QUALITY OF PERFORMANCE OF CONTRACTOR Sample Clauses
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of this Agreement to ensure that the Contractor provides a high quality level of Solid Waste and Recycling Collection services. To this end, all complaints received by the Department, and reported to the Contractor shall be promptly resolved pursuant to the provisions of Section 18 of this Agreement. Complaints shall not include customer informational requests or Recycling Container requests. The Contract Administrator may levy an initial fine of $100.00 per incident administrative charge and may compound up to $500.00 per incident administrative charges for improper and insufficient actions related to any service required by this Agreement including, but not limited to:
1. Throwing of Garbage Cans or Recycling Containers.
2. Failure to collect Recyclable Materials, Solid Waste, or Vegetative Waste on schedule.
3. Failure to replace Garbage Cans, Containers and Recycling Containers to the point of Collection.
4. Failure to provide the Department, in a timely manner, any reports, documents, or information required by this Agreement.
5. Charging a customer for the disposal of Recyclables, unless the County charges a tipping fee at the Materials Recycling Facility.
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of this Agreement to ensure that the Contractor provides high quality services. The following constitute violations of this Agreement that have negative impacts on the Authority and the public, the costs of which are not reasonably quantifiable, and are subject to liquidated damages and potentially loss of Franchise. The parties readily acknowledge that given the nature of the subject matter and performance required under this Agreement, the actual amount of damages, if any, that may be assessed is not able to be determined at the time of execution of this Agreement.
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of this Agreement to ensure that the Contractor provides a high-quality level of Solid Waste and Recycling Collection services. To this end, all complaints received by the Department, and reported to the Contractor shall be promptly resolved pursuant to the provisions of Section 18 of this Agreement. Complaints shall not include customer informational requests or Recycling Container requests. The Contract Administrator may levy an initial fine of a
1. Throwing of Garbage Cans or Recycling Containers.
2. Failure to collect Recyclable Materials, Solid Waste, or Vegetative Waste on schedule.
3. Failure to replace Garbage Cans, Containers and Recycling Containers to
4. Failure to provide the Department, in a timely manner, any reports, documents, or information required by this Agreement.
5. Charging a customer for the disposal of Recyclables unless the County charges a tipping fee at the Materials Recycling Facility.
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of the City to ensure that Contractor provides quality Collection services. To this end, all complaints shall be promptly resolved pursuant to the provisions of this Agreement. In the event legitimate complaints, as determined by the Contract Administrator, exceed two (2%) percent of Contractor’s total customers within its Residential Service Area during any applicable fiscal year, or one-half of one percent (.5%) of Contractor’s total customers within its Residential Service Area during any one calendar month, the Contract Administrator may levy administrative charges of $100.00 per incident for those actions related to service as listed below. There shall be $25.00 per occurrence per day administrative charge assessed against Contractor for failure to appropriately respond to a failure to pick up allegation within twenty-four (24) hours of verbal notification by the City or the consumer of the failure to pick up.
1. Failure to clean up spillage caused by Contractor.
2. Failure to replace damaged Containers in the required time-period (forty-eight (48) hours except for Sundays or holidays.
3. Failure to replace Containers in designated location, crossing planted areas, or similar violations.
4. Failure to repair damage to customer property. The Contract Administrator may also levy administrative charges for all other infractions of this Agreement in an amount of $100.00 per day per incident without regard to the percentage of customer complaints including:
1. Failure to maintain equipment in a clean, safe and sanitary manner.
2. Failure to have vehicle operators properly licensed.
3. Failure to maintain office hours as required by this Agreement.
4. Failure to maintain and/or submit to the City all documents and reports required under the provisions of this Agreement.
5. Failure to properly cover materials in Collection vehicles.
6. Failure to display Contractor’s name and phone number on Collection vehicles.
7. Failure to comply with the hours of operation as required by this Agreement. The administrative charge for failure or neglect to complete each route on the regular scheduled pick-up day shall be $1,000.00 per route for each day the route is not completed. The administrative charge may be waived at the sole discretion of the Contract Administrator in the event of unusual or extraordinary circumstances. Changing route days without proper notification will result in an administrative charge of $1,000.00 per incident. Failure to deliv...
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of this Agreement to ensure that the Contractor provides a high quality level of Solid Waste and Recycling Collection services. To this end, all complaints received by the Department, and reported to the Contractor shall be promptly resolved pursuant to the provisions of Section 18 of this Agreement. Complaints shall not include customer informational requests or Recycling Container requests. The Contract Administrator may levy an initial fine of $100.00 per incident administrative charge and may compound up to $500.00 per incident administrative charges at the County discretion for repeat service failures at the same location for improper and insufficient actions related to any service required by this Agreement including, but not limited to:
1. Throwing of Garbage Cans or Recycling Containers.
2. Failure to collect Recyclable Materials, Solid Waste, or Vegetative Waste on schedule.
3. Failure to replace Garbage Cans, Containers and Recycling Containers to the point of Collection.
4. Failure to provide the Department, in a timely manner, any reports, documents, or information required by this Agreement.
5. Charging a customer for the disposal of Recyclables, unless the County charges a tipping fee at the Materials Recycling Facility.
QUALITY OF PERFORMANCE OF CONTRACTOR. 21 17.01 Intent. CONTRACTOR acknowledges and agrees that among CITY’s 22 primary goals in entering into this Agreement are to ensure that the SFD Recycling 23 Services are of the highest caliber, that Service Recipient satisfaction remains at the 24 highest level, that maximum diversion levels are achieved, and that materials collected are 25 put to the highest and best use to the extent possible.
QUALITY OF PERFORMANCE OF CONTRACTOR. 1280 16.01 Intent. CONTRACTOR acknowledges and agrees that one of CITY’S primary 1281 goals in entering into this Agreement is to ensure that the Collection Services are of the highest 1282 caliber, that Service Recipient satisfaction remains at the highest level, that maximum diversion 1283 levels are achieved, and that materials collected are put to the highest and best use to the 1284 extent feasible.
QUALITY OF PERFORMANCE OF CONTRACTOR. It is the intent of this Agreement to ensure that the Contractor provides a high quality level of MRF operations, maintenance, and marketing services. To this end, any performance issues identified by the County and reported to the Contractor shall be promptly resolved as further described in this Article.
QUALITY OF PERFORMANCE OF CONTRACTOR. 24 18.01 Intent. CONTRACTOR acknowledges and agrees that among CITY’s 25 primary goals in entering into this Agreement are to ensure that the services are of the 26 highest caliber, that Service Recipient satisfaction remains at the highest level, that 27 maximum diversion levels are achieved, and that materials collected are put to the 28 highest and best use to the extent possible.
QUALITY OF PERFORMANCE OF CONTRACTOR