SOLICITATION AMENDMENT MODIFICATION

1
1
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving Public Works and Government
Services Canada/Réception des soumissions
Travaux publics et Services gouvernementaux
Canada
1713 Bedford Row
Halifax, N.S./Halifax, (N.É.)
B3J 1T3
Nova Scotia
Bid Fax: (902) 496-5016
Solicitation No. - N° de l'invitation
Amendment No. - N° modif.
F5561-170002/A
002
Client Reference No. - N° de référence du client
Date
F5561-17-0002
2017-05-16
SOLICITATION AMENDMENT
MODIFICATION DE L'INVITATION
The referenced document is hereby revised; unless otherwise
indicated, all other terms and conditions of the Solicitation
remain the same.
CCGS SWA Dry Docking
GETS Reference No. - N° de référence de SEAG
PW-$HAL-308-10106
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
HAL-7-79001 (308)
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2017-05-24
F.O.B. - F.A.B.
Plant-Usine:
Destination:
Atlantic Daylight Saving
Time ADT
Other-Autre:
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
hal308
LaBrash, Rachelle
Ce document est par la présente révisé; sauf indication contraire,
les modalités de l'invitation demeurent les mêmes.
Time Zone
Fuseau horaire
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(902) 496-5115 (
(902) 496-5016
)
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
Comments - Commentaires
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Instructions: See Herein
Instructions: Voir aux présentes
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
Atlantic Region Acquisitions/Région de l'Atlantique
Acquisitions
1713 Bedford Row
Halifax, N.S./Halifax, (N.É.)
B3J 3C9
Nova Scot
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Page 1 of - de 1
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
Amendment 002 is raised for the following:
A – Providing the minutes of the Bidders’ Conference held May 10th, 2017.
B – Providing Appendix 1 to Annex F, Pricing Data Sheet.
A – Bidders’ Conference Meeting Minutes:
MINUTES OF
THE BIDDERS CONFERENCE
Solicitation F5561-170002/A
Docking CCGS Sir William Alexander
The Bidders Conference for CCGS Sir William Alexander was convened on board the vessel in
Corner Brook, Newfoundland on May 10th, 2017. The following persons attended:
Rachelle LaBrash
Dan Chipman
Glen Thompson
Captain Champagne
Martin Atkins
George Penny
Jeff Ivanny
PSPC
CCG
CCG
CCG
CCG
Newdock
Newdock
Solicitation Closing
The Tender will close at 2:00 P.M. local, on 24th May 2017.
Delivery
The work period is:
Commencement of Work
Completion of Work
5 June 2017;
7 July 2017.
Site Visit
There are no additional site visits planned for this docking. Bidders requiring additional
information are to contact the Contract Authority.
Tender Deliverables
Bidders are reminded that in order for bids to be received, the following information must be
included with the tender package, and received at PSPC prior to the Solicitation closing date:
-
Fully completed and signed Page 1 of the Bid Solicitation document;
Fully completed Annex F, Financial Bid Presentation Sheet;
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
-
HAL-7-79001
Fully completed Appendix 1 to Annex F, Pricing Data Sheet.
As part of the evaluation process all certifications and other requirements contained in parts 5
and 6 of the solicitation will be requested from the lowest bid received and evaluated. All bids
may not necessarily be fully evaluated.
Pricing Data Sheet
The Pricing Data Sheet is provided with this Solicitation Amendment and is available for
distribution on buyandsell.gc.ca.
Specification Review:
1. General Notes:
There were no questions or comments.
2. Services:
There were no questions or comments.
3. Production Chart:
The Contracting Authority reminded all present that as per 2.1 (3), “The Gantt chart must be
updated weekly and for each production meeting to reflect the actual production on the refit
and changes to the anticipated completion date of each individual item.” The schedule will be
closely monitored by the Technical Authority and Contracting Authority to ensure the project is
progressing appropriately.
H-01 Cabin Flooring Renewal
This spec item has been cancelled.
H-02 Berthing and Mooring
There were no questions or comments.
H-03 Ventilation Duct Cleaning
There were no questions or comments.
H-04 SP Barge Davit Annual Inspection
A question was raised to ask if the services of the FSR could be included in the allowance.
