City of Brantford Vendor Performance Scorecard for Consultant Services
|
|
|
- Reynold Reynolds
- 10 years ago
- Views:
Transcription
1 Vendor Performance Scorecard for Consultant Services Consultant Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 Contract Reference Number Contract Title / Description Consultant's Project Manager Period Covered by Scorecard Scoring: points Very Good, 100% exceeds expectations, Consultant has demonstrated above level of performance in excess of contract requirements. 4 points Good, consistently meets expectations, Consultant has met contract requirements and no performance issues have occurred. 3 points Standard, mostly meets expectations, Consultant has met contract requirements most of the time, minor performance issues have occurred and have been corrected. 2 points Adequate, marginally meets expectations, Consultant has met contract requirements some of the time, performance issues have occurred and remain outstanding. 1 point Unsatisfactory, frequently misses expectations, Consultant has repeated performance issues requiring oversight from City staff to ensure performance is maintained to meet contract requirements. 0 points Substandard, consistently falls far below expectations, Consultant has repeated performance issues regardless of City staff oversight. Contract requirements not met. Health and Safety issues have occurred at the site. NA Not applicable. No. ITEM DESCRIPTION OF PERFORMANCE EXPECTATIONS OBSERVATIONS/NOTES Score CORRECTIVE ACTION 1 Administration The required documentation / report(s) was submitted as required under the contract; on time and on schedule. Minutes of meetings were recorded as required and distributed to City and Project Team on time. Invoices submitted were clear, accurate and on time. Contract was carried out within cost and budget. No unreasonable extras or claims for work or money were submitted (i.e. due in part to the lack of workmanship or co ordination of the Consultant). Competitive change order pricing was provided. All financial aspects of the project were effectively monitored and tracked. 2 Scope The deliverable or project progressed and/or was completed to the quality standards as expected or articulated in the bid document. All plans, specifications and requirements were adhered to as per the contract. Conclusive answers and direction were provided in carrying out the project. Flexibility was demonstrated in working with City and in changing scope as project progressed. A proactive approach was taken in delivering the work plan, offering innovative ideas and advice on the project. Requests for change orders were infrequent and always were substantiated with proper and accurate information. Timely corrections of deficient work or materials was always carried out. Need for additional work was identified and discussed early enough to permit the processing of change orders or addenda prior to being carried out. Problem areas were recognized and recommendations were developed and proposed early in the project 3 Project Team Project Manager took an active role and participated in the project as documented in the proposal. Project Team was appropriately resourced to carry out Project. Changes to the Project Team members were communicated to the City and approval was sought prior to implementing the change. 4 Customer Service and Communications Open and effective communication between the City and its Project Manager was always maintained and carried out in a timely manner. Character and conduct of the Project team was always positive and professional in their dealing with internal and external stakeholders. Subconsultants and their work was always effectively coordinated and managed. Page 1 of 7
2 Vendor Performance Scorecard for Consultant Services Consultant Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 Schedule Work was always efficiently planned, organized and supervised. Scheduling and work plans were always provided as required by the contract. Timely updates regarding milestone completions were always provided as required. 6 Health and Safety Full compliance with all WSIB requirements. Full compliance with all OHSA requirements. Full compliance with all other laws or by laws applicable. Total Score Attained: 30 Out of 30 Total Percentage Attained: 100% City Project City Divisional CITY OFFICIALS SIGNATURE AND PRINTED NAME REQUIRED BELOW City Division: Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. Reviewed by Purchasing CONSULTANT SIGNATURE AND PRINTED NAME REQUIRED BELOW Consultant Name: 0 Consultant's Representative: Consultant Acceptance Consultant Comments: Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. The Consultant shall have ten (10) business days to review and return the signed scorecard to the Purchasing staff member representative or request a meeting to discuss the scorecard. Vendor Scorecards will be retained in the City's Vendor Performance Database and considered for future contract awards. Unsatisfactory performance may result in a negative outcome. Page 2 of 7
