You are on page 1of 86

2. CONTRACT NO.

SOLICITAT ION/CONTRACT/ORDER FOR COMMERCIAL ITEMS


OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

a. NAME
3. AWARD/
1EFFECTIVE DATE
r ORDER NUMBER

69727619P000005
1
1. REQUISITION NUMBER
MAPR61619000333

b. TELEPHONE NUMBER
1
5. SOLICITATION NUMBER
69727619Q000004
I
PAG

OF

I 86
r SOLICITATION
ISSUE DATE
01/31/2019
8. OFFER DUE DATE/LOCAL TIME

► l l 1
7. FOR SOLICITATION (No collect calls)

INFORMATION C ALL: GLEN SPEARS


9. ISSUED BY CODE 10. THIS ACQUISITION IS □ UNRESTRICTED OR IZl SET ASIDE: 100. 00 % FOR:
jMARAD-00093
WOMEN-OWNED SMALL BUSINESS
iZJ SMALL BUSINESS
U.S.DOT/ Maritime Administration □ (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
0 HUBZONE SMALL
Gulf Acquisition Office, NAICS: 336611
BUSINESS □ EDWOSB
SMAI I Rt JSINl=SS PRnr,RAM

MAR 380.3
0 SERVICE-DISABLED 0 8(A)
Hale Boggs Building VETERAN-OWNED SIZE STANDARD: 1,250
500 POYDRAS STREET SUITE 1223 SMALL BUSINESS
NEW ORLEANS LA 70130-3396
11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATING
TION UNLESS BLOCK IS D 13a. THIS CONTRACT IS A
MARKED RATED ORDER UNDER
14. METHOD OF SOLICITATION
0 SEE SCHEDULE DPAS (15 CFR 700)
□ RFQ IFB □ D RFP
15. DELIVER TO CODE 16. ADMINISTERED BY CODE
jMARAD-00093-RUDDER !MARAD-00093
TV General Rudder U.S.DOT/ Maritime Administration
Texas Maritime Academy Gulf Acquisition Office,
1001 Texas Clipper Road MAR 380.3
Galveston TX 77553 Hale Boggs Building
500 POYDRAS STREET SUITE 1223
NEW ORLEANS LA 70130-3396
17a. CONTRACTOR/ CODE FACILITY 18a. PAYMENT WILL BE MADE BY CODE
100570840 I !
OFFEROR CODE
!MARAD NATL ACCTC

MODERN AMERICAN RECYCLING REPAIR SERVICES OF MARAD A/P INVOICES


ATTN MARAD 890E5 P.O.BOX 25710
601 S ROYAL ST OKLAHOMA CITY OK 73125
MOBILE AL 36603-2114

TELEPHONE NO.

017b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW
IS CHECKED DsEE ADDENDUM
19. 20. 21. 22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

DUNS Number: 116975792


GENERAL RUDDER - FY19 DRYDOCK and SPECIAL SURVEY
NO. 7

The U.S. Department of Transportation, U.S.


Maritime Administration, New Orleans, LA,
requires a contractor to dry dock the Training
Ship (TS) GENERAL RUDDER which is home-ported at
the Texas A&M Maritime Academy, Galveston, TX.
The contractor shall provide all requested
supplies and services in accordance with the
(Use Reverse and/orAttach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
1
See schedule $1,204,361.00
□ 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA OARE □ ARE NOT ATTACHED.
Ix] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA IZi ARE □ ARE NOT ATTACHED.
IKJ2a. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN Ix] 29. AWARD OF CONTRACT: Final Proposal Rev OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED O 3/19/2019 . YOUR OFFER ON SOLICITATION (BLOCK 5),
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH
ITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS: ALL
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER}

CAROLYN QUINN Digitally signed by CAROLYN QUINN


Date: 2019.03.26 07:20:56 -05'00'
31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED

Carolyn Quinn
3/26/20
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE 19 STANDARD FORM 1449 (REV.
2/2012) Prescribed by GSA - FAR (48
CFR) 53.212
2 of 86
19. 20. 21. 22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

attached TS GENERAL RUDDER FY19 Repair and


Drydock Specifications. Work performed will be
subject to a Service Contract Act Wage
Determination applicable to the locale of the
awardee's dry dock facility.

The following attached documents are part of this


purchase order:

1. TS GENERAL RUDDER FY19 DRY DOCK QUOTATION


PRICE SCHEDULE (1 Page)
2. Clauses (14 Pages)
3. FY19 Repair and Drydock Specifications Special
Survey No. 7 (69 Pages)

In addition, 27 PDF Files containing Reference


Drawings previously provided as part of
Solicitation 69727619Q000004 remain available for
reference purposes.
InvoiceApprover: CQUINNMARAD IT Related Pur: NO
Accounting Info:
70X1750SMR.2019.120SML1070.0000160000.25711.610066
00.0000000000.0000000000.0000000000.0000000000
Period of Performance: 04/03/2019 to 05/15/2019

00001 GENERAL RUDDER - FY19 DRYDOCK PACKAGE 1,204,361.00

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER
CORRECT FOR

COMPLETE PARTIAL FINAL


PARTIAL FINAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACK


TS GENERAL RUDDER FY19 DRY DOCK QUOTATION PRICE SCHEDULE
Purchase Order 69727619P000005
Item Number Description Quantity Unit Price Unit Total Amount
00101 OFFICE AND ADMINISTRATIVE SERVICES 1 LS $4,988.00 
00102 SHORE POWER SERVICES 1 LS $31,514.00 
00103 WHARFAGE AND LINEHANDLERS 1 LS $54,044.00 
00104 POTABLE WATER 1 LS $1,920.00 
00105 BILGES AND DRAIN WELLS 1 LS $18,381.00 
00106 GARBAGE AND TRASH REMOVAL 1 LS $4,640.00 
00107 PROTECTIVE FLOOR COVERING 1 LS $8,575.00 
00108 SECURITY/WATCHMAN 1 LS $33,176.00 
00109 GAS FREE INSPECTIONS AND CERTIFICATES 1 LS $7,630.00 
00110 FIRE PROTECTION 1 LS $3,323.00 
00111 PORTABLE TOILETS/TEMPORARY FACILITIES 1 LS $4,926.00 
00112 COOLING WATER 1 LS $1,920.00 
included in other 
00113 TEMPORARY LIGHTING 1 LS work items
00114 CRANE SERVICE 1 LS $29,730.00 
included in other 
00115 STAGING REQUIREMENT 1 LS work items
00116 OFF LOAD OF LIQUIDS AND STORAGE 1 LS $31,166.00 
00201 DRYDOCKING AND UNDOCKING OF VESSEL 1 LS $45,821.00 
00202 DOCK TRIALS 1 LS $4,165.00 
00203 HULL PREPARATION AND COATING 1 LS $77,049.00 
00204 RENEW ZINC ANODES 1 LS $13,095.00 
00205 ANTI BIOFOULING SYSTEM MAINTENANCES 1 LS $17,662.00 
00206 RUDDER AND STERN FRAME EXAMINATION 1 LS $11,265.00 
00207 PROPELLER INSPECTION, MAINT & REP (ABS) 1 LS $38,355.00 
00208 PROPELLER SHAFT WEAR DOWN READINGS 1 LS $1,875.00 
00209 PORT AND STBD TAIL SHAFTREMOVAL AND INSPECTION 1 LS $39,216.00 
00210 TANK CLEANING AND INSPECTIONS 1 LS $85,893.00 
00211 SEA VALVES: INSPECTION AND REPAIR, (ABS & USCG) 1 LS $23,422.00 
00212 ANCHOR CHAIN AND CHAIN LOCKER INSPECTION 1 LS $35,378.00 
00213 BOW THRUSTER EXAMINATION AND MAINTENANCE (ABS) 1 LS $47,365.00 
00214 ULTRASONIC/AUDIO HULL GAUGING 1 LS $7,759.00 
00215 WASTER PIECE: EXAMINATION 1 LS $8,345.00 
00216 SWITCHBOARD METER CALIBRATION 1 LS $15,275.00 
00217 PRESSURE VESSEL INSPECTIONS 1 LS $6,410.00 
00218 THRUST BEARING(S) INSPECTION/RENEWAL 1 LS $6,775.00 
00219 RESCUE BOAT: FALL REPLACEMENT 1 LS $13,685.00 
00301 TOP END OVERHAUL #3 MAIN GENERATOR 1 LS $53,196.00 
00302 TOP END OVERHAUL #4 MAIN GENERATOR 1 LS $53,196.00 
00303 REPLACE LAUNDRY ROOM DECK 1 LS $101,660.00 
00304 BLAST AND COAT BALLAST TANK 4‐24‐3 1 LS $34,931.00 
00305 REPLACE AFT DECK PIPING 1 LS $10,825.00 
00306 BLAST AND COAT 01, AND 02 DECK PASSAGEWAYS AND FOCSLE 1 LS $51,132.00 
00307 REPLACE SEWAGE TANK PIPING 1 LS $34,533.00 
00401 SUPPLEMENTAL WORK: MANHOURS LABOR 1000 45 HR $45,000.00 
00402 SUPPLEMENTAL WORK: MATERIAL ALLOWANCE $50,000.00 
00403 OPTIONAL DRYDOCK AND WET BERTH DAYS
HAUL DAY PER 403 3.1 1 DAY $34,145.00 
DRYDOCK LAY DAY PER 403 3.2 1 DAY $1,000.00 

