CONTRACTOR REPORT CARD

The City of New Orleans, Department of Public Works (DPW) has implemented monthly performance reviews of contractors as part of the invoicing process. Contractors will be rated on a scale between 1 and 5 on their performance in terms of site cleanliness, ability to provide and meet schedules, capacity to address in the field in accordance with the Department of Public Works General Specifications, etc. Ratings will have an impact on future contract awards. In an effort to be fully transparent about this process, the contractor's overall ratings are below and will be updated monthly. View a copy of the Vendor Performance Evaluation Form here

Vendor Report Card Summary
Range Description
3.51 - 5  Exceeds Standards
2.51 - 3.5 Meets Standards
1 - 2.5 Does Not Meet Standards
N/A No Active Construction Projects

EVALUATION CRITERIA

The evaluation provides an indication of the contractor's ability to implement a practical, accurate, complete, and cost conscious project in four separate categories. For each category, the contractor is rated a numerical score from 1 to 5, in accordance to the performance rating scale. Comments are provided to a contractor who did not meet standards.

The following scale is used to rank the level of contributions made by a contractor to the project.

 

5-3.51 - Exceeds Standards: Exceeded expectations, vendor is going above and beyond in service to the city.

3.5-2.51 - Meets Standards: Meets expectations, vendor is following the specifications and is on schedule.

2.5-1 - Does Not Meet Standards: Does not meet expectations, vendor did not meet contractual obligations.

N/A - Not Applicable: Field was not applicable for the period of review.

 

* An average score of 2.5 or below, on any project, triggers the Project Management Team to examine the Contractor’s score within each category and develop detailed recommendations on how to improve their rating for the next evaluation.

 

EVALUATION CATEGORIES

Project Management:

Plans were always current and present at the work site; Contractor did not willfully violate specifications; Contractor restored all damaged property to prior condition or better; Contractor took appropriate precautions to protect vegetation; Contactor abided all appropriate travel plans and truck routes; Contractor submitted all invoices in accordance with schedule.

Public Convenience:

Contractor submitted and followed traffic control plan for all blocks; Contractor coordinated with utility partners and avoided delays; Contractor did not impede garbage or mail access; Contractor engaged in appropriate noise control; Contractor engaged in appropriate dust control; Contractor installed all necessary signage; Contractor resolved community complaints in a timely manner; Fire & other vital facilities were not impeded; Contractor provided adequate access to resident driveways.

Quality Control:

Contractor followed appropriate salvage procedures for CDFs; Photographs clearly document work performed; All backup documentation was submitted with invoice; Materials met all appropriate standards; Contractor personnel were appropriately qualified and capable; Contractor’s coordination with testing was timely and professional; As-builts were provided.

Safety:

Contractor has and follows an updated & documented SWPPP; All work was in line with appropriate laws and ordinances; Contractor representative was on site at all times work was occurring; Contractor took appropriate precautions to ensure site safety; Contractor kept roadways clear of construction debris; Contractor engaged in appropriate storm preparations.

Timeliness & Schedule:

Work began within 10 days of NTP; Project was complete by date stipulated in contract; Contractor provided 48 hours advance notice of work & street closure; Contractor representative was available & responsive 24/7; Contractor immediately notified DPW/AE of all discrepancies; Contractor provided an updated schedule monthly; Contractor only worked during authorized days & times; Plan changes were accurate and timely.

 

*The DPW Leadership will meet one-on-one with Contractors who receive a score of 2.5 or below. This meeting will serve as a warning to the Contractor and will allow the two parties to establish a plan of action to get the Contractor back to meeting standards. There will be follow up meetings with the Contractor until the issues related to the project are resolved and the Contractor is once again meeting standards.

Construction Firm Overall Rating as of November 2023 Overall Rating as of September 2023 Overall Rating as of August 2023 Overall Rating as of July 2023 Overall Rating as of June 2023 Overall Rating as of May 2023 Overall Rating as of April 2023 Overall Rating as of March 2023 Overall Rating as of February 2023 Overall Rating as of January 2023 Overall Rating as of December 2022 Overall Rating as of November 2022 Overall Rating as of October 2022 Overall Rating as of September 2022 Overall Rating as of August 2022  Overall Rating as of July 2022 Overall Rating as of June 2022 Overall Rating as of May 2022

Barriere Construction Company LLC

  3.07 3.26 2.90 3.13     2.84 3.02 3.02 3.90 3.24 3.90 3.03   3.03 3.03 3.03

Beverly Construction LLC

      3.00     3.00 3.00       2.86 2.90 3.03 3.03 3.03 3.15 3.00
Boh Bros Construction Company LLC       2.94 3.60 2.89 3.10 2.94 3.00 2.93 3.36 3.19 2.93 3.07 3.05 3.15 3.13 3.14