3 Vendor Performance Scorecard for Construction Contractors Contractor Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 Contract Reference Number Contract Title / Description Contractor's Project Manager Period Covered by Scorecard Scoring: points Very Good, 100% exceeds expectations, Contractor has demonstrated above level of performance in excess of contract requirements. 4 points Good, consistently meets expectations, Contractor has met contract requirements and no performance issues have occurred. 3 points Standard, mostly meets expectations, Contractor has met contract requirements most of the time, minor performance issues have occurred and have been corrected. 2 points Adequate, marginally meets expectations, Contractor has met contract requirements some of the time, performance issues have occurred and remain outstanding. 1 point Unsatisfactory, frequently misses expectations, Contractor has repeated performance issues requiring oversight from City staff to ensure performance is maintained to meet contract requirements. 0 points Substandard, consistently falls far below expectations, Contractor has repeated performance issues regardless of City staff oversight. Contract requirements not met. Health and Safety issues have occurred at the site. NA Not applicable. No. ITEM DESCRIPTION OF PERFORMANCE EXPECTATIONS OBSERVATIONS/NOTES Score 1 Commencement / Scheduling Project started on time. Every effort reasonable was taken by the Contractor to commence work on time. Construction schedule submitted at onset of the project. Schedule updates were submitted as project progressed. CORRECTIVE ACTION 2 Supervision Adequate, competent on site supervision was provided throughout the duration of the contract. 3 Project Management 4 Health and Safety Contractor displayed full cooperation in dealings with the City's authorized representatives. Contractor did not require unreasonable guidance from the City in carrying out work. Problem areas were recognized and recommendations were developed and proposed early in the project All regulatory health and safety procedures were followed. Manual submitted upon request. Full compliance with all other laws or by laws applicable. All documentation, equipment, protective personal equipment, traffic control, trench protection, etc., requirements were followed. All staff were competent and fully trained. Equipment Appropriate equipment was available for use. Equipment was used in an appropriate manner and was in good working order. 6 Public Relations All were met with respect to expectations of the public. Timely responses to their concerns were provided. Consideration was shown for the general public, motorist, residents, business, pedestrians, city staff etc. Notification for site access was addressed and timely.
4 Vendor Performance Scorecard for Construction Contractors Contractor Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 7 Workmanship Was the Contractor competent and execute the work professionally, efficiently and expeditiously. Was the site consistently kept clean and orderly. Did the Contractor effectively manage and coordinate sub Contractors? Timely corrections of deficient work or materials was always carried out. 8 Financial Requests for change orders were infrequent and always were substantiated with proper and accurate information. No unreasonable extras were submitted. Invoices submitted were clear, accurate and on time. Amount of claims, liens, cost control issues, payment documentation submission concerns were minimal. 9 Completion Substantial Performance provided within a reasonable timeframe Contract was completed on time. No unwarranted project extensions requested. Total Score Attained: 4 Out of 4 Total Percentage Attained: 100% CITY OFFICIALS SIGNATURE AND PRINTED NAME REQUIRED BELOW City Inspector: City Project City Divisional City Division: Reviewed by Purchasing Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. CONTRACTOR SIGNATURE AND PRINTED NAME REQUIRED BELOW Contractor Name: 0 Contractor's Representative: Contractor Acceptance
5 Vendor Performance Scorecard for Construction Contractors Contractor Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 Contractor Comments: Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. The Contractor shall have ten (10) business days to review and return the signed scorecard to the Purchasing staff member representative or request a meeting to discuss the scorecard. Vendor Scorecards will be retained in the City's Vendor Performance Database and considered for future contract awards. Unsatisfactory performance may result in a negative outcome.