no charge if shipyard 
WET DOCK LAY DAY PER 403 3.3 1 DAY work is in progress
GRAND TOTAL $1,204,361.00 

Modern American Recycling Repair Services of Alabama, LLC
Rev. A March, 19, 2019
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 1

The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation
and are incorporated by reference.

52.252-2 Clauses Incorporated by Reference (Feb 1998)


This contract incorporates one or more clauses by reference with the same force and effect as if they were
given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at the following Internet addresses:

Federal Acquisition Regulations (52.) https://www.acquisition.gov/content/part-52-solicitation-


provisions-and-contract-clauses

52.204-7 Central Contractor Registration;


52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-
Commercial Items (Oct 2018)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses,
which are incorporated in this contract by reference, to implement provisions of law or Executive
orders applicable to acquisitions of commercial items:

(1) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed
or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub.
L. 115-91).
(2) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(4) 52.233-3, Protest After Award (Aug 1996) (31U.S.C.3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77
and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check with “X” as appropriate.]

X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C.4704 and 10 U.S.C.2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C.
3509)).
(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct
2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(5) [Reserved].
X (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117,
section 743 of Div. C).
(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts
(Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 2

X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018) (41 U.S.C. 2313 http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-
title41-section2313&num=0&edition=prelim).

(10) [Reserved].
(11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15
U.S.C.657a).
(i) Alternate I (Nov 2011) of 52.219-3.
(12)
(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its
offer) (15 U.S.C. 657a).
(ii) Alternate I (Jan 2011) of 52.219-4.
(13) [Reserved]
X (14) X (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).
(ii) Alternate I (Nov 2011).
(iii) Alternate II (Nov 2011).
(15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.
644).
(ii) Alternate I (Oct 1995) of 52.219-7.
(iii) Alternate II (Mar 2004) of 52.219-7.
X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2)
and (3)).
(17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))
(ii) Alternate I (Jan 2017) of 52.219-9.
(iii) Alternate II (Nov 2016) of 52.219-9.
(iv) Alternate III (Nov 2016) of 52.219-9.
(v) Alternate IV (Aug 2018) of 52.219-9
(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
X (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).
(20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov
2011) (15 U.S.C. 657f).
X (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15
U.S.C. 632(a)(2)).
(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically
Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small
Business Concerns Eligible Under the Women-Owned Small Business Program (Dec2015)
(15 U.S.C. 637(m)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).
X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
(E.O.13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) X (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
(ii) Alternate I (Feb 1999) of 52.222-26.
X (29) X (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(i) Alternate I (July 2014) of 52.222-35.
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 3

X (30) X (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C.793)
.
(ii) Alternate I (July 2014) of 52.222-36.
X (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
X (32) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496).
X (33) X (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C.
chapter 78 and E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order
12989). (Not applicable to the acquisition of commercially available off-the-shelf
items or certain other types of commercial items as prescribed in 22.1803.)
(35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for
EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to
the acquisition of commercially available off-the-shelf items.)
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to
the acquisition of commercially available off-the-shelf items.)
(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O. 13693).
(37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration
Equipment and Air Conditioners (Jun2016) (E.O. 13693).
X (38) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun
2014) (E.O.s 13423 and 13514).
(i) Alternate I (Oct 2015) of 52.223-13.
(39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014)
(E.O.s 13423 and 13514).
(ii) Alternate I (Jun2014) of 52.223-14.
(40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42
U.S.C. 8259b).
(41) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products
(Oct 2015) (E.O.s 13423 and 13514).
(i) Alternate I (Jun 2014) of 52.223-16.
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
Driving (Aug 2011) (E.O. 13513).
(43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
(44) 52.223-21, Foams (Jun2016) (E.O. 13693).
(45) 52.224-3 Privacy Training (Jan2017) (5 U.S.C. 552a).
(i) Alternate I (Jan 2017) of 52.224-3.
(46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. Chapter 83).
(47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May
2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C.
3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302,
109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(ii) Alternate I (May 2014) of 52.225-3.
(iii) Alternate II (May 2014) of 52.225-3.
(iv) Alternate III (May 2014) of 52.225-3.
X (48) 52.225-5, Trade Agreements (Aug 2016) (19 U.S.C.2501, et seq., 19 U.S.C.
3301 note).
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 4

X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,


proclamations, and statutes administered by the Office of Foreign Assets Control of
the Department of the Treasury).
(50) 52.225-26, Contractors Performing Private Security Functions Outside the
United States (Oct 2016) (Section 862, as amended, of the National Defense
Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42
U.S.C. 5150).
(52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov2007) (42 U.S.C. 5150).
(53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C.4505, 10 U.S.C.2307(f)).
X (54) 52.232-30, Installment Payments for Commercial Items (Jan2017) (41
U.S.C.4505, 10 U.S.C.2307(f)).

X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management


(Oct2018) (31 U.S.C. 3332).
(56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award
Management (Jul 2013) (31 U.S.C.3332).
(57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).
(58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
(59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C.
637(d)(12)).
X (60) X (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb
2006) (46 U.S.C.Appx.1241(b) and 10 U.S.C. 2631).
(ii) Alternate I (Apr 2003) of 52.247-64.
(iii) Alternate II (Feb 2006) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
[Contracting Officer check with “X” as appropriate.]
X (1) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495).
X (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206
and 41 U.S.C. chapter 67). This statement is for information only:

Employee Class Monetary Wage—Fringe Benefits


Electrostatic Spray Painter WG-9 $22.84/hr
Quality Control Inspector WL-10 $25.28/hr
Shipfitter Supervisor I WS-10 $36.98/hr
Shipfitter WG-9 $27.50/hr
Welder, Combination, Maintenance WG-10 $26.15/hr
Sheet-Metal Worker, Maintenance WG-10 $26.15/hr

(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price
Adjustment (Multiple Year and Option Contracts) (Aug 2014) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).
X (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price
Adjustment (May 2014) (29 U.S.C.206 and 41 U.S.C. Chapter 67).
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 5

(6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May
2014) (41 U.S.C. Chapter 67).
(7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. Chapter 67).
X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42
U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of
this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-
Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s
directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3years after final
payment under this contract or for any shorter period specified in FAR Subpart 4.7,
Contractor Records Retention, of the other clauses of this contract. If this contract is
completely or partially terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement. Records relating to
appeals under the disputes clause or to litigation or the settlement of claims arising under or
relating to this contract shall be made available until such appeals, litigation, or claims are
finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this
clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41
U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements
or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated
and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor
provisions in subsequent appropriations acts (and as extended in continuing
resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
(Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15
U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting
opportunities. If the subcontract (except subcontracts to small business concerns)
exceeds $700,000 ($1.5 million for construction of any public facility), the
subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 6

(v) 52.222-17, Non-displacement of Qualified Workers (May2014) (E.O. 13495).


Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul2014) (29
U.S.C.793).
(x) 52.222-37, Employment Reports on Veterans (Feb2016) (38 U.S.C.4212)
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations
Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f)
of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (Aug2014) (41 U.S.C. chapter 67).

