STATE PROJECT NO 578-51-0028 (322) PORT IMPROVEMENTS YOUNGSWOOD SITE DEVELOPMENT BUILDINGS (PHASE 2 OF SPN 578-51-0028)
Louisiana > Morgan City Harbor & Terminal District
Sealed Bid: 39536904
Listing Information/Advertisement:


NOTICE TO CONTRACTORS











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 Wednesday April 21, 2010, at which time bids will be publicly opened and read. No bids will be received after 2:00 PM







STATE PROJECT NR: 571-51-0028 (322)



PORT IMPROVEMENTS TO: YOUNGSWOOD SITE DEVELOPMENT - BUILDING



LOCATED IN: ST. MARY



TYPE OF CONSTRUCTION: BUILDINGS AND SITE DEVELOPMENT (EARTHWORK, UTILITIES, PAVING, AND FENCING).



CONTRACTING AGENCY: MORGAN CITY HARBOR AND TERMINAL DISTRICT



800 YOUNGS ROAD



MORGAN CITY, LOUISIANA 70380



ESTIMATED COST: $5,600,000 - $5,900,000



PROPOSAL GUARANTY: 5% of the Amount of Bid



Payable to Morgan City Harbor and Terminal District



ENGINEER: DUPLANTIS DESIGN GROUP, P.C.



314 EAST BAYOU ROAD THIBODAUX, LOUISIANA 70301 (985) 447-0090 Phone







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 the information required by the bid form. Bid forms are available from the Engineer 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 Engineer's office. Plans may be obtained from the Engineer 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 state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of 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 by 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. March 26, 2010