6 Vendor Performance Scorecard for Vendors Supplying Goods and Services Vendor Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 Contract Reference Number Contract Title / Description Vendor's Project Manager Period Covered by Scorecard Scoring: points Very Good, 100% exceeds expectations, Vendor has demonstrated above level of performance in excess of contract requirements. 4 points Good, consistently meets expectations, Vendor has met contract requirements and no performance issues have occurred. 3 points Standard, mostly meets expectations, Vendor has met contract requirements most of the time, minor performance issues have occurred and have been corrected. 2 points Adequate, marginally meets expectations, Vendor has met contract requirements some of the time, performance issues have occurred and remain outstanding. 1 point Unsatisfactory, frequently misses expectations, Vendor has repeated performance issues requiring oversight from City staff to ensure performance is maintained to meet contract requirements. 0 points Substandard, consistently falls far below expectations, Vendor has repeated performance issues regardless of City staff oversight. Contract requirements not met. Health and Safety issues have occurred at the site. NA Not applicable. No. ITEM DESCRIPTION OF PERFORMANCE EXPECTATIONS OBSERVATIONS/NOTES Score CORRECTIVE ACTION 1 Scope for Services The services were completed to the quality standards as expected or articulated in the bid document or contract. Problem areas were recognized and recommendations were developed and proposed early in the project. Required documentation, work logs, clarifications were accurate and provided on time. Need for additional work was identified and discussed early enough to permit the processing of change orders or addenda prior to being carried out. 2 Scope for Goods Goods were supplied to the quality standards and specifications as expected or articulated in the bid document or contract. Correct quantity of goods were delivered. No back orders were received on shipments. Goods were returned without issue and without restocking charges. Warranties were honoured at all times. 3 Service/Goods Delivery Flexibility was demonstrated in working with City and in changing scope as project progressed. Timely corrections of deficient work or materials was always carried out. Goods were delivered on time and to the correct locations. 4 Customer Service and Communications Open and effective communication between the City and its Project Manager was easily maintained and carried out in a timely manner. Character and conduct of the Project team was always positive and professional in their dealing with internal and external stakeholders. Subcontractors and their work was always effectively coordinated and managed. Invoicing Invoices submitted were clear, accurate and on time. Invoices identified proper delivery location or City department/contact. Goods and services were charged at Unit Prices as stated in contract. Purchase Order number indicated on all invoices. Page 6 of 7
7 Vendor Performance Scorecard for Vendors Supplying Goods and Services Vendor Name Vendor Performance Scorecard, as per City of Brantford Purchasing Policy, Chapter 12 6 Health and Safety Full compliance with all WSIB requirements. Full compliance with all OHSA requirements. Full compliance with all other laws or by laws applicable. Total Score Attained: 30 Out of 30 Total Percentage Attained: 100% City Project City Divisional CITY OFFICIALS SIGNATURE AND PRINTED NAME REQUIRED BELOW City Division: Reviewed by Purchasing Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. VENDOR SIGNATURE AND PRINTED NAME REQUIRED BELOW Vendor Name: 0 Vendor's Representative: Vendor Acceptance Vendor Comments: Attach any supporting documentation, s, deficiency notices or photographs to this evaluation sheet. The Vendor shall have ten (10) business days to review and return the signed scorecard to the Purchasing staff member representative or request a meeting to discuss the scorecard. Vendor Scorecards will be retained in the City's Vendor Performance Database and considered for future contract awards. Unsatisfactory performance may result in a negative outcome. Page 7 of 7