(xiii)
1. (A) (52.222-50, Combating Trafficking in Persons (Mar 2015) (22
U.S.C. chapter 78 and E.O 13627).
2. (B) Alternate I (Mar2015) of 52.222-50(22 U.S.C. chapter 78 and E.O
13627).
3. xiv) 52.222-51, Exemption from Application of the Service Contract
Labor Standards to Contracts for Maintenance, Calibration, or Repair of
Certain Equipment-Requirements (May2014) (41 U.S.C. Chapter 67).
4. (xv) 52.222-53, Exemption from Application of the Service Contract
Labor Standards to Contracts for Certain Services-Requirements
(May2014) (41 U.S.C. Chapter 67).
5. (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O.
12989).
6. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec
2015).
7. (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan
2017) (E.O. 13706).
8. (xix) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
9. (A) Alternate I (Jan 2017) of 52.224-3.
10. (xx) 52.225-26, Contractors Performing Private Security Functions
Outside the United States (Oct 2016) (Section 862, as amended, of the
National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C.
2302 Note).
11. (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit
Organizations (May 2014) (42 U.S.C. 1792). Flow down required in
accordance with paragraph (e) of FAR clause 52.226-6.
12. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial
Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C.2631). Flow
down required in accordance with paragraph (d) of FAR clause52.247-
64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)

52.211-11 Liquidated Damages - Supplies, Services, or Research and Development (Sept 2000)
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 7

(a) If the Contractor fails to deliver the supplies or perform the services within the time specified
in this contract, the Contractor shall, in place of actual damages, pay to the Government
liquidated damages of $4,635.00 per calendar day of delay.
(b) If the Government terminates this contract in whole or in part under the Default -- Fixed-Price
Supply and Service clause, the Contractor is liable for liquidated damages accruing until the
Government reasonably obtains delivery or performance of similar supplies or services. These
liquidated damages are in addition to excess costs of repurchase under the Termination clause.
(c) The Contractor will not be charged with liquidated damages when the delay in delivery or
performance is beyond the control and without the fault or negligence of the Contractor as
defined in the Default -- Fixed-Price Supply and Service clause in this contract.

52.223-18 Contractor Policy to Ban Text Messaging While Driving


52.232-18 Availability of Funds (Apr 1984)

Transportation Acquisition Regulations 1252 Clauses

1252.223-73 Seat Belt Use Policies and Programs

In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16,
1997, the contractor is encouraged to adopt and enforce on-the-job seat belt use policies and programs for
its employees when operating company-owned, rented, or personally-owned vehicles. The National
Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in
support of this Presidential initiative. For information on how to implement such a program or for
statistics on the potential benefits and cost-savings to your company or organization, please visit
the Buckle Up America section of NHTSAs website at www.nhtsa.dot.gov. Additional resources are
available from the Network of Employers for Traffic Safety (NETS), a public-private partnership
headquartered in the Washington, D.C. metropolitan area, and dedicated to improving the traffic safety
practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user
friendly program kit, and an award for achieving the Presidents goal of 90 percent seat belt use. NETS
can be contacted at 1-888-221-0045 or visit its website at www.trafficsafety.org.
(End of clause)

MARAD Clauses

MCL.G-3 Invoice Submission Instructions


The Contractor may submit invoices in either electronic or paper format. Electronic submission is
preferred.
(1) Electronic invoices shall be address to MARADinvoices@faa.gov
Electronic invoices shall conform to the following criteria, or be subject to rejection:
a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format.
b. The e-mail subject shall include the following information: Name of Contractor; Invoice date
and number; Invoice amount; Contract number and, if applicable, the order or modification
number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial
institution, ABA routing#, account #)

(2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not
required.

MARAD A/P CR Invoices Branch


Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 8

AMZ-160
PO Box 25710
Oklahoma City, OK73125

If a street address is required for delivery (i.e., Federal Express), the following address may be
used in lieu of the post office box:

MARAD A/P CR Invoices Branch


AMZ-160
6500 S. MacArthur Blvd.
Oklahoma City, OK73169

MCL.G-4 Applicable Service Contract Wage Determination (Multiple Locations)


The Service Contact Act wage determination applicable to this requirement is:
• Wage Determination No.: 2015-4604
• Revision No.: 7
• Date of Revision: 12/26/2018 first posted 01/01/2019
• Link: https://www.wdol.gov/wdol/scafiles/std/15-4605.txt?v=7

MCL.H-2 Supplemental Work Requests


(a) In the complex world of ship repairs, supplemental work often emerges as a result of test,
inspection, or discovery of unknown or otherwise differing conditions. The extent and nature of
such supplemental work can neither be identified in bid, proposal or quotation specifications, and
both parties recognize the possibility that such work may arise. Notwithstanding the possibility of
the identification of such work, MARAD does not guarantee the award of any supplemental work
during contract performance.
(b) Although MARAD shall be under no obligation to award supplemental work during contract
performance, MARAD has provided an estimate for labor (in labor hours) and material (in
dollars) for such work in the Schedule (Section B of the solicitation under applicable
supplemental work contract line item numbers (CLIN or CLINs)). The offeror shall specify an
hourly composite billing rate in its bid, proposal or quotation for supplemental work labor. The
composite labor-billing rate shall be the rate applicable to labor for all supplemental work that
MARAD orders under the applicable supplemental CLIN of the resulting contract. Any supplies
or subcontracts required to complete supplemental work will be charged as a direct cost
reimbursable under the applicable supplemental work CLIN; additional indirect charges for
materials and subcontracts will not be allowed.
(c) During the performance of the contract, when conditions indicate a need for supplemental work,
the Contracting Officer's Technical Representative (COR) is empowered to provide technical
direction, negotiate the amount of labor and material, and authorize the contractor to perform
supplemental work through the issuance of a written authorization. The COR will issue
authorizations for supplemental work in accordance with the following:
(1) When conditions make supplemental work appropriate, the COR shall submit to the
contractor a supplemental work request that identifies the work to be accomplished.
(2) The Contractor shall promptly review each supplemental work request upon receipt and shall,
within seventy-two (72) hours of issuance, or sooner, as specified by the COR, provide the
COR with a proposed price for the supplemental work. Price quotations for all supplemental
work must be broken down by labor hours, materials, and subcontracts and allocated to the
applicable supplemental work CLIN as appropriate. The contractor shall price the
supplemental work to be performed in accordance with the composite labor rate bid or
proposed under the supplemental work CLIN in the contract. If necessary, the Contractor
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 9

shall submit prices for subcontractors, which will be negotiated and treated as direct
materials. Once the COR and contractor agree on the technical direction and price to
accomplish the supplemental work, the contractor and COR shall sign the authorization for
supplemental work, which shall be final and binding on the contractor and MARAD. Subject
to paragraphs (c.)(3.) through (c.)(6.), if urgent circumstances do not permit waiting for a
written authorization, the parties may orally agree and follow up with written confirmation.
(3) Notwithstanding the preceding, the COR shall not authorize and the contractor shall not
accept individual supplemental work authorizations from the COR in excess of the price
ceiling established by the Contracting Officer pursuant to paragraph (d.)(10.). In addition, the
COR shall not authorize and the contractor shall not accept a supplemental work
authorization from the COR that, when combined with all previously authorized
supplemental work under the contract, exceeds the amount of labor hours and materials
specified in the applicable supplemental work CLINs.
(4) If the contractor requests an adjustment to the contract completion date in its quotation for the
supplemental work, the COR must refer the issue to the Contracting Officer for resolution,
which could include modifying the performance period of the contract. All supplemental
work must be accomplished within the contract performance period. The COR shall not
authorize and the contractor shall not accept supplemental work authorizations from the COR
that cannot be completed within the contract performance period.
(5) If the COR and contractor cannot agree upon the price, the time required, or any other term of
a supplemental work request, the matter shall be referred to the Contracting Officer who may
resolve the issue in accordance with the procedures contained in the Changes clause
incorporated in the contract. Specifically, the Contracting Officer shall have the option of (i)
directing that the Contractor perform the work at a price and within a time period determined
by the Contracting Officer to be reasonable, or (ii) withdrawing said supplemental work
request. The Contractor's refusal to perform the work as directed by the Contracting Officer
shall constitute an event of default under the default clauses of the contract. Disputed issues
resulting from supplemental work unilaterally directed by the Contracting Officer may be
handled under the disputes clause of the contract.
(6) If the Contracting Officer directs the Contractor to perform the work at a price and within a
time period determined by the Contracting Officer to be reasonable, the Contractor shall
maintain and submit to MARAD on a daily basis, report sheets itemizing materials used, the
costs and man hours of all labor (direct, indirect, and impact), production schedule activities
affected by and/or related thereto, and charges for equipment, whether furnished by the
Contractor, subcontractors or others. Material charges shall be substantiated by valid copies
of materials and/or supplier’s invoices. Such invoices shall be submitted with the daily report
sheets or, if not available, as soon as reasonably practicable thereafter. Said daily reports shall
also include an indication as to which specific schedule activity(ies) are affected by the order
which are the subject of the daily report sheets. To the extent the contractor fails or refuses to
submit the aforementioned daily report sheets on a daily basis, such failure or refusal shall
constitute a basis for the Contracting Officer to suspend payment for work completed under
the supplemental work until appropriate documentation required by the contract is provided.
(d) The following rules apply to supplemental work authorizations:
(1) The COR shall authorize supplemental-work only during the period of performance of the
contract.
(2) All authorizations for supplemental work are subject to the terms and conditions of the
contract and must be within the scope of the contract.
(3) If mailed, an authorization is considered "issued" when MARAD deposits the order in the
mail. Authorizations may also be issued orally, or by written communications, that is hand-
delivered or sent by facsimile or electronic transmission. Oral orders must be followed up by
written confirmation as soon as practicable thereafter.
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 10