Paragraph 2.1 (2) is amended as follows:
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
“Contractor must include an allowance of $15,000 to cover the expenses of an FSR if required.
The FSR will be reimbursed for any necessary parts, services, travel and living expenses
reasonably incurred in the performance of the work without any allowance for overhead or
profit. The allowance must form part of the overall bid and will be adjusted by PWGSC 1379
action upon proof of final invoice.”
H-05 Lifeboat Davit Inspection Annual Survey
Paragraph 2.1 (6) is amended to add:
Lifeboat will be removed by the vessels’ crew, prior to docking, for storage at Contractor’s
facility. CGTA will provide all equipment, manpower, etc. to remove and land the Lifeboat in
the water and bring alongside at the Contractors facility.
Contractor must provide all equipment and manpower to remove the Lifeboat from the
water, provide their own cradle and transport to a secure location for storage until
reinstallation on the vessel. The Lifeboat must be protected from damage and kept in a clean
environment at all times.
When work is completed on the Davit and the vessel is undocked, at the request of the CGTA,
Contractor to transport the Lifeboat to a location near the vessel and place it in the water.
Contractor must provide all equipment and manpower to complete this task. Once the
Lifeboat is in the water, vessels’ crew will board prior to being let go. The vessel’s crew will
operate the Lifeboat and reinstall it on the vessel.
Paragraph 2.1 (7) is amended to add:
Load Test:
Boat Weight + Equip = 4015 kgs
50 persons @ 75kgs = 3750 kg’s
Loose Equip/Fuel = 175 kgs
Davit Load = 7940 kgs
+10% = 794 kgs
Total Weight = 8734 kgs (4367kgs per arm)
H-06 Miranda Davit Inspection Annual Survey
Paragraph 2.1 (9) is deleted in its entirety and replaced with the following:
FRC will be removed by the vessels’ crew, prior to docking, for storage at Contractor’s facility.
CGTA will provide all equipment, manpower, etc. to remove and land the FRC in the water and
bring alongside at the Contractors facility.
Contractor must provide all equipment and manpower to remove the FRC from the water,
provide their own cradle and transport to a secure location for storage until reinstallation on
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
the vessel. The FRC must be protected from damage and kept in a clean environment at all
times. Alternatively, Contractor can provide a safe / sheltered berth for the vessel until all
work is completed. Vessels’ crew will operate the FRC when going to and returning from the
secure / sheltered berth.
When work is completed and the vessel is undocked and at the request of the CGTA,
Contractor to transport the FRC to a location near the vessel and place it in the water (if it was
not in a berth). Contractor must provide all equipment and manpower to complete this task.
Once the FRC is in the water, vessels’ crew will board prior to being let go. The vessel’s crew
will operate the FRC and reinstall it on the vessel.
H-07 Fresh Water Tank Cleaning
There were no questions or comments.
H-08 Manhole Cover Stud Renewal
There were no questions or comments.
H-09 Fixed Fire Suppression Systems Annual Survey
There were no questions or comments.
H-10 Fixed FM-200 Fire Suppression Systems Annual Survey
There were no questions or comments.
H-11 Portable Fire Extinguisher Annual Survey
There were no questions or comments.
H-12 Fire Detection System Annual Survey
There were no questions or comments.
H-13 Foam Fire Suppression Systems Survey
There were no questions or comments.
H-14 Bridge Window Frame Renewals and Improvements
The technical Authority confirmed that the frames are currently at 05C and the heater controls
are onboard the vessel.
HD-01 – Dry Docking
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
Concerns were raised regarding the requirement to have the vessel in drydock day one. The
Chief Engineer reiterated time concerns about not starting the bow thruster right away.
Paragraph 2.1 (6) is amended as follows:
“Work must begin on the vessel on day one of the refit. The docking must be undertaken in a
timely fashion to ensure that the schedule is maintained. Contractor must work additional
hours at no cost to the Crown in the event that a late docking, caused by Contractor, results in
the delay of time sensitive work. Contractor must not request additional time resulting in the
completion date being changed to a later date to make up for this lost time. Contractor must
make up the time within the approved schedule. If necessary, Contractor must prepare the
dock in advance of the ship’s arrival and the official start date of the contract period. If evening
shifts or weekend work is required to meet this objective, Contractor must identify this and
include all costs in the bid.”