Vendor Performance Evaluation Requirements
Vendor Performance Evaluation Requirements The awarded vendor should note that the Contract Administrator will document the contractor s performance by completing a Vendor Performance Evaluation based
Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive
Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86
CITY OF STARKE. Project # 2016-02
CITY OF STARKE Project # 2016-02 Request for Proposals For Enterprise Content Management System 209 N. Thompson Street Post Office Drawer C Starke, Florida 32091 00 Contents CITY OF STARKE REQUEST FOR
Design-Build Mississippi Gate Additional Lane
Design-Build Mississippi Gate Additional Lane Buckley Air Force Base, Colorado Completion Date: December 2010 Client: United States Army Corps of Engineers Omaha District Project Reference: Jennifer McQueen,
REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR PERFORMANCE EVALUATION FOR SERVICES & CONSTRUCTION
REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR EVALUATION FOR SERVICES & CONSTRUCTION ALL FIELDS ARE MANDATORY Contractor Name: Contract Title and Number: Purchase Order Number: Contract Term:
Vendor Management Program
The Corporation of the City of Kawartha Lakes is committed to the provision of a safe and healthy work environment for its employees, contractors and visitors. To promote this type of environment, the
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT
PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT - INTRODUCTION 1.1. General. Kuwait Ports Authority (KPA) through the Ministry Of Finance (MOF) wishes
Consultancy Services Proposal
Consultancy Services Proposal August, 2007 ISO 9001 : 2000 CERTIFIED www.genivar.com 5858 Côte-des-Neiges Rd, 4 th Floor, Montreal, Quebec, Canada, H3S 1Z1 Telephone: (1) 514 340-0046 Fax: (1) 514 340-2847
CONTRACT FOR PROJECT MANAGEMENT SERVICES (Green Repair Program)
CONTRACT FOR PROJECT MANAGEMENT SERVICES () This Contract is made this day of in the year between (day) (month) (year) the, (Owner), Massachusetts (City) (State), (Zip Code) hereinafter called "the Owner"
This procedure should be read in conjunction with the Purchasing By-Law 113-2013, as amended from time to time.
Page: 1 of 10 27.1 Purpose and Overview 27.2 Definitions 27.3 Forms 27.4 Roles and Responsibilities 27.5 Contractor Performance Evaluation Form 27.6 Interim Evaluations 27.7 Procedure Pre-Qualification
ISO 9001: 2008 Construction Quality Management System Sample - Selected pages (not a complete plan)
ISO 9001: 2008 Construction Quality Management System Sample - Selected pages (not a complete plan) Part 1: Project-Specific Quality Plan Part 2: Company Quality Manual Part 3: Submittal Forms Part 4:
CONTRACTOR GUIDELINES
CONTRACTOR GUIDELINES WORKING IN NEIGHBORHOODS (WIN) HOUSING DIVISION 175 East Second Street, Suite 580 Tulsa, OK 74103 Telephone 918.576.5552 Fax 918.699.3239 Website www.cityoftulsa.org/housing Email
Project Start Up. Start-Up Check List. Why a Project Check List? What is a Project Check List? Initial Release 1.0 Date: January 1997
Why a Project Check List? A good way to ensure that all start-up tasks are completed prior to actually starting the project is to develop a start-up check list. The check list can be developed and then
Replacement of Heat System Components
STATEMENT OF WORK FOR Replacement of Heat System Components At Warehouse Takoraudantie 4 08/17/2013 REV 8-24-13 Project 2013-021 Page 1 of 6 1.0 INTRODUCTION 1.1 Overview: The U.S. Embassy Helsinki has
TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3
TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer
Division of Capital Asset Management Standard Designer Evaluation Forms for Public Agencies
Standard Designer Evaluation Forms for Public Agencies The Standard Designer Evaluation forms are required by Section 13 of Chapter 159 of the Acts of 2000 which amends Section 38E of MGL Chapter 7. As
No - one single database for all modules