April 8, 2010



April 14, 2010

Issued April 14, 2010
ADDENDUM #2
This Addendum is hereby made a part of the contract documents to the same extent as though it was originally included therein. This addendum must be acknowledged in the Bid Form.
TO ALL BIDDERS FOR FURNISHING LABOR, EQUIPMENT AND MATERIALS NECESSARY AND REQUIRED FOR:
PORT IMPROVEMENTS TO YOUNGSWOOD SITE DEVELOPMENT BUILDINGS
101 Youngswood Rd
Morgan City, LA – St. Mary Parish
ARCHITECT’S PROJECT NUMBER: 09-199A
MISCELLANEOUS CHANGES, ADDITIONS AND CORRECTIONS:
1. See attached “Pre-Bid Conference” Sign in Sheet.
2. “Bumpers” are to be installed on each 20 ton crane frame to prevent two cranes from being within one 25 bay of the Fabrication Building at one time.
3. Contractor is to provide and install two 20 ton cranes with one (1) hoist per crane.
4. Contractor is to obtain and pay for the building permit.
CHANGES, ADDITIONS AND CORRECTIONS IN PROJECT MANUAL:
1. “Louisiana Uniform Public Work Bid Form”: As clarification, please note that the “Unit Price Form” is part of the “Louisiana Uniform Public Work Bid Form” and must be completed in full by all bidders and submitted prior to public bid opening 2:00 PM on Wednesday April 21, 2010.
2. “Unit Price Form”: Correction to pay item S-223; quantity is to be two (2). One hoist is to be provided for each of the two cranes for a total of two (2) hoist.
3. Section 01100: Section 1.4, Replace with the following.
1.4 PHASED CONSTRUCTION
A. The Work shall be conducted in two (2) concurrent phases, with each phase substantially complete as indicated:
1. Phase One: Construction of the Fabrication Building, Warehouse Building, and adjacent Site Work. Work of this phase shall commence immediately upon Notice to Proceed and be substantially complete and ready for occupancy within 215 calendar days after the Notice to Proceed.
2. Phase Two: The remaining Work (Multipurpose Building and remaining Site Work) shall be substantially complete and ready for occupancy at time of Substantial Completion for theWork.
4. Section 04200: Remove all references to “Match Existing Brick.” There is no existing building to match. The brick will be chosen by the architect from one of the approved manufacturer’s full lines of brick.
CHANGES, ADDITIONS AND CORRECTIONS IN THE DRAWINGS:
1. Remove keynote 13122.R01 from the drawings. “Roll formed standing seam metal roof” panels will not be used. In place of these panels refer to 2.4 “Metal Roof Panels” under section 13125 of the specifications.
2. Remove keynote 13122.W05 from the drawings. “Liner Panels” will not be used in this project.
3. Sheet A1-1.4: “Room Finish Schedule” Room 1152, Carpet is to be located within the cubical areas of the Operations area. The hall is to have SVT-W per room number 1154 on sheet A1-1.2.
PRIOR APPROVALS:
1. Sheet C-1.1: Add Triple M Concrete Products, inc. as an approved equal manufacturer for “Concrete Wheel Stops” subject to the requirements of the Contract Documents.
2. Section 04200: Add General Shale Brick and Pine Hall Brick as approved manufacturers for “Unit Masonry Assemblies” subject to the requirements of the Contract Documents.
3. Section 13125: Add Ludwig, Red Dot Building Systems, and Rigid Building Systems as approved manufacturers for “Metal Building Systems” subject to the requirements of the Contract Documents.
4. Division 15: Add Greenheck as an approved equal manufacturer for “Manual Dampers, Motorized Dampers, Fire Dampers, Fire/Smoke Dampers, and Fans” subject to the requirements of the Contract Documents.
END OF ADDENDUM NO. 2 Issued April 16, 2010 ADDENDUM #3 This Addendum is hereby made a part of the contract documents to the same extent as though it was originally included therein. This addendum must be acknowledged in the Bid Form. TO ALL BIDDERS FOR FURNISHING LABOR, EQUIPMENT AND MATERIALS NECESSARY AND REQUIRED FOR: PORT IMPROVEMENTS TO YOUNGSWOOD SITE DEVELOPMENT BUILDINGS 101 Youngswood Rd Morgan City, LA – St. Mary Parish ARCHITECT’S PROJECT NUMBER: 09-199A MISCELLANEOUS CHANGES, ADDITIONS AND CORRECTIONS: 1. Find attached copy of “Geotechnical Engineering Report” dated September 10, 2009 to be included as part of the Contract Documents. 2. A vibratory hammer shall NOT be used for pile driving. 3. CCA 0.80 is an optional pile treatment. See “Piling” specification section 4. The project is tax exempt. Reference Louisiana Department of Revenue forms R-1056, R-1020, and R-1020i. 5. Clarification: As noted in plans, the contractor shall be aware that the LADOTD 2006 blue book specifications as amended by the project specifications shall govern over the project. CHANGES, ADDITIONS AND CORRECTIONS IN PROJECT MANUAL: 1. Clarification: By removal of the standing seam metal roof from the documents via Addendum #2, “Special Weathertightness Warranty for Standing-Seam Metal Roof Panels” 20 year warranty is to be removed from the specifications. “Special Warranty on Metal Panel Finishes” is to remain. 2. Section 13125: Section 2.4 and 2.5, Exterior Finish “Two-Coat fluoropolymer” is to be replaced with “Silicone Polyester” finish. Maintain 20 year Finish Warranty Period. 3. Section 13125: Remove section “2.11 – Source Quality Control” from specifications. CHANGES, ADDITIONS AND CORRECTIONS IN THE DRAWINGS: 1. Sheet A2-1.1: The dimension indicated as 64’-0” between crane rails is to be 62’-0” as indicted on A2-5.1 Building Section #1. 2. Sheet C-3: Utility Plan shall be revised to eliminate the pole mount transformer and add a pad mount transformer for the multipurpose building as noted on sheet E 10. 3. Sheet ESITE: Add General Note, “3. Contractor shall refer to Architectural / Civil site plans for locations of additional utilities and electrical work required.” 4. Sheet E 6 Clarification: As clarification, please note that there are to be twelve (12) “Welding Stations” with two (2) “Fused Safety Switches” and two (2) “Welding Receptacles” at each station for a total of twenty four (24) “Fused Safety Switches” and twenty four (24) “Welding Receptacles”. Each Detail #1, “Typical Welding Station,” represents one “J” junction box in plan. PRIOR APPROVALS: 1. Division 16: Add Metalux, Portfolio, Lumark, Corelite, Metalumen, Failsafe, Widelite, WJM, Lightolier, Lumax, and Exceline as approved equal manufacturers for “Lighting Fixtures” subject to the requirements of the Contract Documents. 2. Division 16: Add Mircom, EST, and Firelite as approved equal manufacturers for the “Fire Alarm System” subject to the requirements of the Contract Documents. END OF ADDENDUM NO. 3

