FAS Online logo Return to the FAS Home page

Guatemala PA 1E-5001, 1F-5001

Award

USDA Reference No: IE-5001 and IF-5001

Owner: Moran Towing Corp.

Vessel: " VIRGINIA " U.S. Flag Bulk Carrier Barge , Built 1982

Cargo: Wheat in Bulk in two grades. Separation owners account.

Quantity: 20,299 MT Max 5% less owners option NS/DNS and 3,701 MT max 5% less owners option HRW.

Total 24,000 MT max 5% less.

Load Port: 1 to 2 safe berths , Mississippi River including but not north of Baton Rouge. LA.

Laydays: November 1-10, 2002.

Discharge Port: 1 to 2 safe berths Puerto Quetzal, Guatemala.

Freight rate: US $ 47.96 PMT basis one load port to one discharge port.

Demurrage/Despatch: $12,000 pdpr / Half Despatch both ends

USDA Reference No: IE-5001 and IF-5001

Owner: Gulf Chartering inc.

Vessel: MV OPHELIA , Geared Singledecker, Marshall Island Flag, Built 1986

Cargo: Maximum 7,499 Mtons 5% less owners option HRW Wheat in bulk.

As part cargo

Loadport: 1 safe berth, Mississippi River, USGulf

Laydays: November 1-10, 2002

Discharge Port: 1 or 2 Safe berths Puerto Quetzal, Guatemala.

Ocean Freight rate: US$ 33.48 per Metric Ton Vessel Load/Free Out.

Demurrage/Despatch: US$ 5,500 per day pro rata / Half Despatch Both Ends.

 

Tender

Hereunder is the Freight Tender for Guatemala PL 480 Title I FY 2002 for announcement:

Thanks and best regards,

Panalpina Inc., Project Division Washington, DC
Date: September 13, 2002 
Freight Tender-- Guatemala-PL 480, Title I, FY 2002- Wheat in Bulk
Guatemala P.A. No.: 1E-5001 and 1F-5001

Panalpina, Inc., Project Division on behalf of Molinos Modernos S.A. (Molinos) and Empacadora de Cereales S.A. (Emceco) of Guatemala requests offers of U.S. and non-U.S. flag geared vessels suitable for the carriage of wheat in bulk financed under PL-480, Title I and P.A. No: 1E-5001 and 1F-5001 

1. Quantity and Grades :
16,300 MT 5 pct more or less owners option DNS Wheat for Molinos.
3,500 MT 5 pct more or less owners option DNS Wheat for Emceco
7,100 MT 5 pct more or less owners option HRW Wheat for Molinos
4,100 MT 5 pct more or less owners option HRW Wheat for Emceco
7,000 MT 5 pct more or less owners option SRW Wheat for Molinos. 
(Vessel owners and brokers should consider offering vessels to carry a range of tonnages in the event the quantity purchased is more or less than the quantity stated in this tender).

2. Commodity: Up to three grades Wheat in bulk. The different grades of wheat must be separated either by natural segregation of vessel or by proper separation that will permit in transit fumigation and yet will be safe for discharge by grabs at discharge port. Any separation is to be at owner's time, risk and expense. Commingling by same grade but different sellers/receivers are acceptable

3. Laydays: November 1-10, 2002. 

4. Owner to give ten (10) day pre-advice of vessel's arrival at load port with final declaration of quantity to be loaded.

5. Loading: 1 or 2 SB each, 1 or 2 safe U.S. ports or Canadian transshipment points. The Mississippi River, not north of but including Baton Rouge; the San Francisco Bay area including Stockton, Sacramento, and Oakland; and the Columbia River District including Portland, each respectfully to be considered one port. 

6. Discharge port.: 1/2 SB Puerto Quetzal, Guatemala where max. arrival draft not to exceed 35.5 ft. S.W.

7. Loading terms: vessel load at 4,000 MT per WWDSATSHEX EIU for bulk carriers and 2,000 MT per WWDSATSHEX EIU for multi-deckers (including Liners) and Tankers. No load rate guarantee for lash/seabee barges, but same are to be loaded in regular turn without undue delay.

8. Loading laytime accounts to be settled directly between owners and commodity supplier(s). Laytime calculation, overtime and trimming to be in accordance with addendum No. 1 of the North American Grain Export Association's F.O.B. contract No. 2 (revised May 1, 2000) clauses 1-10, (hereinafter NAEGA) regardless of the type of vessel. Further, the following modification to NAEGA will apply: anywhere the word "buyer" appears, the words "vessel owners" shall be substituted in its place. Under no circumstances shall CCC or charterers be responsible for resolving disputes involving calculation of laytime or payment of demurrage or despatch between the vessel owners and the commodity supplier(s). Any and all disputes arising out of this contract relating to the settlement of laytime issues shall be arbitrated in New York subject to the rules of the Society of Maritime Arbitrators, Inc.