Email: [email protected] General Questions How many different software products are required for a complete implementation? 1 Is support delivered through a single source, or does each product provide
Construction Management Standards of Practice
Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388
GENERAL CONTRACTOR PRE-QUALIFICATION 2014 - FOR PERIOD ENDING DEC 2017
APPLICATION for PRE QUALIFICATION GENERAL CONSTRUCTION CONTRACTORS Construction Projects up to $3,000,000 Prequalified General Contractors will be invited to submit bids for various Renovation and Construction
CSC-DIVISION 1-MASTER SECTIONS Description
CSC-DIVISION 1-MASTER SECTIONS Description 01 11 00 Summary of Work by Consultant 01 12 00 Multiple Contract Summary by Consultant 01 14 00 Work Restrictions see below 01 21 00 Allowances by Consultant
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW)
MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW) A Pre-Qualification Program was developed to provide a mechanism for
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
CONTRACTOR PERFORMANCE SYSTEM PROCEDURAL DOCUMENT. Revision date: May 25, 2015
CONTRACTOR PERFORMANCE SYSTEM PROCEDURAL DOCUMENT Revision date: May 25, 2015 Table of Contents 1. DEFINITIONS... 3 2. PURPOSE... 3 3. PROJECT EVALUATORS... 3 4. PROJECT EVALUATION FORMS... 3 5. FREQUENCY
Safety Management Program
Corrective Action Plan (CAP) Safety Management Program Submitted by TransCanada PipeLines Limited and its National Energy Board Regulated Subsidiaries to address non-compliant findings in the National
Project Management Agreement
Project Management Agreement Owner(s) Address Telephone #1 Telephone #2 Email Manager Project description DAVIS DESIGN Inc. Project Management Agreement Owner hereby engages Manager to manage on behalf
Request for Proposal For Document Management System
Request for Proposal For Document Management System June 13, 2014 1708 East Arlington Blvd. Greenville, NC 27858-5872 This solicitation should not be interpreted as a contract (implicit, explicit, or implied),
AUSTIN INDEPENDENT SCHOOL DISTRICT INTERNAL AUDIT DEPARTMENT CONSTRUCTION AUDIT PROGRAM
GENERAL: Some of the Districts largest capital expenditures are from new construction, facility upgrades, and renovations. A single project can run into the millions of dollars, involving engineering,
Work Breakdown Structure Element Dictionary Construction
Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor
GOVERNMENT OF INDIA DIRECTORATE OF PURCHASE & STORES GENERAL CONDITIONS OF ALL CONTRCTS SPECIAL CONDITIONS OF CONTRACT
Form No. DPS-P-12(Rev) GOVERNMENT OF INDIA DIRECTORATE OF PURCHASE & STORES GENERAL CONDITIONS OF ALL CONTRCTS & SPECIAL CONDITIONS OF CONTRACT APPLICABLE TO THE CONTRACTS FOR IMPORTED STORES PLACED BY
UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL
UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL AUDIT SERVICES August 24, 2015 Control Number ED-OIG/A04N0004 James W. Runcie Chief Operating Officer U.S. Department of Education Federal
ENGINEERING AND CONSTRUCTION BULLETIN
ENGINEERING AND CONSTRUCTION BULLETIN No. 2014-13 Issuing Office: CECW-CE Issued: 22 May 2014 Expires: 22 May 2016 Subject: Contractor Performance Assessment Reporting System (CPARS) Transition Guidance
Contractor Safety Program Office of Environmental Health and Safety University of Toronto
Office of Environmental Health and Safety Table of Contents Overview... 3 Program Objectives... 3 University Health and Safety Policy... 4 Environmental, Health and Safety Mission Statement... 4 Roles
1 OF 7. there will be few "surprises" as the work progresses.
1 OF 7 FP-G1.94 GUIDELINES FOR SUCCESSFUL SUPERVISION OF SCHOOL DISTRICT CAPITAL CONSTRUCTION PROJECTS There is no doubt that the successful completion of any capital construction project is the result
Request for Proposal For: PCD-DSS Level 1 Service Provider St. Andrew's Parish Parks & Playground Commission Bid Deadline: August 17, 2015 at 12 Noon
Request for Proposal For: PCD-DSS Level 1 Service Provider St. Andrew's Parish Parks & Playground Commission Bid Deadline: August 17, 2015 at 12 Noon Request for Proposal P a g e 2 Table of Contents 1.