Command Construction Industries LLC

2.40   2.23 2.40 2.50 2.35 2.26 1.83 2.01 1.93 2.19 2.19 2.16 2.31 2.55 2.43 2.51 2.46

Cycle Construction LLC

      4.45 4.45 4.03 3.00 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Durr Heavy Construction LLC

      1.89 1.89 1.96 2.04   2.25 3.43 3.60   3.55 2.53 2.82 3.25 2.97 3.09

Fleming Construction Company LLC

3.02 3.77 3.04 3.04 3.04   3.04 3.09 3.00 3.10 3.12 3.12 3.00 3.17 3.00 3.23 3.27 3.19

Hard Rock Construction LLC

3.00 2.95 2.87 2.90 2.80 2.90 3.13 3.55 3.17 3.29 3.23 2.98 2.96 2.97 3.08 3.08 3.54 3.08
Infinity Construction and Trucking, LLC             3.00     2.94 2.79   3.02 3.00     3.30  

Jack Harper Contractor

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A
McCoy Group   4.40             4.37   N/A N/A N/A N/A N/A N/A N/A N/A
Murphy Pipeline Contractors, LLC     3.74       4.00 4.00 3.62 2.67 4.01   N/A N/A N/A N/A N/A N/A

The Three C's Propertiec Inc.

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

TKTMJ

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Palmisano Construction

2.94 2.90 2.95 2.85 2.90 2.97 2.95 2.98 2.95 2.83 2.88   3.08 3.01 2.93 3.00 3.04 3.03

Pavement Markings, LLC

N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A

Roubion Roads & Streets LLC

3.00 3.00 2.66 2.66 3.00 3.00 3.12 3.12 2.64 3.39 2.77 3.19 2.77 3.38 3.07 2.85 3.13 3.05

Wallace C. Drennan LLC

3.00 2.38 2.40 2.88 2.40 3.33 2.38 3.18 2.76 2.85 2.83 3.13 3.05 2.86 2.57 3.10 3.14 3.05

*View ratings for active construction projects.

 

engineering firms

Design Consultants

  • AECOM Technical Services
  • AIMS Group
  • All South Consulting Engineers
  • Arcadis Design & Consultancy
  • Atkins North America
  • BCG Engineering and Consulting
  • Barowka & Bonura
  • Batture
  • Buchart Horn
  • Burk-Kleinpeter, Inc.
  • C&S Consultants
  • CDM Smith
  • CH2M
  • CSRS/HDCA
  • Chester Engineers
  • Design Engineering
  • Digital Engineering
  • ECM Consultants Inc
  • EJES
  • Evans-Graves Engineers
  • Fenstermaker (C.H.) & Associates
  • GEC
  • Gaea Consultants
  • Green Point Engineering
  • HNTB Corporation
  • Hartman Engineering
  • ILSI Engineering
  • IMS Engineers
  • ITS Regional
  • Infinity Engineering Consultants
  • Jacobs Project Management Company
  • Julien Engineering & Consulting
  • Kyle Associates
  • Linfield, Hunter, and Junius
  • MSMM Engineering
  • Meyer Engineers, Ltd.
  • Mott MacDonald
  • Neel-Schaffer
  • Phoenix Global
  • Pinnacle Engineering
  • Pivotal Engineering
  • Principal Engineering
  • Professional Engineering Consultants (PEC)
  • Rahman & Associates
  • Richard Lambert Consultants
  • Royal Engineers & Consultants
  • Schrenk, Endom & Flanagan
  • Stanley Consultants
  • Stantec
  • Stuart Consulting Group
  • Trigon Associates
  • Urban Systems
  • Volkert
  • Waggoner Engineering

Geotechnical Engineering & Material Testing Services

  • APS Design and Testing
  • Ardaman & Associates
  • Eustis Engineering
  • Fugro Consultants
  • Gulf South Engineering
  • Kenall Inc.
  • Professional Service Industries, Inc.
  • Southern Earth Sciences
  • Stratum Engineering LLC
  • Terracon Consultants
  • The Beta Group
  • Tolunay-Wong Engineers

 


Looking for work?

The City of New Orleans and the Sewerage & Water Board are hiring.

Find jobs with the City

Find jobs with S&WB

Connect to First Source


 

Contact us

You can contact us directly at roadwork@nola.gov
or by phone at (504) 658-ROAD (7623).