9. Discharging terms: At Puerto Quetzal receivers to discharge at the rate of 5,000 MT for bulkcarriers, including ocean-going bulkcarrier barges, 1,500 MT for multi-deckers and tankers, per weather working day, Saturday afternoon, Sunday, holidays excepted even if used(WWDSATPMSHEX EIU) provided vessel can discharge at such rate. No discharge rate guarantee for lash-seabee barges, but same to be discharged in regular turn without undue delay. Vessels offered must be equipped with cranes with a minimum capacity of 10.5 MT for each hatch. Offered vessels must be suitable for clam shell discharge. Gearless vessels will be considered provided they offer alternative equipment and gear to effectively maintain discharge rates as stated above. 

10. Tankers to provide suitable equipment to discharge at owners expense.

11. Vessels 15 years or older must have all opening to cargo spaces and hatch covers suitably sealed with tape or by other means to assure water-tight integrity. The sealing shall be done to the satisfaction of NCB surveyor as attested by certification of special survey. All of the above to be performed at vessel's time, risk, and expense. Special survey certificate will be required as a condition of freight payment.

12. Vessels arriving at the discharge port with a draft in excess of that guaranteed by charterers are to lighten up to acceptable draft at owner's time, risk, and expense. Notice of readiness to discharge will be considered tendered only upon attainment of the guaranteed draft and laytime shall commence at 0800 hrs on the next business day. Allowed laytime will be based on Bill of Lading quantity, regardless of the quantity of cargo lightened.

13. Discharge port laytime accounts are to be settled directly between charterer and the vessel owner. Vessel owner to prepare and submit signed discharge port laytime statement to Panalpina Inc. Project Division for approval within 30 days of completion of discharge. Discharge port Notice of Readiness and discharge port Statement of Facts, both signed on behalf of the charterer and the vessel owner are to be presented with signed discharge port Laytime Statement. Under no circumstances shall CCC be responsible for resolving disputes involving the calculation of laytime or the payment of demurrage or despatch between charterer and vessel owner. Any/all disputes between charterer and vessel owner arising out of this contract relating to the settlement of laytime issues shall be arbitrated in New York subject to the rules of the Society of Maritime Arbitrators. Inc. Charterer or their agents to furnish promptly to the Director PL 480 Operations Division, USDA one copy of the Notice of Readiness, signed Laytime Statement and Statement of Facts at discharge port.

14. Laydays will be non-reversible .

15. In-transit Fumigation: Vessels must be able to be fumigated with an aluminum phosphide preparation in-transit in accordance with the USDA, FGIS Fumigation Handbook and vessel that cannot be so fumigated will not be considered. At the final loading port, commodity supplier will arrange and pay for in-transit fumigation performed by a certified applicator, in accordance with USDA, FGIS Fumigation Handbook. Fumigation must be witnessed by USDA, FGIS and the aluminum phosphide preparation must be contained in packaging as described in the Fumigation Handbook. Dust retainers must be used. For tween-deckers and bulk carriers (including push mode ITB's), the re-circulation method of fumigation will be used. For Tankers and tug barges other that mode ITBs surface applications will be used. Tween-deck vessels will be considered provided they are acceptable for in-transit fumigation in accordance with USDA, FGIS Fumigation Handbook. Offers of such tween-deck vessels must be accompanied by a copy of a letter from FGIS, USDA stating that the vessel can be fumigated under the FGIS in-transit fumigation procedure. In addition tween deck vessels are acceptable only when a certified applicator states that vessel has been inspected and found to be suitable for fumigation and such written statement from the certified applicator must be submitted with the offer.

16. At discharge port(s), and upon inspection by Government Inspectors, if cargo and/or vessel is found to be infested, and provided clean Bill(s) of Lading were issued, fumigation costs, if any, are for owner's account. Time used for fumigation is not to count as laytime for non-U.S. flag vessels. Time used for fumigation is to count as laytime for U.S. flag vessels.

17. Part cargo offers must provide full details of the completion cargo. Any completion cargo will be subject to Charterer's and USDA approval. In all instances, this wheat cargo must be separated by vessel's natural segregation from any other completion cargo. Completion cargoes must be compatible and non-injurious to this cargo.

18. Vessels to have mechanical or hydraulic hatch covers, if not, owners to provide rain tents for all hatches. 

19. Cargo shall not be loaded into deep/wing tanks and other spaces, which are not directly accessible to grab discharge, if same to be utilized.

20. Service and facility charges at loading, if any, are for owner's account.

21. Vessel's agent at loading to be nominated by owner. Charterer to appoint a load port Protective agent, owner paying the protective agency fee of US $ 1,800 per load port.

22. Vessel's agent at discharge to be nominated by charterer with owner paying all customary applicable fees provided they are competitive.

23. Any extra insurance due to vessel's age, type, class, flag or ownership is to be for the account of the owner basis New York market rates (for U.S. flag vessels) and London market (for non-U.S. flag vessels. Non-U.S. flag vessels over 20 years of age will not be considered. Non US Flag vessels over 15 years of age are acceptable, however, any overage insurance premium will be for account of owner.

24. Tow Tug/Barge vessels will be required by Charterer to have the tow arrangements for this voyage duly inspected and certified by a Surveyor recognized by Lloyds of London. 