Fire Damage Repairs, 2510 Burton Street
Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide
REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract
OREGON STATE UNIVERSITY REQUEST FOR PROPOSALS Professional Consultant Retainer Contract ISSUE DATE: January 15, 2015 {00344109;3} TABLE OF CONTENTS Page Section I Retainer Contract Introduction... 3 Introduction...
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor Background Information: Manatee County Rural Health Services (MCR Health Services) is a private, not
Project Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
Lumous standard terms and conditions web design and development
Lumous standard terms and conditions web design and development 1. DEFINITION OF TERMS Lumous Limited, 17 Rubens Close, Swindon, Wiltshire SN25 4GR, trading as Lumous Limited having its principal place
Haysville USD #261 Employee Performance Review System Analyst I
Haysville USD #261 Employee Performance Review System Analyst I EMPLOYEE INFORMATION Employee Name Job Classification Location Evaluator Name Directions: As with any evaluation process, the intent is to
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be
Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION
REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014
Stated below are the SCIRE activity level control objectives for purchasing and accounts payable.
SCIRE PURCHASING AND ACCOUNTS PAYABLE AND SUMMARY The goals of the purchasing function at SCIRE are to achieve open, competitive and costeffective buying, while adhering to external funding sources for
RFP 15-123. Project Management Office Services for the North of Shellard Sports Campus/Recreation Complex Phase One. ADDENDUM No.
Project Management Office Services for the North of Shellard Sports Campus/Recreation Complex Phase One ADDENDUM No. 1 Addendum Issued: September 16, 2015 The following shall form part of the Request for
Code of Practice. for Inspecting and Certifying Buildings and Works. Building Control Regulations 2014
for Inspecting and Certifying Buildings and Works Building Control Regulations 2014 February, 2014 Table of Contents 1. Introduction 1 1.1 Status and Purpose of Code 1 1.2 Overview of Code 1 1.3 Application
Terms of Reference for Establishing Online Monitoring Software of RSC Performance
Terms of Reference for Establishing Online Monitoring Software of RSC Performance 1. Introduction The government of Nepal (GoN) and Development Partners supporting Nepal s rural and renewable energy sector
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
Supplier Performance Management Guide
Supplier Performance Management Guide DRAFT PR04-503 (Nov14) PR04-503 (Nov 14) Page 1 of 11 Contents 1 Introduction... 3 1.1 ATPACE Responsibilities... 3 2 Completing Performance Evaluations... 4 2.1 Performance
OUTSOURCING DUE DILIGENCE FORM
OUTSOURCING DUE DILIGENCE FORM SERVICE TO BE OUTSOURCED 1. Type of service to be outsourced: Accounting/Finance: Compliance Consulting: Legal Services: Administrative Functions: Information Technology:
REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO
REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO 1. INTRUDUCTION The Town of Frederick is seeking proposals in response to this Request for Proposals (RFP) from a qualified skateboard
SCOPE OF WORK FOR PERFORMING INTERNAL CONTROL AND STATUTORY/REGULATORY COMPLIANCE AUDITS FOR RECIPIENTS OF SPECIAL MUNICIPAL AID
SCOPE OF WORK FOR PERFORMING INTERNAL CONTROL AND STATUTORY/REGULATORY COMPLIANCE AUDITS FOR RECIPIENTS OF SPECIAL MUNICIPAL AID State of New Jersey Department of Community Affairs Division of Local Government
SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM
SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM BRIEF This Supplier Pre Qualification Questionnaire is provided for the following project types of ALARGAN PROJECTS: 1) Supply of Construction Materials 2)
Chapter 10 - Contract Completion
Chapter 10 - Contract Completion Construction Manual 1-1000 General This Chapter contains guidelines that are followed on projects inspected and administered by the Department and its construction engineering
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
NOTICE TO POTENTIAL BIDDERS
NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List
CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS
CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS On-Call Consultant List for Mechanical Engineering Services TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS PAGE NO. SECTION I PROJECT
Hiring and Working with. Contractors
Hiring and Working with Contractors Thank you for taking the time to learn more about hiring a contractor for your home repair or remodeling project. By taking the time to learn about the process of hiring