HD-02 – Stern Tube Bearing Wear Down
There were no questions or comments.
HD-03 Hull Welding Inspection and Repairs
A question was raised to ask if UT or particle testing would be accepted instead of x-ray.
Paragraph 2.1 (3) is amended to add:
“Upon completion of all work, NDT (x-rays or equivalent) must be carried out by a qualified
technician in areas chosen by the attending TCMSS Surveyor.” …
Paragraph 2.1 (4) is amended to add:
“Unit cost per additional NDT x-rays or equivalent”
HD-04 Rudder and Rudder Stock Steady Bearing Survey
There were no questions or comments.
HD-05 Anchors, Chains and Chain Lockers
This spec item has been cancelled.
HD-06 Water Ballast Tanks Survey
There were no questions or comments.
HD-07 Void Tank Survey
There were no questions or comments.
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
HD-08 Fuel Tanks Survey
A question was raised to request the removal of hydrostatic testing. The Chief Engineer clarified
that there are issues with fuel tanks #3 and #4 that air testing may not find. As such, hydro
testing may be required.
Contact information for “MegaSol” referenced in 2.1 (5) is as follows:
EverGreen Solutions
1-800-610-5907
http://evergreensolutions.com/contact.html
The table in Paragraph 1 is amended to add fuel tank #9 to the scope of work:
Field
3L001
3L002
3L003
3L004
3L009
Tank Name
No. 1 Fuel Oil Tank
No. 2 Fuel Oil Tank
No. 3 Fuel Oil Tank
No. 4 Fuel Oil Tank
No. 9 Fuel Oil Tank
Volume (M3)
56.2
56.1
112.5
112.5
52
The table in Paragraph 2.2 is amended to add fuel tank #9 to the scope of work:
Field
Tank Name
Location
Manhole Location
3L001
No. 1 Fuel Oil Tank
Fr. 163-175
#67 on deck in Foc'sle port side
3L002
No. 2 Fuel Oil Tank
Fr. 163-175
#66 Stbd side – Foc’sle
3L003
No. 3 Fuel Oil Tank
Fr. 152-163
#55 Fwd Cargo Hold bulkhead port side
3L004
No. 4 Fuel Oil Tank
Fr. 152-163
#56 Stbd side – Fwd Bulkhead – Cargo Hold
3L009
No. 9 Fuel Oil Tank
FR. 106-126
Preferred option 1 – Sonar compartment
hatch #6, then into hatch #10
Option 2 #18 hatch, then into #14
HD-08A #3 and #4 Fuel Tank Repairs
The Chief Engineer indicated that he believes the issue is a poor weld between these tanks. The
CE also pointed out that there may be an impact on the Bow Thruster work due to the location
of the possible repairs to the fuel tanks.
HD-09 Seachests and Seabay Survey
There were no questions or comments.
HD-10 Renewal of Anodes in Seachests
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
There were no questions or comments.
HD-11 Hull Cathodic Protection Anodes
There were no questions or comments.
HD-12 Overboard Discharge Valves Survey
There were no questions or comments.
HD-13 Spec Item intentionally left blank
HD-14 Hull Painting and Cleaning
There were no questions or comments.
HD-15 Port Propeller and Tail Shaft Survey
It was noted that the last sentence of paragraph 2.1(1) indicates “Propellers”, however we are
only performing this survey work on one propeller on the Port side.
Paragraph 2.1 (20) was amended as follows:
“Contractor must provide a cost in their bid for the removal of old full form Thordon bearings as
well as the machining and installation of two new GSM Thordon full form bearings to suit the
shaft liners…”
HD-16 Port Stern Tube Seal
There were no questions or comments.
E-01 Starboard Thrust Block Survey
Subsequent to the bidders’ conference, CCG removed this spec item. E-01 is deleted in its
entirety.
L-01 Galley Stove Cleaning
There were no questions or comments.
L-02 STBD Propulsion Motor and Cooler Survey
Paragraph 2.1 (2) is amended to add:
Contractor must supply 1 skilled professional assistant for 12 days, working 8 hours per day.
Labourer will work directly with and assist the FSR. The cost for the labourer must form part of
the overall bid price and will be adjusted through PWGSC 1379 action upon proof of timesheets.
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
Time sheets must be signed off (initialed) by the FSR for each day that the labourer has reported
working with the FSR.
