EXPIRED

  PUBLIC NOTICE

MORGAN CITY HARBOR AND TERMINAL DISTRICT

 

VISUAL & ELECTRONIC TRANSMISSION SYSTEM PROCUREMENT AND INSTALLATION

Sealed proposals for the following project will be received by the Morgan City Harbor and Terminal District (“District”), P. O. Box 1460, 800 Youngs Road, Morgan City, Louisiana, until 12:00 noon on May 16, 2013, at the District’s 800 Youngs Road Administrative Office, at which time and place proposals will be publicly opened and read.  No proposals will be reviewed after 12:00 noon on May 16, 2013.

 PROJECT:                   VISUAL & ELECTRONIC TRANSMISSION SYSTEM PROCUREMENT ANDINSTALLATION

 

        LOCATED IN:                                   Morgan City, St. Mary Parish, Louisiana

 

        CONTRACTING AGENCY:             Morgan City Harbor and Terminal District

 

                                                                        P. O. Box 1460

 

                                                                        800 Youngs Road

 

                                                                        Morgan City, Louisiana   70381

 

                                                                        (985) 384-0850

 

This project is considered to be security sensitive and all parties involved must maintain a reasonable level of security to protect the interest of the District.  In compliance with LSA R.S. 44:3.1 and other pertinent laws, potential vendors must sign the District’s Non-Disclosure Agreement (NDA) prior to receiving any project or bid documentation.  The NDA will be available online at www.centralauctionhouse.com and at the District’s Office, 800 Youngs Road, Morgan City, Louisiana 70380, (985) 384-0850 or via email request to This email address is being protected from spambots. You need JavaScript enabled to view it.This email address is being protected from spambots. You need JavaScript enabled to view it..  The executed NDA must be submitted to Michael Knobloch, Fiduciary Agent at This email address is being protected from spambots. You need JavaScript enabled to view it.This email address is being protected from spambots. You need JavaScript enabled to view it., or at the above address.

 

Upon receipt of the NDA by the District, the request for proposal will be made available to any potential vendor.  Bid or project documentation can also be viewed, downloaded and submitted online at:  https://www.centralauctionhouse.com/rfp.php?cid=60.

 

The District reserves the right to reject any and all proposals and to make awards as the District might elect.  The award of a contract, if awarded, will be made to the most advantageous proposal whose proposal complies with all technical requirements prescribed, within 7 calendar days after opening proposals.  The successful vendor will be notified in writing at the address shown on the proposal that the bidder is awarded the contract.

 

On projects involving federal funds, the award of contract may also be contingent upon concurrence by the appropriate federal agency.  

 

Jerry L. Hoffpauir, Executive Director/s/

Morgan City Harbor and Terminal District   

________________________________________________________________________________________________________

 
EXPIRED


NOTICE TO CONTRACTORS

 

 

Parking Lot Improvements

Morgan City Harbor and Terminal District

Morgan City, Louisiana

 

 

Sealed proposals for parking lot improvements for the Morgan City Harbor and Terminal District Office Building will be received by the Board of Morgan City Harbor and Terminal District until 11:00 a.m., local time on Wednesday, November 9, 2011, at 800 Youngs Road, Morgan City, Louisiana, 70380, at which time and place said proposals will be publicly opened and read aloud.  Any proposal received after the announced closing time will be returned unopened.

 

All proposals must be submitted in a sealed envelope bearing the Bidder's name, address and State Contractor’s license number and must be addressed as follows:

 

PROPOSAL:      Parking Lot Improvements

Morgan City Harbor and Terminal District

Morgan City, Louisiana

 

LICENSE NO.____________________________

 

Failure to have the license number on the envelope will be cause for not opening the proposal.

 

Bid documents will be posted on www.centralauctionhouse.com/rfp.php?cid=60http. To view these, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH).  Vendors/Contractors will have the option to submit their bids and bid bonds electronically or by paper copy.  Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.

 

Bids received prior to the time of the scheduled bid opening will be securely kept unopened.  No bid received after the scheduled time for opening will be considered.  Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise.  Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened.  Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.

 

Project Description:  Work on which Base Bid proposals are invited consists of the construction of a 6” thick portland cement concrete parking lot above 2” thick granular sand base together with pavement striping, site grading, parking bumpers, curbing, drainage structures and other items of work  in connection therewith.  An Alternate No. 1 Bid consists of a parking canopy along the west and south parking lots.

Proposals must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the contract documents.  Proposal sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature.  Contractors desiring to bid shall submit to the Engineer evidence that they hold license for BUILDING CONSTRUCTION AND/OR HIGHWAY, STREET AND BRIDGE CONSTRUCTION that is in full force and effect.