1.1 Identification This is the Subcontractor Management Plan, document number XYZ035, for the SYSTEM Z project.
A Sample contractor Management Plan 1.0 INTRODUCTION 1.1 Identification This is the contractor Management Plan, document number YZ035, for the SYSTEM Z project. 1.2 Purpose The contractor Management Plan
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK
GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK CITY OF GRAND PRAIRIE, TEXAS HOUSING AND NEIGHBORHOOD SERVICES COMMUNITY DEVELOPMENT (CDBG) DIVISION 205 WEST CHURCH GRAND PRAIRIE,
The following Terms and Conditions of Service apply to all products and services provided by 4C Creatives.
The following Terms and Conditions of Service apply to all products and services provided by 4C Creatives. All work is carried out by 4C CREATIVES on the understanding that the client has agreed to 4C
How To Get A Job At A University
UNDERGRADUATE 95-498 CONTENTS: 1. Undergraduate Internship Program Description 2. Application for an Undergraduate Intern Form 3. Internship Agreement Form 4. Letter to Placement Employers 5. Student Declaration
SEE ATTACHED E-MAILED DOCUMENTS
REQUEST FOR QUOTATIONS The Notice of Small Business Purchase Set-Aside on the reverse of this form (THIS IS NOT AN ORDER) is is not applicable. 1. SOLICITATION NO. 2. DATE ISSUED 3. REQUEST/PURCHASE REQUEST
WHS Contractor Management Procedure
Wudinna District Council 1. Overview Wudinna District Council as part of its commitment under its Policy recognises its obligation to: Ensure, so far as is reasonably practicable, the health and safety
ATTACHMENT 1: CONTRACTOR PAST PERFORMANCE REPORT CONSULTING SERVICES Note: Continuation sheets may be used if more space is required.
1. Consultant Name and Address: 2. MCA Entity: Country: Point of Contact (POC) 3. [ ] Final Report From: To: [ ] Interim Report From: To: Name: POC Position: 4. Contract Number: 8. Total Value of Base
Revised Work Scope Dated April 23 rd, 2015
Revised Work Scope Dated April 23 rd, 2015 2.4 SCOPE OF SERVICES The following combines the Scope of Services included in RFQ No. 671 dated March 12, 2015 and the Invitation to Interview letter dated March
Attachment 5 Electrical Engineering
A. Phase 1, Preliminary Design: The CONSULTANT shall: Attachment 5 Electrical Engineering 1. Ascertain the requirements for each project through a meeting with the Capital Projects Division Manager or
BOARD POLICY DJA: PROFESSIONAL/TECHNICAL SERVICE CONTRACTS
CARROLL COUNTY PUBLIC SCHOOLS ADMINISTRATIVE REGULATIONS BOARD POLICY DJA: PROFESSIONAL/TECHNICAL SERVICE CONTRACTS Administrative Procedures For Appointment of Architectural, Engineering and Construction
Wharton Construction Ltd. Quality Manual. Kellaw Road Yarm Road Business Park Darlington DL1 4YA
Quality Manual Kellaw Road Yarm Road Business Park Darlington DL1 4YA MANUAL IDENTIFICATION This document is a controlled/uncontrolled copy. Copy Number:...of... Issued to... Title... Holders of controlled
CHAPTER 7: SUBDIVISION CONSTRUCTION, INSPECTION AND BONDING. 7.05 Subdivision Improvement Performance Bond Requirements
CHAPTER 7: SUBDIVISION CONSTRUCTION, INSPECTION AND BONDING 7.00 Construction 7.01 Inspection and Testing of Improvements 7.02 Approval of Improvements 7.03 City Engineer s Acceptance of All Improvements
Project Implementation: Procurement & Contract Management. April 2012
& Contract Management April 2012 & Contract Management We would like to acknowledge the contribution of the Programme Management Department in the preparation of this presentation that will introduce some
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
Contract and Vendor Management Guide
Contents 1. Guidelines for managing contracts and vendors... 2 1.1. Purpose and scope... 2 1.2. Introduction... 2 2. Contract and Vendor Management 2.1. Levels of management/segmentation... 3 2.2. Supplier
REQUEST FOR ARCHITECTURAL SERVICES (RFS)
REQUEST FOR ARCHITECTURAL SERVICES (RFS) For the Development of three parcels into affordable housing: Highland Ave Site, 9 Manahan Street in Chelmsford and 173 Carlisle Rd. in Westford CHOICE Inc., an
REPORT 2016/035 INTERNAL AUDIT DIVISION
INTERNAL AUDIT DIVISION REPORT 2016/035 Audit of the use of consultants and individual contractors in the United Nations Stabilization Mission in Haiti Overall results relating to the effective hiring
Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1.
