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 $_____________
© Copyright 2026 Paperzz