 

Every bid submitted shall be accompanied by a proposal guaranty in the form of a certified check, cashier’s check or bid bond in an amount of not less than five percent (5%) of the total amount bid and shall be made payable to Morgan City Harbor and Terminal District.  All bid bonds shall be accompanied by a duly authorized power of attorney and shall be guaranteed by a surety or insurance company currently on the U. S. Department of Treasury Financial Management Service list of approved bonding companies or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A. M. Best’s Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.

 

A pre-bid conference at which the scope of the project, contract time, and other requirements of the bidding and contract documents may be discussed, or any other special requirements for the project which may be discussed with prospective bidders, will be held at the office of Morgan City Harbor and Terminal District on Thursday, October 27, 2011 at 10:00 a.m., local time.  A tour of the project site will be conducted immediately following the Pre-Bid Conference.  All bidders are encouraged to attend the Pre-Bid Conference and the project tour.

 

If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:2212(A)(1)(C) or LA R.S. 38:2212(O).

 

A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.  In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.

 

The plans, specifications, and proposal forms may be obtained from Providence/GSE, GSE Associates, LLC, 991 Grand Caillou Road, Houma, Louisiana, 70363.  In accordance with Louisiana Public Bid Law, prime bidders shall be charged a deposit of $100.00 and, upon return of the plans and specifications in good condition within ten (10) days from the bid date, shall be refunded the full deposit.  All other persons requesting plans and specifications shall pay a deposit of $100.00 and shall be refunded the remainder from the cost of reproduction ($50.00) upon return of the plans and specifications in good condition within ten (10) days from the bid date.  The cost of mailing, if required, shall be billed separately for an additional non-refundable $10.00 charge.

 

Successful bidders must register with the St. Mary Parish Sales and Use Tax Department for use tax purposes.  To the extent permitted by applicable state and federal laws and regulations, the OWNER reserves the right to reject any and/or all proposals for just cause.

 

THUS DONE on the 12th day of September, 2011.

 

 

/s/ Jerry Gauthier

Jerry Gauthier, President

Morgan City Harbor and Terminal District

 

 

PUBLISH (3):

 

October 10, 2011

October 17, 2011

October 24, 2011


____________________________________________________________________________________________________ 


EXPIRED

NOTICE TO CONTRACTORS
MORGAN CITY HARBOR AND TERMINAL DISTRICT
BOAT LAUNCH CONSTRUCTION 

 

 

Sealed bids for the construction of the following project will be received by the Morgan City Harbor and Terminal

District, 800 Youngs Road, Morgan City, Louisiana 70380 until 2:00 PM on Tuesday, October 18, 2011, at which time bids will be publicly opened and read. Bids will not be accepted after 2:00 PM.


PORT IMPROVEMENTS TO:
MORGAN CITY HARBOR AND TERMINAL DISTRICT BOAT LAUNCH- CONSTRUCTION

 

LOCATED IN: MORGAN CITY, ST. MARY PARISH, LOUISIANA

 

TYPE OF CONSTRUCTION: CONSTRUCTION OF A BOAT LAUNCH AND ASSOCIATED STRUCTURES (INCLUDES REQUIRED EARTHWORK, ENGINEERING AND DESIGN OF REQUIRED UTILITIES, AND CONSTRUCTION OF REQUIRED UTILITIES)

 

CONTRACTING AGENCY: MORGAN CITY HARBOR AND TERMINAL DISTRICT

800 YOUNGS ROAD

MORGAN CITY, LOUISIANA 70380

 

ENGINEER’S OPINION

OF COST: $350,000.00

 

PROPOSAL GUARANTY: 5% OF THE AMOUNT OF BID

PAYABLE TO THE MORGAN CITY HARBOR AND TERMINAL DISTRICT

 

PROJECT MANAGER

AND ENGINEER: WESTON SOLUTIONS, INC.

4324 SOUTH SHERWOOD FOREST BOULEVARD

SUITE B100

BATON ROUGE, LOUISIANA 70816

PHONE (225) 297-5402

 

ENGENSUS

9191 SIEGEN LANE

BUILDING 6, SUITE A

BATON ROUGE, LOUISIANA 70810

PHONE (225) 246-8206

 

 

Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with

Section 2 of the 2009 Edition of the Louisiana Department of Transportation and Development Office of Public Works and Intermodal Transportation General Provisions and must include all of the information required by the bid form. Bid forms are available from the Project Manager and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.

 

The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.

 

 

 

 

Plans and specifications may be seen at the Project Manager’s office. Plans may be obtained from the Project Manager upon payment of $100.00. In accordance with R.S. 38:2212 A(1)(e), deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.