(4) Unless otherwise explicitly noted in the authorization for supplemental work, all
authorizations for supplemental work are firm fixed price. The agreed upon price shall cover
all costs including, but not limited to, direct and indirect labor and material, overhead, delay,
acceleration, and disruption caused by the supplemental work. Where the parties are unable to
agree that an order establishes mutually agreeable terms, the parties shall note the specific
differences that are not agreed upon in the text of the proposed work authorization and refer
the matter to the Contracting Officer for resolution pursuant to paragraph (c.)(5.).
(5) Unless the contractor otherwise explicitly notes in the supplemental work authorization, in
consideration of the price of the order, the Contractor remises, releases, and forever
discharges MARAD, its officers, agents, employees, and sureties from any and all civil
claims and requests for equitable adjustment whatsoever, relating to, arising out of, or
connected with said supplemental work authorization. Such release is full and final settlement
of all claims and requests for equitable adjustment relating to, arising out of, or connected
with the work authorization, as modified, including, but not limited to, all impact claims such
as delay, acceleration, disruption, and cumulative effects of the instant and all previously
issued supplemental work authorizations. The executed work authorization constitutes a
complete and final adjustment of the price and the delivery schedule.
(6) When MARAD requires supplies or services covered by the contract in an amount less than
the total value of the contract, MARAD is not obligated to award supplemental work for the
balance of the price bid or proposed for supplemental work. The Contractor is not obligated
to honor additional supplemental work in excess of the estimated labor hours identified in the
Schedule. This subparagraph does not affect or change the Contracting Officer's authority
under the changes clause of the contract.
(7) Except for limitations of labor hours estimated in the Schedule, there is no limit to the
number of supplemental work authorizations that may be issued. MARAD may issue
supplemental work authorizations requiring delivery or performance in multiple locations, if
the contract contemplates multiple locations.
(8) In the event a supplemental work authorization covers a series of related procedures, the
Contracting Officer may request the Contractor to furnish separate prices for each item of the
work.
(9) If not otherwise provided, the Contracting Officer may request at any time during
performance of supplemental work a list of subcontractors performing work covered by the
supplemental work, the dollar value of the respective subcontracts, and a description of the
subcontracted work and the contractor shall promptly provide the requested information.
(10) The COR shall not issue and the contractor shall not accept supplemental work
authorizations from the COR that exceeds (Contracting Officer fills in amount up to $5000.)

MCL.H-3 Indemnity and Insurance


The Contractor shall indemnify and save and keep harmless the Government against any or all loss, cost,
damage, claim, expense or liability whatsoever because of accident or injury to persons or property of
others occurring in connection with the operations under this contract. The Contractor shall secure, pay
the premiums for and keep in force until the expiration of this contract, and any renewal thereof, adequate
insurance. Such insurance to specifically include liability assumed by the Contractor under this contract.
Each policy of insurance shall contain an endorsement that any cancellation or material change in the
coverage adversely affecting the Government's interest shall not be effective unless the insurer or the
Contractor gives written notice of cancellation or change as required to the Contracting Officer. When the
coverage is provided by self-insurance, the Contractor shall not change or decrease the coverage without
the Administrative Contracting Officer's prior approval.
A certificate of each policy of insurance shall be furnished to the Contracting Officer within ten (10) days
after notice of award certifying, among other things, that the policy contains the aforesaid endorsement.
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 11

The insurance companies providing the above insurance shall be satisfactory to the Government. Notices
of policy changes shall be furnished to the Contracting Officer.
The contractor shall provide at the Contractor's expense, within five days of request from the MARAD
contracting officer, a copy of all original insurance policies. These may be sent by mail or facsimile
machine.

MCL.H-4 Indemnity and Insurance (Additional)


(a) INDEMNITY
(1) The Contractor shall exercise reasonable care and use its best efforts to prevent accidents,
injury or damage to all employees, persons and property in and about the work, and to the vessel
or portion thereof upon which work is done.
(2) Except as provided elsewhere in this contract, including any guarantee clause, the MARAD
assumes the risk of physical loss or damage to any part of the vessel, its machinery, equipment,
stores, and other property including cargo if owned by the Government except to the extent that
such loss or damage is caused by the negligence, fault, error, act or omission of the Contractor, its
subcontractors, agents, or employees. The burden of proving freedom from fault shall be borne by
the Contractor. Unless the loss or damage was caused by the willful misconduct of the
Contractor, its executive officers, or superintendents the Contractor's liability under this Contract
shall not exceed total damage to the ship or ships including total loss up to $1,000,000 per
accident or occurrence per vessel, and shall not exceed in the aggregate per accident or
occurrence the sum of total damage to the ship or ships including total loss up to $1,000,000
multiplied by the number of MARAD's vessels in the care, custody or control of the Contractor at
the location and at the time of the accident or occurrence giving to the loss or damage.
(3) As to third parties, including, but not limited to, agents, employees or servants of the
Contractor, or any subcontractor, the Contractor will defend, indemnify and hold harmless the
Government, the vessel, its owners and charterers, from all claims, actions, suits, costs, demands
and expense of all descriptions arising out of disease, illness, personal injury, death or property
damage to any third party in any way related to or arising out of the performance of work under
this contract except to the extent caused by the fault, error, act or omission, or negligence of the
Government, its agencies or employees. The burden of proving fault of the Government, its
agencies or employees shall be borne by the Contractor.
(4) As to loss and damage which are the responsibility of the Government, the Government shall
be subrogated to any claim, demand, or course of action against third parties which exists in favor
of the Contractor, and the Contractor shall, if required, execute a formal assignment or transfer of
such claim, demand, or course of action, and shall aid in securing information, evidence,
obtaining of witnesses, and cooperate with MARAD in all matters MARAD may deem necessary
in defense of any claim, or suit or appeal from any judgment or in effecting indemnity, provided,
further, that nothing contained in this paragraph shall create or give rise to any right, privilege or
power in any person except the Contractor, nor shall any person (except the Contractor) be or
become entitled thereby to proceed directly against the Government, its agencies or
instrumentalities, or to join the Government, its agencies or instrumentalities, as a codefendant in
any action against the Contractor brought to determine the Contractor's liability or for any other
purpose.
(b) TYPES OF INSURANCE AND MINIMUM COVERAGE. The Contractor shall at its own expense,
provide and maintain the following insurances during the entire performance of this contract.
(1) Workmen's Compensation, including Longshoremen & Harbor Worker's Act coverage -
Covering all agents, servants, borrowed servants, statutory employees of Contractor for all
compensation and other benefits required by applicable state and federal law or by governmental
authority on account of injury, death, sickness or disease - Statutory - no minimum.
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 12