25. All freight rates are to be quoted basis 1 load port to 1 discharge port plus extra freight for additional load and/or discharge port(s). Premium for additional load and/or discharge port(s) will be considered in determining the lowest landed cost in those situations when commodities are likely to be loaded or discharged at more than one port. Cost of lightening to be stipulated in the offer. In the event lightening is not performed at the discharge port and vessel directly discharges at berth, said lightening costs shall be deducted from the freight. Demurrage/despatch rates are to be stipulated in offer with despatch rates to be half the demurrage rates.

26. A) For U.S. flag vessels 100 % of the total freight to be paid upon vessel's arrival at the first or sole port of discharge. B) For non-U.S. flag vessels 95 pct. of the total freight to be paid upon vessel's arrival at discharging port and 5 pct. balance of freight will be paid upon settlement of demurrage or despatch upon receipt of discharging documents. Charterers are responsible for opening freight letter(s) of credit prior to cargo being loaded at U.S. ports or Canadian transshipment points through a U.S. banking institution to cover the payment of ocean freight.

27. Offers should not contain a "detention rate". Offers will not be considered non-responsive solely because a detention rate was given; however, the related charter parties and liner booking contracts may not contain a detention rate.

28.U.S. flag offers will not be considered if the vessel operator has not provided the Maritime Administration with the vessel costs prior to submission of offer.

29.U.S. flag vessels approved rate(s) will be reduced to no higher than the Maritime Administration fair and reasonable rate in the event that approved vessel is substituted by a lower cost vessel (including tug and/or barge). For vessels loading less than a full cargo, the less than full cargo freight rate will be subject to a reduction to meet any revised Maritime Administration freight rate guideline due to vessel loading other additional cargo.

30.One way rates must be quoted in addition to round trip rates for non-liner U.S. flag vessels whose date of original construction exceeds fifteen (15) years from date of fixture.

31. Successful bidder of Non US Flag vessels will post a performance bond within five (5) working days in the form of an irrevocable L/C equivalent to 5 (five) % of the ocean freight in favor of Molinos Modernos S.A. and or Empacadora de Cereales S.A.,C/O Panalpina Inc. Project Division, Washington DC as agents for charterer, by a first class U.S. bank. Said L/C to be valid for 30 days beyond the canceling date of the relevant charter party. However, Panalpina Inc. Project Division will release the said performance bond upon vessel presentation for loading within the contracted laydays. The performance bond is to be collectible by draft at sight accompanied by a statement from the beneficiary that ship owner did not deliver the goods as stated on the bills of lading. Under no circumstances is the performance bond to be considered the maximum liability or liquidation of damages incurred due to non-performance by the ship owner.

32. All offers and subsequent awards are subject to the provisions of PA No. 1E-5001 and or 1F-5001 and Public Law 480, Title I regulations and Charterer's Proforma Charter Party NORGRAIN adapted 2002.

33. ISM code requirements as incorporated into proforma C/P.

34. Section 408 of the Coast Guard Authorization Act of 1998, Public Law 105-383 {46 U.S.C. paragraph 2302(e)}, establishes effective January 1, 1999, with respect to non-U.S. flag vessels and operators/owners, that substandard vessels and vessels operated by operators/owners of substandard vessels are prohibited from the carriage of government impelled (preference) cargo(es) for up to one year after such substandard determination has been published electronically. As the cargo advertised in this IFB is a government impelled (preference) cargo, offeror must warrant that vessel(s) and owner/operator are not disqualified to carry such government impelled (preference) cargo(es).

35. 2.5 % brokerage commission is payable by owners on gross freight/deadfreight/demurrage to Panalpina, Inc., Project Division on non-U.S. flag fixtures and on U.S. flag fixtures and on U.S. flag fixtures if offered direct. On U.S. Flag if a broker is involved, 2/3 of 2.5 % to above agent and 1/3 of 2.5 % to broker.

36. All offers must be submitted in writing, hand delivered in sealed envelopes or by fax and be in accordance with this freight tender and charterer's proforma C/P (Norgrain as adapted for FY2002) which is available from charterer's agent. Verbal or telephone offers will not be considered. Late offers will not be considered. Only offers in accordance with this tender will be considered. If a fax offer begins to print before the time specified below and continues printing past that time, charterer will consider the offer as if it had completed printing by the specified time. U.S. flag offers will be opened and read in public. Non US Flag offers will note be read in public. Charterer reserves the right to accept and or reject any or all offers. Charterer reserves the right to negotiate on Non US Flag vessels offered. 

37.Offers to be submitted at the offices of Panalpina Inc. Project Div. 1100 Connecticut Avenue, NW., Suite 520 Washington, DC 20036. FAX Number 2020 659 2830. All offers must be received no later than 1100 hours Washington, DC time on Sept. 17, 2002 and remain valid through 1700 hours Washington, DC time on Sept 20, 2002. Any "sub open " offers must lift their subjects by 10.00 AM Sept. 19, 2002.
For further information, contact Panalpina, Inc., Project Division. 
Telephone: (202) 659-2825, fax: (202) 659-2830.


Last modified: Monday, April 14, 2008 05:13:23 PM