 

The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.

 

The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.

 

On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.

 

On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate

State agency.

 

Bids can also be viewed, downloaded, and submitted online at: https://www.centralauctionhouse.com/rfp.php?cid=60

 

The Morgan City Harbor and Terminal District reserves the right to reject any and all bids, adjust quantities by increasing or decreasing, and to waive all informalities.

 

 

 

Jerry Hoffpauir

Executive Director

Morgan City Harbor and Terminal District

 

Adv.:     September 19, 2011

September 27, 2011

October 5, 2011

 

 

EXPIRED

 

 

PUBLIC NOTICE TO BIDDERS

MORGAN CITY HARBOR AND TERMINAL DISTRICT

 

SALE OF SURPLUS MANITOWOC CRANE

 

TAKE NOTICE, that the Morgan City Harbor and Terminal District (“District”) will accept sealed bids until 10:00 a.m., MARCH 21, 2011, for the sale of the following surplus property:

Manitowoc Model 4100S-2 (S/N 41908) - container handling crane (“Property”)

All bids must be delivered to the Morgan City Harbor and Terminal District, 800 Youngs Road, P.O. Box 1460, Morgan City, La. 70380, clearly marked “SEALED BID”.  Bids will be opened and read aloud at the time stated above.

All successful bidders must have cash, certified check or cashier’s check from a solvent bank, savings and loan association or other such financial institution authorized to do business in the State of Louisiana and full payment must be made on the date of sale.

No bids will be accepted for a portion of the Crane (all or none bids only).  Crane is to be sold “AS IS”, WHERE IS, WITH ALL FAULTS, DEFECTS, OR HAZARDS, AND WITH NO WARRANTIES EXPRESSED OR IMPLIED AS TO MERCHANTABILITY OR FITNESS WHATSOEVER AND WITHOUT RECOURSE. Surplus Crane, now located on property leased to Cenac Offshore, L.L.C. (“Cenac”), 800 Youngs Road, Morgan City.  All activities associated with loading and transporting of Crane from the Cenac’s 800 Youngs Road facility are subject to Cenac's safety policies and requirements.  The successful bidder must remove said Crane, within fourteen days of acceptance of bid by District.  Sufficient lay down area will be provided for disassembly will be provided.  For each day that the Crane remains at Cenac’s Facility, 800 Youngs Road, Morgan City after the fourteenth day, there will be an additional charge of $250 per day.

The Morgan City Harbor and Terminal District reserves the right to reject any and all bid(s) and the right to waive informalities.

.For more information and/or to make an appointment to inspect the Crane, please call 985-384-0850 or send e-mail requests to This email address is being protected from spambots. You need JavaScript enabled to view it..

 

Adv.    February 18, 2011

February 23, 2011

BID FORM

 

PROPOSAL OF:         

BIDDER

 

 

ADDRESS

 

 

PHONE NUMBER

 

 

FAX NUMBER

 

Sale of Surplus Manitowoc Crane

 

TO:      Board of Commissioners

Morgan City Harbor and Terminal District

P.O. Box 1460

Morgan City, LA  70381

 

GENTLEMEN:

The undersigned as Bidder declares that he has (or they have) carefully examined the listed Crane, at its present location, and that he (or they) proposes and agrees, if this proposal is accepted, to provide all necessary tools, apparatus, equipment and other means necessary to remove the Crane specified in the contract, in the manner and time therein prescribed and that he (or they) hereby proposes to pay as full compensation therefore, to the Morgan City Harbor and Terminal District (District), the amount of the base price herein quoted for the surplus Manitowoc crane, which is listed in Section 2.

 

TOTAL AMOUNT BASE QUOTATION

 

 DOLLARS

 

 CENTS             $ 

 

The District will evaluate the quotations on the basis of the highest responsive quotation.  The District also reserves the right to reject all quotations.

 

Bidder acknowledges that sufficient funds are available to complete the contemplated sale within twenty-four hours of notice of acceptance of bid.

 

 

IN TESTIMONY WHEREOF, the Bidder has hereunto affixed his legal signature this   day of March, 2011.

 

FIRM NAME: __________________________________________

 

BY:____________________________________________

(SIGNATURE)

____________________________________________

(TITLE)

 

ADDRESS:_____________________________________________

 

If Bidder is a Corporation:

 

STATE OF INCORPORATION: _____________________________

ATTEST-CORPORATE SECRETARY:

 

NAME: _______________________________________________

 

SIGNATURE: __________________________________________

 

A CORPORATE RESOLUTION IS TO BE SUBMITTED AS PART OF THE PROPOSAL-  If the firm bidding is a Corporation, attach a copy of resolution authorizing the signing of proposal with certificate of corporation secretary.