(2) Employers Liability - to cover both injury and death resulting from accident, sickness or
disease - $1 million bodily injury by accident, each accident - $1 million bodily injury by disease
each accident - $1 million bodily injury by disease in the aggregate.
(3) Maritime Employers Liability (Jones Act) – Not Applicable.
(4) Comprehensive General Liability to include coverage for (but not limited to) products and
completed operations liability, property damage liability and contractual liability - $1 million
combined single per occurrence limit for bodily injury and property damage and $1 million in the
aggregate.
(5) Ship Repairers Legal Liability - coverage to be provided under the standard London or
American Institute forms or their equivalent $1 million per vessel, per occurrence or such other
amount as may be requested.
(6) Pollution - sudden and accidental liability - $1 Million per occurrence.
(c) All such insurance shall be subject to the approval of the Division of Marine Insurance and will
contain thirty (30) calendar days advance notice of cancellation or of any non-renewal which is the option
of the insurer, said notice to be provided to the U.S. Maritime Administration, Division of Marine
Insurance MAR-710, 1200 New Jersey Avenue SE, Washington, DC 20590.
(d) FORM OF CONFIRMATION
(1) The pollution insurance may be a separate policy or part of the Comprehensive General
Liability policy, but the coverage must be specifically shown on the required confirmation of
insurance. Excess liability and umbrella liability policies may be used in the excess of primary
policies to meet the minimum limit requirements. The United States of America shall be an
additional assured in the Ship Repairs Legal Liability policy, Comprehensive General Liability
Policy and Pollution Policy. Such policies shall contain a clause statement that there is no
recourse against the United States of America for payment of premium. All such insurance shall
be subject to the approval of the Division of Marine Insurance and must contain thirty
(30) calendar days advance notice of cancellation (without disclaimer) or of any non-renewal
which is the option of the insurer, said notice to be provided to the U.S. Maritime Administration,
Division of Marine Insurance MAR-710, 1200 New Jersey Avenue SE, Washington, DC 20590.
(2) The Contractor shall have its insurance broker provide a detailed certificate of insurance,
cover note or policy confirming the above required coverage. The confirmation shall name the
Contractor and United States of America as assureds and confirm the types of coverage, policy
forms, policy periods, deductibles (if any) and underwriters with their percentage of participation.
The N.Y. Suable Clause or Service of Suit USA Clause must be confirmed for any Foreign
underwriter placements. The policy amounts, terms and conditions, deductibles and underwriters
shall at all times be satisfactory to the Maritime Administration.
(e) The contractor shall insert the substance of this clause in subcontracts under this contract that require
work on a Government installation.

MCL.H-6 Standards of Employee Conduct


The Contractor shall be responsible for maintaining satisfactory standards of employee competency,
conduct, and integrity, and shall be responsible for taking such disciplinary action with respect to its
employees as may be necessary.

MCL.H-11 Disposition of Removed Equipment and Scrap


Any ship's equipment, fuel, lube oil, supplies, stores, furniture, fixtures, salvage, scrap and other movable
property, removed from the vessel shall be and become the property of the Government and any ship's
equipment, fuel, supplies, lube oil, stores, furniture, fixtures, salvage, scrap and other movable property so
removed shall be disposed of in such manner as the Contracting Officer may direct, provided such
direction is given to the Contractor within sixty (60) days from the date of the completion of the work.
During said sixty (60) calendar days period such ship's equipment, fuel, lube oil, supplies, stores,
furniture, fixtures, salvage, scrap and other moveable property shall be stored and protected by the
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 13

Contractor without charge to the Government. If within sixty (60) calendar days such direction is not
given to the Contractor, it shall, after said sixty (60) calendar days, store and protect the same in the
Contractor's facility or outside of the Contractor's facility, at the Contractor's election, for the additional
period directed by the Government.
Such direction shall be covered by a change order, and the increased contract price for such additional
storage shall be determined as provided in the changes provisions of this contract.

MCL.H-12 Maritime Liens, No Authority to Incur


(a) The Contractor is an independent contractor and does not act as an agent for the Government, its
agents, its vessels, servants, or employees.
(b) The Contractor, its agents, servants, and employees, and all persons acting by, at the direction of, or
on behalf of the Contractor (including, without limitation any subcontractors) have no right, power, or
authority whatsoever to create, incur, or permit to be placed or imposed (i) any lien or (ii) any right in
remedy of any kind, upon or against any vessel upon which work is being performed under this
Agreement or against the United States of America or its agents, vessels, servants, or employees. This
contractual provision governs notwithstanding any other provision of this contract.
(c) The Contractor, on behalf of itself, its agents, servants, and employees, and all persons acting by, at
the direction of, or on behalf of the Contractor (including, without limitation any subcontractors) hereby
waives its right to any maritime lien as well as any right in remedy of any kind based upon a maritime
lien theory, upon or against any vessel upon which work has been, is being, or will be performed under
this contract or against the United States of America or its agents, servants, or employees, whether known
or unknown. The foregoing clause shall not prevent the Contractor's rights to proceed on this contract
under the Contract Disputes Act.
(d) The Contractor shall pay when due all costs and expenses incident to the work performed by it or for
its account. Neither the Contractor, nor its agents, servants, and employees, nor persons acting by, at the
direction of, or on behalf of the Contractor (including, without limitation, any subcontractors) shall have
the power to incur any lien of any kind maritime or otherwise. Such entities shall not (i) create, incur,
suffer, or permit to be placed or imposed upon any vessel (or portion thereof), any maritime lien or other
lien or encumbrance or charge in any way arising from any act or omission or (ii) incur or allow their
subcontractors to incur any debts, obligations, or charges upon the credit of the vessel or against the
United States of America or its agents, servants, or employees.
(e) Although it is not intended that the Contractor shall have the power to incur such liens, the Contractor
shall immediately discharge or cause to be discharged any lien or right in remedy of any kind, whether
incurred by the Contractor or its subcontractors, other than in favor of the Maritime Administration,
which at any time exists or arises in connection with the work done or materials furnished under this
contract.
(f) If any lien or right in remedy is not immediately discharged, MARAD may discharge or cause to be
discharged such lien or right in remedy at the expense of the Contractor. MARAD shall have the right to
recoup or setoff such funds from any monies owing to the Contractor from any other MARAD contract or
any other Government contract. Should a question exist whether there is a valid lien or right in remedy,
among other rights, MARAD shall have the right to retain such funds as security without interest.
(g) From the start of work under this contract the Contractor shall cause a notice, reading as follows (or
containing such other information as may be approved by MARAD), in plain type and of such size that
the reading matter shall cover a space of at least 2 feet wide by 2 feet high in weather resistant paint to be
placed and maintained by the gangway and shall read as follows:

"NOTICE TO SUBCONTRACTORS, MATERIALMEN, AND LABORERS


This vessel is owned by the United States of America, acting by and through the Maritime
Administration. The Contractor, and all persons acting by, (prime contractor), at the direction of, or on
behalf of the Contractor (including, without limitation, any subcontractors) have no right, power, or
authority whatsoever to create, incur, or permit to be placed or imposed any lien or right in remedy of any
Purchase Order 69727619P000005
TS GENERAL RUDDER FY19 DRY DOCK Provisions & Clauses Page | 14

kind upon any vessel upon which work is being performed under this Agreement. The Contractor, its
agents, servants, and employees, have no authority, either express or implied, to pledge the credit of said
vessel."
(h) At the option of MARAD, the Contracting Officer may require that as a condition either for entry
upon a vessel of the MARAD by any subcontractor or in order for any subcontractor to provide
necessaries to a vessel of the MARAD, that such subcontractor shall on behalf of itself, its agents,
subcontractors, servants, and employees, and all persons acting by, at the direction of, or on behalf of
such subcontractor waive its right to any maritime lien as well as any right in remedy of any kind based
upon a maritime lien theory, upon or against any vessel upon which work has been, is being, or will be
performed under this contract or against the United States of America or its agents, servants, and
employees, known or unknown. The foregoing clause shall not prevent such subcontractor's right, if any,
to proceed under the Contract Disputes Act.
(i) The foregoing clause shall not deprive MARAD of any of the rights or remedies which it has under the
common law.
TS GENERAL RUDDER
FY19 - REPAIR AND DRYDOCK SPECIFICATIONS
Special Survey No.: 7
(Amendments issued during Solicitation are included herein)