L-03 No.2 Main Generator and Cooler Inspection Survey
Paragraph 2.1 (3) is amended to add:
Contractor must supply 1 skilled professional assistant for 12 days, working 8 hours per day.
Labourer will work directly with and assist the FSR. The cost for the labourer must form part of
the overall bid price and will be adjusted through PWGSC 1379 action upon proof of timesheets.
Time sheets must be signed off (initialed) by the FSR for each day that the labourer has reported
working with the FSR.
L-04 Motor Overhauls Survey
Paragraph 1 was amended to add an additional motor:
PURIFIER ROOM EXHAUST FAN
SUPPLIER: STORK WERKSPOOR CANADA LIMITED
MFR: NOVENCO CANADA INC.
TYPE: 515 AJA VANEAXIAL ARR.-4
SERIAL NO.: 481043-1
ELECTRIC MOTOR
MFR:
BROOK CROMPTON PARKINSON
MODEL:
E143T
HP:
0.75
VOLTS:
600/3/60
AMPS:
1.08
RPM:
1760
SERIAL NO:
X992188
VLE-01 Central Cooling Plate Cooler
This spec item has been cancelled.
VLE-02 Evaporator Replacement
This spec item has been cancelled.
VLE-03 Watertight Door Modifications
Concerns were raised about the availability of the FSR. CG advised that the FSR is aware of this
work and will be ready to travel once the successful shipyard is awarded a contract.
VLE-04 Bow Thruster Installation
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
Concerns were raised about the short timeframe to complete this scope of work.
After consultation with the Chief Engineer and the Technical Authority, the Contracting
Authority advised that it was felt this work cannot be completed with one shift alone and as
such, bidders will need to adjust their resources accordingly. The Bidder must bid on providing 2
shifts (Monday – Friday) consisting of at least 8 hour shifts, this cost is to be included in the
overall bid. If it is found that two 8 hour shifts are not sufficient to complete this work, we may
ask to increase the number of hours per shift and/or to go to working 6 or 7 days per week.
Wartsila Contact Info:
The existing contact in the spec remains as [email protected], however Cliff is retiring
soon so Troy Nickerson can be contacted in Cliff’s absence:
Paragraph 2.1 (51) is deleted in its entirety and replaced with the following:
The Contractor must follow the welding procedures provided by Wartsila for the
modifications required to the structure.
VLE-05 Auxiliary Generator Replacement
This spec item has been cancelled.
VLE-06 Port and Starboard Hawse Pipe Renewals
This spec item has been cancelled.
VLE-07 Domestic FW Chlorine Injection System Installation
This spec item has been cancelled.
VLE-08 Woodward Power Management Modifications
A question was raised to ask if hours could be added to this spec item for the yard to support
the FSR.
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
F5561-170002/A
002
HAL308
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
Client Ref. No. - N° de réf. du client
F5561-17-0002
HAL-7-79001
Paragraph 2.1 (3) is amended to add:
… “The Contractor is to include 250 hours to support the FSR. This will form part of the overall
bid and will be adjusted via 1379 based on timesheets. The Contractor is to check with the FSR
to see when any support will be required. The Contractor will not assign support to the FSR
when it is not requested.”
T-01 Ice Housing Replacement
There were no comments or concerns.
T-02 Doppler Speed Log System Naviknot 450D Installation
There were no comments or concerns.
Open Discussion Items:
Concerns were raised that even with the spec items that were removed during the bidders’
conference, there is still too much work to be completed during the specified refit period.
If there are any other potential bidders who also feel this to be the case, please contact the
Contracting Authority in writing at [email protected] to express this concern.
**Drawings related to this scope of work were distributed via USB stick to bidders in
attendance. Any bidders who would like a USB stick sent to them should self-identify to the
Contracting Authority in writing at [email protected].
There being no other issues the meeting was adjourned at 14:40 local.