Additional Notes/Requirements
All questions are to be directed to Duplantis Design Group, Corey Callegan, Phone 985-447-0090. Pre-Bid meeting will be held at Morgan City Harbor and Terminal District, 800 Youngs Road, Morgan City, Louisiana 70380 at 10:00 AM on Wednesday April 14, 2010. It is recommended that all bidders attend this meeting.
SUBMITTAL INFORMATION
Creator Username: portofmccc
Bidding Privacy: Bid encryption
Started: 26-Mar-2010 11:30:23 AM CDT
Ends: 21-Apr-2010 2:00:00 PM CDT ( Expired )
History: 6409 Views
Event Status: Expired since 21-Apr-2010 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
DOWNLOAD BID DOCUMENTS
000 09-199 dotd lasfm g1-0 .tif (329.1 KB)
001 09-199 dotd lasfm g1-1.tif (217.1 KB)
001 09-199 dotd lasfm q-1.tif (814.3 KB)
002 09-199 dotd lasfm c-1.tif (660.6 KB)
003 09-199 dotd lasfm c1-1.tif (763.0 KB)
004 09-199 dotd lasfm c-2.tif (515.7 KB)
005 09-199 dotd lasfm c2-1.tif (418.2 KB)
006 09-199 dotd lasfm c-3.tif (472.2 KB)
007 09-199 dotd lasfm c-4.tif (402.9 KB)
008 09-199 dotd lasfm c-6.tif (317.4 KB)
009 09-199 dotd lasfm c-7.tif (283.8 KB)
010 09-199 dotd lasfm c-8.tif (321.7 KB)
011 09-199 dotd lasfm c-9.tif (383.1 KB)
100 09-199 dotd lasfm sw1-1.tif (239.5 KB)
101 09-199 dotd lasfm a1-1-1.tif (239.4 KB)
102 09-199 dotd lasfm a1-1-2.tif (336.5 KB)
103 09-199 dotd lasfm a1-1-3.tif (288.8 KB)
104 09-199 dotd lasfm a1-1-4 .tif (319.1 KB)
105 09-199 dotd lasfm a1-2-1.tif (406.1 KB)
106 09-199 dotd lasfm a1-2-2.tif (295.6 KB)
107 09-199 dotd lasfm a1-3-1.tif (478.0 KB)
108 09-199 dotd lasfm a1-4-1.tif (812.0 KB)
109 09-199 dotd lasfm a1-4-2.tif (209.1 KB)
110 09-199 dotd lasfm a1-5-1.tif (635.5 KB)
111 09-199 dotd lasfm a1-6-1.tif (274.7 KB)
112 09-199 dotd lasfm a1-7-1.tif (275.1 KB)
113 09-199 dotd lasfm a1-7-2.tif (247.1 KB)
114 09-199 dotd lasfm a1-7-3.tif (230.0 KB)
116 09-199 dotd lasfm a1-8-2.tif (215.4 KB)
117 09-199 dotd lasfm a1-9-1.tif (191.1 KB)
118 09-199 dotd lasfm a1-9-2.tif (291.1 KB)
119 09-199 dotd lasfm a2-1-1.tif (196.3 KB)
122 09-199 dotd lasfm a2-2-2.tif (82.6 KB)
123 09-199 dotd lasfm a2-4-1.tif (343.8 KB)
124 09-199 dotd lasfm a2-4-2.tif (1.0 MB)
125 09-199 dotd lasfm a2-5-1.tif (205.0 KB)
126 09-199 dotd lasfm a2-6-1.tif (158.7 KB)
127 09-199 dotd lasfm a2-7-1.tif (166.0 KB)
129 09-199 dotd lasfm a2-9-1.tif (311.6 KB)
130 09-199 dotd lasfm a3-1-1.tif (151.1 KB)
131 09-199 dotd lasfm a3-2-1.tif (316.6 KB)
132 09-199 dotd lasfm a3-2-2.tif (86.0 KB)