15 March 2019

Prepared by: DENNIS RAMBIN

U.S. Department of Transportation


Maritime Administration - Division of Gulf Operations (DGO)
550 Fannin St. Suite 1320
Beaumont, TX 77701

1
VESSEL PARTICULARS

VESSEL NAME: T/S GENERAL RUDDER


(ex-Kings Pointer)
RADIO CALL SIGN: WTDL
TYPE: Twin Screw; Diesel-
OFFICIAL NUMBER: CG002248
USCG CERTIFICATION: Public Nautical School ship
CLASSIFICATION: ABS – AMS, ACCU, Ice Class
ABS CLASS NUMBER: 8502561
IMO NUMBER: 8835451
BUILDER: Tacoma Boat Building Co.
KEEL LAID: 10 January 1983
COMMISSIONED: 29 July 1984
LENGTH OVERALL: 224 Feet 00 Inches
BEAM: 43 Feet 00 Inches
DESIGN DRAFT: 15 Feet 01 Inches
VERT CLEARANCE (Air Draft): 71 Feet 00 Inches
DEADWEIGHT: 2,250 Long Tons
USCG GROSS TONNAGE: 1,914 Long Tons
USCG NET TONNAGE: 574 Long Tons
CRUISING SPEED: 10 Knots
MAIN ENGINES: Four Caterpillar D398TA: 970 HP
MAIN GENERATORS: Four Kato 600KW, 600VAC, 3-Phase
PROPULSION MOTORS: Two Gen. Electric, 800HP, 750 VDC
BOW THRUSTERS: Harbormaster: 48-Inch Tunnel, 550 HP
DIESEL FUEL CAPACITY: 228,615 U.S gallons
SALT WATER BALLAST CAP.: 146,642 U.S. gallons
FRESH WATER CAP.: 5,099 US gallon

2
LIST OF REFERENCES

1 33 CFR Parts 1-124 COLREGS (Navigation)


2 46 CFR Part 167 (Public Nautical School Ships)
3 ABS Approved Equipment List
4 ABS Rules for Building and Classing Steel Vessels, Part 1, Classification, Testing and Surveys
5 ABS Rules for Survey after Construction 2018, Part 7
6 ABS Rules Part 1 Rules for building and Classing Steel Vessels (Conditions of Classification)
7 ABS Rules Part 2, Rules for building and Classing Steel Vessels (Materials and Welding)
8 ABS Rules Part 3, Rules for building and Classing Steel Vessels (Hull construction and Equipment)
9 DWG 53711-243-0000225 - SHAFTING ASSY 1,2,& 3)
DWG 243-0000224 - Shafting Details - Stern tube and Closure Tube Dets, Seals and Bearings Install, and
10
Rope Guards Details. Part (1 of 2)
11 DWG 242-0000224 - Shafting Detail Arrangement Part (2 of 2)
12 DWG 243-000228 - Propulsion System Shafting Alignment Procedure
13 DWG 505-6241614 - List of Sea Valves
14 DWG 114-0000023C - Skeg
15 DWG 561-0000222F - Steering Gear Arrangement & Details
16 DWG 562-0000030 - Rudder & Rudder Trunk Arrangement & Details
17 DWG 633-0000120B - Catholic Protection Schedule
18 DWG 801-0000036 - Guidance Docking Plan (Available On Board)
19 DWG 801-0000155 - Inboard Profile, Inner Bottom
20 DWG 801 5988703 - General Arrangement Above Main Deck
21 DWG 801-5988702 - General Arrangement Main Deck & Below
22 DWG 1355-S62-1-1 - Electrical One Line Diagram (Rev B)
23 Fire and Safety Plans (Available on Board)
24 DWG 835-5988704 - Inboard Profile
25 DWG 835-5988706 - Outboard Profile
26 DWG 111-0000007 - Scantling Profile
27 DWG 101-0000008 - Scantling Profile C
Good Painting Practice, SSPC Painting Manual, The Society for Protective Coatings, Volume 1, 4th
28
Edition
29 IEEE Standard 45 (Guide to Electrical Installations on Shipboard)
30 MARAD Coatings Guidelines (January 2018)
NFPA 306, NFPA 312, 29 CFR 1915.12 and 29 CFR 1915.7 (c) or other applicable NFPA Publication for
31
Confined Space Entry/Hot Work.
32 OSHA 29 CFR, Part 1915
33 Technical Manual, T9311-AH-MMC-020 – General Electric Technical Manual, Volume III
34 Item Removed 8-8-2016 Technical Manual, AVSEA: T9244-AF-MMC-010 (Available On Board)
35 Item Removed 8-8-2016 Technical Manual, NAVSEA: T9244-AF-MMC-010 (Available On Board)
36 Technical Manual, Northern Line Model 3423 EHAW, #158 – Onboard
37 Technical Manual, Waukesha:58H102799 (Available On Board)

3
38 TS GENERAL RUDDER - Trim and Stability Booklet (Available on Board)
39 TS GENERAL RUDDER - Capacity Plan. (Available on Board)

4
TABLE of CONTENTS

VESSEL PARTICULARS .......................................................................................................................................... 2


LIST OF REFERENCES ............................................................................................................................................ 3
SECTION 100: GENERAL SERVICES / REQUIREMENT ........................................................................ 7
ITEM No. 101 – OFFICE AND ADMINISTRATIVE SERVICES........................................................................ 11
ITEM No. 102 – SHORE POWER SERVICES .................................................................................................... 12
ITEM No. 103 – WHARFAGE AND LINEHANDLERS....................................................................................... 12
ITEM No. 104 – POTABLE WATER ..................................................................................................................... 13
ITEM No. 105 – BILGES AND DRAIN WELLS ................................................................................................... 13
ITEM No. 106 – GARBAGE AND TRASH REMOVAL ...................................................................................... 14
ITEM No. 107 – PROTECTIVE FLOOR COVERING ......................................................................................... 15
ITEM No. 108 – SECURITY/WATCHMAN ........................................................................................................... 15
ITEM No. 109 – GAS FREE INSPECTIONS AND CERTIFICATES ................................................................ 16
ITEM No. 110 – FIRE PROTECTION .................................................................................................................... 17
ITEM No. 111 – PORTABLE TOILETS/TEMPORARY FACILITIES ............................................................... 18
ITEM No. 112 – COOLING WATER ...................................................................................................................... 18
ITEM No. 113 – TEMPORARY LIGHTING .......................................................................................................... 18
ITEM No. 114 – CRANE SERVICE ....................................................................................................................... 19
ITEM No. 115 – STAGING REQUIREMENT ....................................................................................................... 19
ITEM No. 116 – OFF LOAD OF LIQUIDS AND STORAGE ............................................................................. 20
SECTION 200: DRY DOCK WORK ITEMS ............................................................................................... 22
ITEM No. 201 – DRY-DOCKING AND UNDOCKING OF THE VESSEL ........................................................ 23
ITEM No. 202 – DOCK TRIALS ............................................................................................................................. 27
ITEM No. 203 – HULL PREPARATION AND COATING .................................................................................. 27
ITEM No. 204 – RENEW ZINC ANODES ............................................................................................................. 33
ITEM No. 205 – ANTI-BIOFOULING SYSTEM MAINTENANCE ................................................................... 34
ITEM No. 206 – RUDDER AND STERN FRAME EXAMINATION .................................................................. 35
ITEM No. 207 – PROPELLER INSPECTION, MAINTENANCE AND REPAIRS (ABS) ............................... 36
ITEM No. 208 – PROPELLER SHAFT WEAR DOWN READINGS, (ABS) ..................................................... 38
ITEM No. 209 – PORT / STBD STERN TUBE & TAILSHAFT REMOVAL .................................................... 39
ITEM No. 210 – TANK CLEANING AND INSPECTIONS ................................................................................. 41
ITEM No. 211 - SEA VALVES: INSPECTION AND REPAIR, (ABS & USCG) ............................................... 43
ITEM No. 212 – ANCHOR CHAIN PRESERVATION AND CHAIN LOCKER INSPECTION ...................... 45
ITEM No. 213 – BOW THRUSTER EXAMINATION AND MAINTENANCE .................................................. 47
ITEM No. 214 – ULTRASONIC/AUDIO HULL GAUGING ............................................................................... 50
ITEM No. 215 – WASTER PIECE: EXAMINATION ........................................................................................... 51

