City of Brantford Vendor Performance Scorecard for Consultant Services



Similar documents
Vendor Performance Evaluation Requirements

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

CITY OF STARKE. Project #

Design-Build Mississippi Gate Additional Lane

REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR PERFORMANCE EVALUATION FOR SERVICES & CONSTRUCTION

Vendor Management Program

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT

Consultancy Services Proposal

CONTRACT FOR PROJECT MANAGEMENT SERVICES (Green Repair Program)

This procedure should be read in conjunction with the Purchasing By-Law , as amended from time to time.

ISO 9001: 2008 Construction Quality Management System Sample - Selected pages (not a complete plan)

CONTRACTOR GUIDELINES

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

Replacement of Heat System Components

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

Division of Capital Asset Management Standard Designer Evaluation Forms for Public Agencies

No - one single database for all modules

Construction Management Standards of Practice

GENERAL CONTRACTOR PRE-QUALIFICATION FOR PERIOD ENDING DEC 2017

CSC-DIVISION 1-MASTER SECTIONS Description

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW)

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

CONTRACTOR PERFORMANCE SYSTEM PROCEDURAL DOCUMENT. Revision date: May 25, 2015

Safety Management Program

Project Management Agreement

Request for Proposal For Document Management System

AUSTIN INDEPENDENT SCHOOL DISTRICT INTERNAL AUDIT DEPARTMENT CONSTRUCTION AUDIT PROGRAM

Work Breakdown Structure Element Dictionary Construction

GOVERNMENT OF INDIA DIRECTORATE OF PURCHASE & STORES GENERAL CONDITIONS OF ALL CONTRCTS SPECIAL CONDITIONS OF CONTRACT

UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL

ENGINEERING AND CONSTRUCTION BULLETIN

Contractor Safety Program Office of Environmental Health and Safety University of Toronto

1 OF 7. there will be few "surprises" as the work progresses.

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

Fire Damage Repairs, 2510 Burton Street

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

Project Management Procedures

Lumous standard terms and conditions web design and development

Haysville USD #261 Employee Performance Review System Analyst I

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Stated below are the SCIRE activity level control objectives for purchasing and accounts payable.

RFP Project Management Office Services for the North of Shellard Sports Campus/Recreation Complex Phase One. ADDENDUM No.

Code of Practice. for Inspecting and Certifying Buildings and Works. Building Control Regulations 2014

Terms of Reference for Establishing Online Monitoring Software of RSC Performance

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

Supplier Performance Management Guide

OUTSOURCING DUE DILIGENCE FORM

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

SCOPE OF WORK FOR PERFORMING INTERNAL CONTROL AND STATUTORY/REGULATORY COMPLIANCE AUDITS FOR RECIPIENTS OF SPECIAL MUNICIPAL AID

SUPPLIER PREQUALIFICATION QUESTIONNAIRE FORM

Chapter 10 - Contract Completion

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

NOTICE TO POTENTIAL BIDDERS

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS

Hiring and Working with. Contractors

1.1 Identification This is the Subcontractor Management Plan, document number XYZ035, for the SYSTEM Z project.

KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK

The following Terms and Conditions of Service apply to all products and services provided by 4C Creatives.

How To Get A Job At A University

SEE ATTACHED ED DOCUMENTS

WHS Contractor Management Procedure

ATTACHMENT 1: CONTRACTOR PAST PERFORMANCE REPORT CONSULTING SERVICES Note: Continuation sheets may be used if more space is required.

Revised Work Scope Dated April 23 rd, 2015

Attachment 5 Electrical Engineering

BOARD POLICY DJA: PROFESSIONAL/TECHNICAL SERVICE CONTRACTS

Wharton Construction Ltd. Quality Manual. Kellaw Road Yarm Road Business Park Darlington DL1 4YA

CHAPTER 7: SUBDIVISION CONSTRUCTION, INSPECTION AND BONDING Subdivision Improvement Performance Bond Requirements

Project Implementation: Procurement & Contract Management. April 2012

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

Contract and Vendor Management Guide

REQUEST FOR ARCHITECTURAL SERVICES (RFS)

REPORT 2016/035 INTERNAL AUDIT DIVISION

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November

THE CORPORATION OF DELTA ENGINEERING CONSULTANT PROJECT PROCEDURAL MANUAL

Contractors and Suppliers Code of Conduct. June 2013

RFP ADDENDUM NO. 1

Purchase Order Terms and Conditions Beloit College

HOME IMPROVEMENT CONTRACT

King Fahd University of Petroleum and Minerals

EMPLOYEE PERFORMANCE REVIEW INSTRUCTIONS AND FORM

How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F

Request for Proposal. St. Andrew's Parish Parks & Playground Commission Bid Deadline: July 17, 2015 at 12 Noon

Facilities management Contractor Safety Guideline

Transcription:

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

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, emails, 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, emails, 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

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.

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, emails, deficiency notices or photographs to this evaluation sheet. CONTRACTOR SIGNATURE AND PRINTED NAME REQUIRED BELOW Contractor Name: 0 Contractor's Representative: Contractor Acceptance

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, emails, 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.

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

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, emails, 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, emails, 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