B – Appendix 1 to Annex F, Pricing Data Sheet:
Bidders wishing to receive the pricing data sheet in Excel format can contact the Contracting
Authority in writing at [email protected]
APPENDIX 1 TO ANNEX F
PRICING DATA SHEET
2- Services (33 Days) to be adjusted in accordance with Annex F of Solicitation
Document, Daily Services Fees)
7. Inspection and Testing Procedure Plans
$__________
8. Electric Power Unit Cost / kWh for adjustment
$__________
10. Potable & Sanitary water unit cost / 1000 litres
$__________
11. Sewage disposal unit cost / 1000 litres
$__________
13. Cranage unit cost / hour
$__________
14. Waste Oil unit cost / 1000 litres
$__________
19. Cost to supply, install and remove ¼ inch Masonite / square
foot
$__________
19. Cost to supply, install and remove 1/8 inch Masonite/paper /
square foot
$__________
3 – Production Chart
1 $__________
2 $__________
H-01 – Spec item cancelled
///// //////////////////
H-02 – Berthing and Mooring
3 $__________
H-03 – Ventilation Duct Cleaning
4 $__________
H-04 – SP Barge Davit Annual Inspection
2.1 (2) FSR allowance
5 $__________
6 $15,000.00
H-05 – Lifeboat Davit Annual Inspection
2.1 (2) FSR allowance
2.1 (2) Parts and materials allowance
7 $__________
8 $20,000.00
9
$5,000.00
H-06 – Miranda Davit Inspection Annual Survey
2.1 (9) Cost for removal/storage/reinstallation of FRC
2.1 (10) Cost for removal/storage/reinstallation of Miranda Davit
Cradle
10 $__________
11 $__________
12 $__________
H-07 – Fresh Water Tank Cleaning
2.1 (13) Unit cost for repairing one (1) square meter
$__________
H-08 – Manhole Cover Stud Renewal
2.1 (2) Unit cost to renew one (1) stud
$__________
13 $__________
14 $__________
H-09 – Fixed Fire Suppression Systems Annual Survey
15 $__________
H-10 – Fixed FM-200 Fire Suppression Systems Annual Survey
16 $__________
H-11 – Portable Fire Extiguisher Annual Survey
17 $__________
H-12 – Fire Detection System Annual Survey
18 $__________
H-13 – Foam Fire Suppression Systems Survey
19 $__________
H-14 – Bridge Window Frame Renewals and Improvements
20 $__________
HD-01 – Drydocking
2.1 (12) unit cost removal of keel block
2.1 (12) unit cost insertion of keel block
21 $__________
$__________
$__________
HD-02 – Stern Tube Bearing Wear Down
22 $__________
HD-03 – Hull Welding Inspection & Repairs
2.1 (4) preparation and repairs to 100 linear feet arc gouging
2.1 (4) preparation and repairs to 100 linear feet weld
2.1 (4) Unit cost arc gouging / linear foot
2.1 (4) Unit cost welding / bead foot
2.1 (4) Unit cost per additional X-rays or equivalent
2.1 (4) Unit cost for gas free certificate
23 $__________
24 $__________
25 $__________
HD-04 – Rudder & Rudder Stock Steady Bearing Survey
2.1 (12) Cost for 2 additional pneumatic pressure tests for the
rudder
2.1 (13) unit cost renew M24 zinc anodes / anode
2.1 (14) unit cost to supply and install M40 zinc anodes / anode
$__________
$__________
$__________
$__________
26
27 $__________
$__________
$__________
HD-05 – Spec item cancelled
///// //////////////////
HD-06 – Water Ballast Tanks Survey
2.1 (4) Unit cost supply & install one anode with bracket
$__________
2.1 (5) Unit cost to prep and touch up / square metre
$__________
2.1 (6) Cost to Power Tool Clean additional 200 square meters in
Forward Wing Tanks to bare metal
2.1 (9) Cost to pneumatically test four (4) tanks
2.1 (9) Cost to Hydrostatically test four (4) tanks
28 $__________
HD-07 – Void Tank Survey
2.1 (4) unit cost preparation and touch up / square metre
4.2 (2) Unit cost to pneumatically test / tank
32 $__________
HD-08 – Fuel Tanks Survey
2.1 (1) Unit cost fuel disposal / per litre
2.1 (9) Cost to pneumatically test four (4) tanks
2.1 (9) Cost to Hydrostatically test four (4) tanks
$__________