5
ITEM No. 216 – SWITCHBOARD METER CALIBRATION .............................................................................. 52
ITEM No. 217 – PRESSURE VESSEL INSPECTIONS ..................................................................................... 53
ITEM No. 218 – THRUST BEARING(S) INSPECTION/RENEWAL................................................................. 54
ITEM No. 219 – RESCUE BOAT: FALL REPLACEMENT ............................................................................... 56
SECTION 300: REPAIR ITEMS ................................................................................................................... 58
ITEM No. 301 – TOP END OVERHAUL - MAIN GENERATOR NO. 3 ........................................................... 59
ITEM No. 302 – TOP END OVERHAUL - MAIN GENERATOR NO. 4 ........................................................... 60
ITEM No. 303 – REPAIRS TO LAUNDRY ROOM.............................................................................................. 62
ITEM No. 304 – BLAST & COAT BALLAST TANK 4-24-3 .............................................................................. 62
ITEM No. 305 – REPAIRS TO AFT DECK PIPING AND CONTAINMENT AREAS ..................................... 64
ITEM No. 306 – BLAST & COAT 01, 02 PASSAGEWAYS AND FOCSLE DECK ...................................... 65
ITEM No. 307 – SEWAGE PIPING REPAIRS ..................................................................................................... 66
SECTION 400: COST ITEMS ....................................................................................................................... 67
ITEM No. 401 - SUPPLEMENTAL WORK: MAN-HOURS LABOR ................................................................ 68
ITEM No. 402 - SUPPLEMENTAL WORK: MATERIAL REQUIREMENTS ................................................. 68
ITEM No. 403 – DRYDOCK AND WET BERTH DAYS ..................................................................................... 69
ITEM No. 500 - DRY DOCK DRAWING ................................................................... Error! Bookmark not defined.

6
SECTION 100: GENERAL SERVICES / REQUIREMENT

1.0 ABSTRACT
1.1 This Item describes the general requirements, intent, scope and definitions that shall
apply to all aspects of this Specification Work Package.
2.0 REFERENCES:
2.1 American Bureau of Shipping “Rules for Building and Classing Steel Vessels.” (Latest
Version)
2.2 United States Coast Guard regulations, including all applicable CFR and NAVICs.
3.0 GENERAL
3.1 This Work Package, accompanying Contract, and Contract guidance drawings define the
scope of work to be performed.
3.2 It is the intent of these specifications that the Contractor shall satisfactorily perform all
work and details throughout this work package to the required standards and shall
provide all necessary plant facilities, engineering, services, labor, materials, tools,
appliances, crane service, fittings, equipment, transportation, communication, light, air
and water.
3.3 Contractor responsibility for compliance is limited to the extent that the Contractor is not
responsible for items that are not within the scope of the modification and repair work
delineated in the Contract document All authorized work accomplished by the Contractor
to correct the cited deficiencies will be accomplished on a delivery order basis.
3.4 Where laws, regulations, requirements or commercial standards are referred to herein, the
latest revision that is in effect on the date of the solicitation shall be applicable.
3.5 At no time shall the ship’s equipment be used for carrying out any part of these
specifications, unless otherwise mentioned in these specifications or unless express
consent has been given by the Owner’s representative. When ship’s equipment is desired
to be used, the owner’s representative shall be requested at least twenty-four hours prior
to the use of the equipment.
3.6 The Contractor will be held to have carefully surveyed the ship during the bidders’
inspection, and the associated ship/equipment specifications and drawings prior to
bidding and to be satisfied as to conditions, nature, character, quality and quantity of
work required to complete the ship as described herein. No warranties, expressed or
implied are made as to the accuracy of any of the reference drawings for the ships.
Should the Contractor require the removal or shifting of any parts of the ship’s fittings,
stores, fuel, water outfit, equipment, or piping for carrying out the work specified or
implied, the same shall be done by him, and all such removals shall be subsequently
replaced in a satisfactory manner. Any damage or loss resulting therefore shall be made
good by the Contractor at his expense. Should any portion of the vessel’s structure,
housing, fixtures, equipment, piping, ducting, etc. require alteration or removal in order
to carry out the work or any part thereof, even though not specifically mentioned herein,
the Contractor shall make such alteration, removal, replacement, etc. without additional
cost to the Owner.
3.7 Care has been taken in the preparation of the Specifications to make them complete and
accurate. The Specifications are, however, not intended to cover in detail each system,
component and part thereof, nor are they intended to preclude the possibility of
modifications to equipment/system characteristics being required during the detail design
development and actual accomplishment of the required modification. Any inadvertent
omission or inclusion in the specifications which is inconsistent with the general intent of
the specifications shall promptly be brought to the attention of the Owner with the view
of reconciling the requirements with the intent of the specifications.

7
3.8 The Owner reserves the right to alter or delete any items of work contained in the
specifications.
3.9 Any damage caused by the Contractor’s performance which arises during the time of
repairs or during shifting of the ship shall be renewed or repaired by the yard without
extra charge.
4.0 MATERIAL AND WORKMANSHIP
4.1 Unless specifically identified as government furnished material, equipment or services
(GFM/GFE/GFS), all materials, equipment and labor shall be Contractor furnished.
4.2 Removed materials which require disposal as a hazardous waste shall be disposed of in
accordance with all applicable federal, state and local requirements for disposal of
hazardous waste.
4.3 Unless otherwise specified, all materials shall be furnished by the Contractor. All such
materials shall be new and of commercial marine quality, conforming to the requirements
of the various regulatory bodies.
4.4 New items of equipment or fittings furnished by the Contractor, but not manufactured by
him, shall meet the Owner’s approval and such manufacturers’ plans and specifications
as necessary for the determination of same shall be furnished to the Owner. Any orders
placed by the Contractor before the approval of items covered thereon shall be done
entirely at the Contractor’s risk.
4.5 All transportation of materials, machinery parts, tools, steel, etc. and stowage of new
equipment and/or spare parts shall be carried out as necessary by the contractor.
4.6 The owner shall submit all pertinent information on Owner furnished equipment that is
required by the Contractor for engineering and installation of equipment in sufficient time
to meet the engineering production schedule. All materials, equipment, etc. intended for
the vessel in any form, shall be adequately stowed and protected by the Contractor while
in his possession.
4.7 Except as otherwise specified, stainless steel (CRES or SUS) in this specification shall
mean AISI alloy 304 or 316 or equivalent for interior applications and AISI alloy 316 or
equivalent for weather locations.
4.8 The Contractor shall be held responsible for the protection of all existing and newly
installed equipment and materials. Any equipment that is damaged by the Contractor
shall be replaced, repaired or restored at the Contractor’s expense.
4.9 All materials and workmanship shall be subject to inspection and approval by the
owner’s representative at all times. Workmanship and materials found to be defective or
not in conformity with good marine practice, regulatory requirements, or this Work
Package and its associated approved drawings shall be cause for rejection and removal at
the Contractor’s expense.
4.10 Install new gaskets, seals, wicking and fasteners when closing up manholes, bolted
inspection plates and flanges. All gaskets, seals, wicking and fasteners shall comply with
the design service requirements (i.e. pressure and temperature) of the systems or
components for which they are installed. All new fasteners installed on exterior systems
or components shall be stainless, except where stainless would not be appropriate for
certain design requirements.
4.11 All access for work, staging and cleaning in way of repairs necessary for safe burning,
welding, etc. shall be performed by the contractor.
4.12 Remove and replace all interferences necessary to accomplish all of the specification
work such as new paneling, piping, galley, stair tower, etc.
4.13 Should the Contractor require the removal or shifting of any part of the vessel or its
fittings, stores, fuel, water, outfit, or equipment in order for work to be carried out, this
shall be done by him and all such removals shall be subsequently replaced in satisfactory
manner. Any damage or loss resulting from such removals or replacements or while the