Page 1 of 8 1. INTRODUCTION 1.1 INTRODUCTION This is a Request for Bid (RFB). The format of this document must be followed throughout. 1.2 GENERAL INFORMATION Where the term City is used in the Request
THE CORPORATION OF DELTA ENGINEERING CONSULTANT PROJECT PROCEDURAL MANUAL
THE CORPORATION OF DELTA ENGINEERING CONSULTANT PROJECT PROCEDURAL MANUAL OCTOBER, 2013 TABLE OF CONTENTS 1. CHECKLIST PAGE NO. 2. CHECKLIST DETAILS A. Design Path 3 B. Property Acquisition 6 C. Outside
Contractors and Suppliers Code of Conduct. June 2013
Contractors and Suppliers Code of Conduct June 2013 Owner: Facilities, Maintenance and Property Manager Page 1 of 8 Table of Contents 1. Purpose of this Document... 3 1.1. Non Compliance with Code... 3
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
Purchase Order Terms and Conditions Beloit College
Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions
HOME IMPROVEMENT CONTRACT
HOME IMPROVEMENT CONTRACT YOU ARE ENTITLED TO A COMPLETELY FILLED-IN COPY OF THIS CONTRACT, SIGNED BY BOTH YOU AND THE CONTRACTOR BEFORE ANY WORK MAY BE STARTED. CONTRACTOR S NAME (as on record with DCA):
King Fahd University of Petroleum and Minerals
King Fahd University of Petroleum and Minerals Department of Construction Engineering and Management CEM 515 Project Quality Management Term Paper Procurement Quality Management In Construction Project
EMPLOYEE PERFORMANCE REVIEW INSTRUCTIONS AND FORM
EMPLOYEE PERFORMANCE REVIEW INSTRUCTIONS AND FORM The Employee Review process involves 5 steps: Step 1: No later than 7 days before the scheduled review, the Manager gives the Employee Action Plan Form
How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES
How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES www.stlouisco.com/procurement Buying and Contracting Records Management General Services Office
December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05
Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December
Request for Proposal. St. Andrew's Parish Parks & Playground Commission Bid Deadline: July 17, 2015 at 12 Noon
Request for Proposal For: High-Speed Internet Service MPLS Site to Site Network St. Andrew's Parish Parks & Playground Commission Bid Deadline: July 17, 2015 at 12 Noon Request for Proposal P a g e 2 Table
Facilities management Contractor Safety Guideline
TABLE OF CONTENTS 1. POLICY...2 2. PURPOSE...2 3. SCOPE...2 4. DEFINITIONS...2 5. FACILITIES MANAGEMENT CONSTRUCTION PROJECTS...3 5.1. GENERAL...3 5.2. JOB START SAFETY MEETING PREPARATION...3 5.3. GENERAL