 

If Bidder is a limited liability company:

STATE OF ORGANIZATION: _____________________________

ATTEST-COMPANY MANAGER:

 

NAME: _______________________________________________

 

SIGNATURE: __________________________________________

 

A CERTIFICATE OF AUTHORITY IS TO BE SUBMITTED AS PART OF THE PROPOSAL -  If the firm bidding is a limited liability company, attach a copy of certificate of authority authorizing the signing of proposal by appropriate company individual(s), member(s) and/or manager(s), to certify authority.

 

 

(FOR BIDDING)

 

 

C O R P O R A T E   R E S O L U T I O N

 

BE IT RESOLVED by the Board of Directors of ____________________________________, in a meeting duly assembled, that ____________________________________ (Name), _________________________ (Title), of the Corporation, be, and he is hereby authorized, empowered and directed for and on behalf of the Corporation to negotiate for and sign any and all bid proposals and/or contracts which this Corporation might enter into for the purchase of the Manitowoc Crane for the Corporation under such terms, conditions and stipulates, and for such consideration as he might deem to the best interest of the Corporation.

 

* * * * * * * * * * * *

 

I,________________________________________(Name), Secretary of _______________________________, do hereby certify that the above and foregoing is a true and correct copy of a Resolution unanimously adopted at a meeting of the Board of Directors of said Corporation held on the ______  day of __________________, 2011, at which meeting all members of the Board of Directors were present and voted thereon and that said Resolution has been spread upon the minute books of the Corporation, and same is now in full force and effect.

 

WITNESS MY SIGNATURE this _____ day of March, 2011, at _______________________.

 

______________________________

Secretary

 

 

 

 

SECTION 1

 

GENERAL CONDITIONS

 

 

1.1       BIDDER acknowledges: (i) receiving bid package, (ii) full understanding of the bid package and (iii) agrees to be bound by the conditions therein specified.

 

1.2       Bidder accepts property is being sold “AS IS”, WHERE IS, WITH ALL FAULTS, DEFECTS, OR HAZARDS, AND WITH NO WARRANTIES EXPRESSED OR IMPLIED AS TO MERCHANTABILITY OR FITNESS WHATSOEVER AND WITHOUT RECOURSE.  Bidder acknowledges that he has inspected the said property and that District has made no representations that said goods are fit for Bidder's specific intended uses or for use in any other particular manner.

 

1.3       Bidder relinquishes any and all rights, claims, and causes of action of any kind whatsoever as might arise in favor of Bidder as against District for loss of or damage to property, including but limited to economic loss, for bodily or personal injury, disease or death caused by or in any way connected with the use, malfunction, or dangerous condition of or defect in said goods, whether such right, claim, or cause of action be based in tort (including, but not limited to, negligence, strict liability in tort, products liability or other fault) or in contract (including, but not limited to breach of warranty, expressed or implied). Bidder shall defend, indemnify, and hold harmless District, its commissioners, officers, employees, and agents to the fullest extent permitted by law against any and all claims and causes of action of any kind whatsoever, whether based in tort, contract (including, but not limited to breach of warranty) or any other legal theory of recovery, as may be brought against District for any loss, damage, injury, disease, or death caused or allegedly caused by the existence, use, malfunction, or dangerous condition of or defect in said goods.

 

1.4       Bidder shall give warning of any possible hazards to any and all parties to whom Bidder resells or relinquishes the goods or whom Bidder can reasonably foresee may be exposed to such hazards.

 

1.5       Bidder agrees that he is responsible for all loading, handling and transportation of said Crane from Cenac’s facility at 800 Youngs Road, Morgan City, Louisiana.

 

1.6             It is the intent of this bid that all materials shall be completely removed within 14 days of acceptance of bid by the District.  Bidder acknowledges that for each day that the Crane remains at Cenac’sFacility, 800 Youngs Road, Morgan City after the fourteenth day from acceptance of its bid by the District, there will be an additional charge of $250 per day.

 

 

SECTION 2

 

Manitowoc Model 4100S-2 (S/N 41908) - container handling crane

 

Machine is specifically designed and equipped for container operation which includes the following:

•                 Cummins diesel engine with two Twin Disc torque converters

•                 130’ No. 22A container handling boom

•                 33’ tower and backstay provides an elevated boom hinge of 40’

•                 Elevated operator’s cab provides 43’ high eye level

•                 Hydraulic tagline system allows for rotation or in-haul of containers

•                 Onan diesel light plant with upperworks and boom lights for night time operation