133 09-199 dotd lasfm a3-4-1.tif (226.8 KB)
134 09-199 dotd lasfm a3-5-1.tif (164.4 KB)
200 09-199 dotd lasfm s1-1.tif (247.7 KB)
201 09-199 dotd lasfm s1-2.tif (252.2 KB)
202 09-199 dotd lasfm s1-3.tif (279.8 KB)
204 09-199 dotd lasfm s1-5.tif (179.0 KB)
300 09-199 dotd lasfm fa1.tif (1.1 MB)
301 09-199 dotd lasfm fp1.tif (2.1 MB)
302 09-199 dotd lasfm fp2.tif (1.7 MB)
303 09-199 dotd lasfm fp3.tif (1.4 MB)
400 09-199 dotd lasfm p1.tif (304.4 KB)
401 09-199 dotd lasfm p2.tif (116.2 KB)
402 09-199 dotd lasfm p3.tif (307.9 KB)
403 09-199 dotd lasfm p4.tif (109.1 KB)
404 09-199 dotd lasfm p5.tif (235.4 KB)
405 09-199 dotd lasfm p6.tif (318.5 KB)
500 09-199 dotd lasfm m1.tif (426.0 KB)
501 09-199 dotd lasfm m2.tif (293.2 KB)
502 09-199 dotd lasfm m3.tif (403.4 KB)
503 09-199 dotd lasfm m4.tif (202.0 KB)
504 09-199 dotd lasfm m5.tif (397.6 KB)
505 09-199 dotd lasfm m6.tif (292.0 KB)
600 09-199 dotd lasfm esite.tif (761.4 KB)
601 09-199 dotd lasfm e-1.tif (1.0 MB)
602 09-199 dotd lasfm e-2.tif (1.0 MB)
603 09-199 dotd lasfm e-3.tif (557.0 KB)
604 09-199 dotd lasfm e-4.tif (531.6 KB)
605 09-199 dotd lasfm e-5.tif (734.8 KB)
606 09-199 dotd lasfm e-6.tif (757.1 KB)
607 09-199 dotd lasfm e-7.tif (799.4 KB)
608 09-199 dotd lasfm e-8.tif (587.6 KB)
609 09-199 dotd lasfm e-9.tif (1.7 MB)
610 09-199 dotd lasfm e-10.tif (1.0 MB)
otb spec 3.24.10.pdf (20.2 MB)
120 09-199 dotd lasfm a2-1-2.tif (240.4 KB)
121 09-199 dotd lasfm a2-2-1.tif (338.1 KB)
203 09-199 dotd lasfm s1-4.tif (266.4 KB)
105 09-199 add1 a1-2-1 (2).pdf (390.5 KB)
106 09-199 add1 a1-2-2.pdf (291.9 KB)
110 09-199 add1 a1-5-1.pdf (539.2 KB)
addendum #1 (2).pdf (53.2 KB)
00003 louisina uniform public work bid form (2).pdf (267.2 KB)
add-2.pdf (60.0 KB)
youngswood pre-bid sign in.pdf (72.8 KB)
add-3.pdf (58.3 KB)
youngswood buildings geo report.pdf (1.8 MB)
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
 
BID HISTORY
Username Bid Amount Type Company name Bid Amount Bid Placed
rozzie15
Bid Attachments Regal Construction, LLC =SEALED= 21-Apr-2010 1:59:05 PM CDT
 
FROM: REGAL CONSTRUCTION, LLC
1707 CHANTILLY DRIVE, SUITE D
LA PLACE, LA 70068
LA Contractor’s License #47707

TO: JERRY HAFFPAUIR
MORGAN CITY HARBOR AND TERMINAL DISTRICT
800 YOUNGS ROAD
MORGAN CITY, LOUISIANA 70380

SEALED BID FOR: SPN 578-51-0028 (322) YOUNGSWOOD SITE DEVELOPMENT BUILDINGS, ST MARY PARISH
Delivery: 0 Days
Bids Added by Agency/Owner
Username Bid Amount Type Company name Bid Amount Bid Placed