$__________
33 $__________
$__________
34 $__________
35 $__________
HD-08A – #3 and 4 Fuel Tank Repairs
HD-09 – Sea Bay & Sea Chest Survey
2.1 (7) Unit cost / square meter coatings
2.1 (8+13) Unit cost to supply and install one (1) M24 zinc anode
2.1 (11) Unit cost to renew stainless steel fasteners
2.1 (17) Unit cost additional removal/installation
2.1 (18) Cost to fit six (6) tear drop shaped 5 pound zinc anodes
2.1 (26) Unit cost to fabricate one (1) 12 inch pipe diameter spool
pipe
HD-10 – Renewal of Anodes in Seachests
2.1 (5) Cost to remove existing anodes and replace with new
2.1 (5) Unit cost anode renewal
2.1 (10) FSR allowance
29 $__________
30 $__________
31 $__________
36 $__________
37 $__________
$__________
$__________
$__________
$__________
38 $__________
$__________
39 $__________
40 $__________
$__________
41
$10,000.00
HD-11 – Hull Cathodic Protection Anodes
2.1 (2) FSR allowance
2.1 (10) Power wash Motor room allowance
42 $__________
43 $15,000.00
44
$2,500.00
HD-12 – Overboard Discharge Valves Survey
45 $__________
HD-14 – Hull Cleaning & Painting
2.1 (13) Unit cost / square metre abrasive blasting
2.1 (18) Unit cost / square metre loose paint / bare areas
2.1 (21) Unit cost / square metre to prep and apply coatings
2.1 (28) Hull decals Technician allowance
HD-15 – Port Propeller and Tailshaft Survey
2.1 (7) Unit cost for chasing the threads on a fitted bolt and nut set
2.1 (7) Unit cost to fabricate and supply one (1) fitted bolt & one
(1) nut set
2.1 (16) Allowance for replacement/recoating of shaft
2.1 (16) Unit cost for Hi-pot test
2.1 (17) Allowance for dressing shaft keys
2.1 (18) Cost to set shaft in a lathe and check for trueness
2.1 (20) Cost to machine two (2) GSM Thordon full form tubes
2.1 (25) Unit cost per fit for adjustment
46 $__________
$__________
$__________
$__________
47
$3,000.00
48 $__________
$__________
$__________
49
$10,000.00
$__________
50
$5,000.00
51 $__________
52 $__________
$__________
HD-16 – Port Stern Tube Seal
2.1 (1) FSR allowance
2.1 (11) Cost to carry out the necessary machining on seal
components to suit the shaft liner diameter
53 $__________
54 $20,000.00
55 $__________
E-01 – Spec item cancelled
///// //////////////////
L-01 – Galley Stove Cleaning
56 $__________
L-02 – Starboard Propulsion Motor and Cooler Survey
2.1 (2) rotating machine specialist allowance
57 $__________
58 $30,000.00
L-03 – No. 2 Generator and Cooler Inspection Survey
2.1 (5) Shroud allowance
59 $__________
60
$5,000.00
L-04 – Motor Overhauls Survey
61 $__________
VLE-01 – Spec item cancelled
////// //////////////////
VLE-02 – Spec item cancelled
////// //////////////////
VLE-03 – Watertight Door Modifications
2.1 (1) FSR allowance
62 $_________
63 $25,000.00
VLE-04 – Bow Thruster Installation
2.1 (2) FSR allowance
64 $_________
65 $100,000.00
VLE-05 – Spec item cancelled
////// //////////////////
VLE-06 – Spec item cancelled
////// //////////////////
VLE-07 – Spec item cancelled
////// //////////////////
VLE-08 – Woodward Power Management Modifications
2.1 (2) FSR allowance
66 $_________
67 $180,000.00
T-01 – Ice Housing Replacement
68 $_________
T-02 – Doppler Speed Log System Naviknot 450D Installation
3.3 Unit cost for the supply and install of 5 meters - Belden 9316
3.3 Unit cost for the supply and install of 5 meters - Belden 9369
69 $_________
$__________
$__________
3.3 Unit cost for the supply and install of 5 meters - Belden 9322
AC
3.3 Unit cost for the supply and install of 5 meters - 10/2 Marine
Ground Wire
3.3 Unit cost for the supply and install of 5 meters - #12 Green
Ground Wire
$__________
$__________
$__________
$__________
$__________
TOTAL TAXES NOT INCLUDED (items 1 to 69) This is the price for
Known Work in Annex F
$_____________