITT including that proposals were not

 

 

 

 

 

evaluated

correctly.

 

 

 

 

 

 

 

 

February 28, 2005

 

 

The CITT dismisses complaints except ground of comparing bids.

 

 

March 2, 2005

 

 

Meeting held between PWGSC and RLRS where litigation against the

 

 

 

 

 

Crown is discussed. RLRS seeks $18 million.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

March 24, 2005

 

 

Envoy files an unsuccessful application with the Federal Court of

 

 

 

 

 

 

Appeal for a judicial review of the tribunal’s rejection of two out of

 

 

 

 

 

 

three grounds on its complaint to the CITT.

 

 

 

 

 

 

 

 

 

 

 

 

 

April 1, 2005

 

 

RLRS commences

services under the two new contracts.

 

 

 

 

April 11, 2005

 

 

Envoy made a complaint to the House of Commons Standing

 

 

 

 

 

 

Committee on Public

Accounts.

 

 

 

 

 

 

 

 

 

 

 

 

Page: 6

 

 

 

 

 

 

 

 

 

 

 

May 16, 2005

 

 

The CITT finds Envoy’s complaint of improper comparing of bids to

 

 

 

 

 

be valid,

and recommends that PWGSC carry out a re-evaluation.

 

 

DATE

 

 

EVENT

 

 

 

 

 

 

June 2, 2005

 

 

PWGSC advises the CITT that it would seek judicial review of its

 

 

 

 

 

 

determination with the Federal Court of Appeal.

 

 

(*)

 

June 15, 2005

 

 

The

Crown

files an application for judicial review

with the Federal

 

 

 

 

Court of Appeal, and learns that the CITT refuses to conduct an

 

 

 

 

 

 

 

 

 

inquiry into a second complaint from Envoy.

 

 

2034

 

November 2, 2005

 

 

Hearing of Envoy’s application for judicial review at the Federal Court

 

 

 

 

 

 

 

 

of Appeal concerning the CITT’s refusal of two of the grounds in its

ONSC

 

 

 

 

February 2005 complaint.

 

 

 

November 3, 2005

 

 

Federal

Court dismisses Envoy judicial review of

letter decision of

 

 

 

 

February 27, 2005, refusing to hold hearing on disclosing pricing

2013

 

 

 

 

 

 

 

 

 

information

and awarding points in several categories.

 

 

 

 

November 17, 2005

 

 

The

Public

Accounts Committee passes a motion requesting the

 

 

 

 

 

Auditor General to conduct an audit of the IRP contracts across

 

 

 

 

 

Canada and to report her findings to Parliament in a subsequent report

 

 

 

 

 

of the Auditor General.

 

 

 

 

January 11, 2006

 

 

Hearing of the Crown’s application for judicial review at the Federal

 

 

 

 

 

Court of Appeal concerning the CITT’s determination with respect to

 

 

 

 

 

ground of comparing of Envoy’s February 2005 complaint:

 

 

 

 

 

 

I.

The CITT’s conclusion that there was an error in the

 

 

 

 

 

 

 

evaluation of Envoy’s bids because they were compared to

 

 

 

 

 

 

 

each other must stand;

 

 

 

 

 

 

 

 

II.

However, the remedy granted by the Tribunal cannot stand,

 

 

 

 

 

 

 

because it was not open to the Tribunal to order a re-

 

 

 

 

 

 

 

evaluation of all bids with respect to section 2.2.4.2, as the

 

 

 

 

 

 

 

complaint related only to an alleged error

in the evaluation

 

 

 

 

 

 

 

of Envoy’s bids. This matter is remitted back to the

 

 

 

 

 

 

 

Tribunal for reconsideration;

 

 

 

 

 

 

 

 

III.

The re-evaluation of Envoy’s bids with respect to section

 

 

 

 

 

 

 

2.2.4.2 cannot affect the outcome of the evaluations.

 

 

 

 

 

 

 

Therefore, the scope of the remedy must be limited to the

 

 

 

 

 

 

 

monetary relief sought by Envoy in its complaint.

 

 

February 1, 2006

 

 

Office of the Auditor General commences audit of the procurement

 

 

 

 

 

process.

 

 

 

 

 

 

 

 

 

 

 

 

April 26, 2006

 

 

The CITT, as a remedy, recommends that PWGSC compensate Envoy

 

 

 

 

 

one half of the costs incurred in preparing its 2004 proposals for the

 

 

 

 

 

solicitation.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

May 26, 2006

 

 

The Crown files an application for judicial review at the Federal Court

 

 

 

 

 

 

of Appeal challenging the remedy recommended by the CITT.

 

 

 

May 26, 2006

 

 

Envoy files an application for judicial review at the Federal Court of

 

 

 

 

 

Appeal seeking 100% of its bid preparation costs, and lost profits/lost

 

 

 

 

 

opportunity

associated with the 2004 contracts.

 

 

 

 

 

 

 

 

 

 

 

 

 

November 28, 2006

 

 

Tabling

of the Auditor General’s report.

 

 

 

 

Page: 7

 

 

December 2006 and

Standing Committee on Public Accounts holds hearings to discuss the

January 2007

Auditor General’s report and recommends that IRP contracts not be

 

extended through option years.

 

 

DATE

EVENT

March 8, 2007

Envoy files Statement of Claim.

May 3, 2007

The Federal Court of Appeal dismisses the Crown’s application for

 

judicial review challenging the remedy recommended by the CITT.

June 3, 2008

Consent dismissal of RLRS’ claim against the Crown after settlement

 

with payment of $4,500,000 to RLRS.

2013 ONSC 2034 (*)

CITATION: Envoy Relocation Services Inc. v. Canada (Attorney General), 2013 ONSC 2034 COURT FILE NO.: 07-CV-37522 DATE: 2013/04/06

ONTARIO

SUPERIOR COURT OF JUSTICE

BETWEEN:

ENVOY RELOCATION SERVICES INC. and

NATIONAL RELOCATION SERVICES (RELONAT)

INC. (as contractual joint venture called Envoy

Relocation Services)

Plaintiffs

– and –

THE ATTORNEY GENERAL OF CANADA

Defendant

REASONS FOR DECISION

Annis J.

Released: April 6, 2013

2013 ONSC 2034 (*)



© 2022 IncJournal is not affiliated with or endorsed by the U.S. Securities and Exchange Commission