8
affected portions of the ship are in the care of the Contractor shall be made good by the
Contractor at his expense. Should any portion of the vessel’s structure, machinery,
fittings or equipment require removal in order to carry out the work of any part thereof,
even though not specifically mentioned herein, the Contractor shall make such removals
and replacements without additional cost to the owner.
4.14 All new and disturbed areas for each work item carried out by the Contractor shall be
prepared and coated in accordance with the MARAD Coating Guidelines as amended,
unless otherwise specified in these specifications. Coating manufacturers may be
substituted on an as equal basis, with Owner’s prior written approval.
5.0 INSULATION
5.1 Insulation which is damaged, disturbed or removed as a result of modification, new
installation, or removal of piping and machinery shall be replaced. Replacement
insulating materials shall be of the same type, thickness, R-Value and appearance of the
removed/damaged insulation.
5.2 Insulating material(s) with protective and/or confining lagging shall generally be applied
to bare metal surfaces attaining temperatures of more than 125 deg F. Pipe surfaces of 55
deg. F and less during any operational condition shall have an anti-sweat insulation
applied. Where surface temperatures are normally between 125 deg. F and 150 deg. F
and the omission of insulation will not adversely affect operational efficiency, non-
metallic lagging only may be applied where necessary to protect personnel from contact
with hot metal surfaces.
5.3 Insulation thickness shall be selected so that insulated and fabric-lagged surface
temperatures shall not exceed 150 deg. F. Metal or metallic type lagging surface
temperatures should not exceed 125 deg. F when in areas susceptible to personnel
contact.
6.0 ELECTRICAL GENERAL
6.1 Wiring fittings and fixtures installed in locations exposed to weather, condensation or
excessive dampness shall be made of brass or bronze.
6.2 All new electrical equipment shall be located so as to be readily accessible for repairs and
removal and so as to reduce to a minimum any likelihood that the equipment may be
exposed to injury or damage caused by leaking oil, water, steam or by excessive heat, etc.
7.0 INSPECTION
7.1 The Contractor shall establish and maintain strict quality control procedures and staff
(including inspection force) as may be required to ensure that the quality of workmanship
and material provided by the Contractor, subcontractors and vendors conforms to the
requirements of the Contract and the specifications. The Contractor shall be responsible
for coordinating and arranging for all inspections as required by these specifications.
7.2 All work being accomplished under the contract shall be open to inspection at all sites of
work, including subcontractors’ shops, and at all proper times. The Owner is to be fully
advised in every particular as to the Contractor’s program of work and the methods which
the Contractor intends to pursue, in order that the interests of the Owner may be
adequately protected. The Owner shall be furnished with copies of all working plans,
finished plans and instruction books as mentioned herein. The Owner shall have the
authority to reject any material or workmanship whenever found reasonably defective,
unsuitable, not in conformity with good shipbuilding practice, or not in accordance with
the specifications. Satisfactory correction and/or replacement of any rejected item is to
be accomplished by the Contractor at his expense.
7.3 Upon completion of the work specified herein, all new and affected compartments,
equipment, fittings, systems, pipelines, electric cable and systems, and other operable
items shall be tested to demonstrate proper installation and working order, and also to
demonstrate that all requirements of the specifications, and authorized changes thereto,

9
have been fulfilled. Tests shall be performed to the approval of the Owner and the
satisfaction of the various regulatory bodies as their interests may apply.
8.0 DELIVERY
8.1 When the Contractor has satisfactorily completed all work, the Contractor shall deliver
the vessel to the Owner in a safe and seaworthy condition. The vessel is to be delivered
under the requisite formalities and contingent upon its being in satisfactory condition.
8.2 The Contractor shall deliver the ship in a fully cleaned condition with all parts of the ship
thoroughly cleaned of all dunnage and dirt, with particular emphasis on the ready
condition of all tanks, engineering spaces and accommodations to be immediately put to
use without further preparation or cleaning. Special care shall be exercised that all
surfaces in the tanks, pipelines and machinery are clean and free from any foreign
substance.
8.3 To ensure that the ship is in proper condition for redelivery, a final joint survey of the
ship will be made by the owner and the Contractor, at least three days prior to the
scheduled delivery date, along with a review of the status of completion of deficiencies.
An agreement shall be reached between the Contractor and the Owner based on this
survey as to the extent of further cleaning and correction of minor deficiencies which
must be completed prior to delivery of the ship.

10
ITEM No. 101 – OFFICE AND ADMINISTRATIVE SERVICES

1.0 ABSTRACT
1.1 This item describes the requirements for the Contractor to provide Administrative
Services for the duration of the contract.
2.0 STATEMENT OF WORK
2.1 Provide the following administrative services from two (2) days before arrival of the
vessel at the Contractor's facility through two (2) days following departure of the vessel
from the facility:
2.2 Suitable office space, with air conditioning and heating, near the ship with work areas for
MARAD COR and vessel’s Chief Engineer, including electrical service, lighting,
electrical outlets for all electrical equipment specified below:
2.2.1 Three (3) desks with and locking file drawers.
2.2.2 Three (3) swivel chairs
2.2.3 One (1) plan table or drafting table
2.2.4 Two (2) office machine tables, approx. (3' x 8')
2.2.5 Coffee maker, stand-up refrigerator (15 cu. ft. minimum), microwave oven,
refrigerated water cooler or bottled water sufficient for the duration of the
contract. For estimating purposes allow for three (10) gallons per week.
2.2.6 Private toilet and washroom facilities, including hot and cold running water.
2.2.7 Janitorial service on a daily basis to clean office and toilet areas.
2.2.8 Four (4) changing lockers
2.2.9 Clean towels, soap, and hand cleaner on a daily basis.
2.2.10 Four (4) reserved parking spaces near office space and vessel.
2.2.11 Unobstructed access to subject office on a twenty-four hour, seven day a week
basis for the duration of the contract.
2.2.12 This office shall be located within a reasonable distance of the ship’s gangway.
2.2.13 Paper shredder.
2.2.14 One (1) uninterruptible power supply with connectors and cables.
2.2.15 Internet Access either with high speed “T1” or “Wireless” connections.
2.2.16 Two (2) HP 7410 0r 7200 All-in-One Office Jet or equivalent, with all necessary
supplies. To Copy/Scan/Fax/Print, capable of copying legal size and letter size
paper, with reduction and enlargement modes, automatic feed, and collation
capabilities.
2.2.17 Sufficient letter size and legal size paper and ink for the duration of the contract
period.
2.2.18 Office supplies for two (2) people.
3.0 NOTES
3.1 Contractor should note that a minimum of two (2) crewmembers will be onboard during
working hours of the contract period. Parking spaces shall be assigned near the vessel,
provide parking passes, and security to be provided to accommodate vessel personnel.

11
ITEM No. 102 – SHORE POWER SERVICES

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor to provide shore power to the
vessel for the duration of contract.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Location: Midship Aft 01 Deck
2.2 Description: Shore Power Connection
3.0 STATEMENT OF WORK
3.1 The contractor shall provide shore power services to the vessel, commencing at the time
and date of the ship's arrival at the contractor's facility until time and date of final
departure.
3.1.1 Provide a minimum capacity of 400 amps of electrical power at 460VAC, 3-
Phase, 60 Hertz equipped with single phase and under and over voltage
protection relays. The contractor shall connect and disconnect electrical power to
the vessel’s Pig Tail. All electrical cables utilized by the contractor for shore
power shall be in good material condition, free of torn, cracked, or poorly
repaired insulation. Cables shall be clearly marked to ensure they are readily
identifiable at all times. Contractor shall take and record meter readings on a
daily basis.
3.2 Provide and install a voltage recording device and continuously measure and record the
voltages at the shore power to ship connection. These records to be taken at the ship
location.
3.3 Provide and install a kilowatt-hour meter and record the kilowatt use at the shore power
to ship connection.
3.4 Upon completion of repair availability disconnect power source and remove from vessel.
4.0 GENERAL REQUIREMENTS
4.1 Provisions for shore power shall be considered on a per diem basis. As part of the initial
bid, the contractor shall allow for 4,000 KWh per day.
4.2 In the case of an adjustment for actual electrical consumption, actual cost shall be
adjusted on an actual usage.

ITEM No. 103 – WHARFAGE AND LINEHANDLERS

1.0 ABSTRACT
1.1 This item describes the requirements for the Contractor to provide wharfage, mooring
lines, gangway, and fire escapes.
2.0 STATEMENT OF WORK
2.1 Provide a safe berth of sufficient length and five (5) feet of under keel clearance for the
duration of the Contract while not in the dry dock
2.2 All costs for sufficient-powered tugs and pilotage fees required to shift the vessel to and
from the contractors working berth(s) or drydock space shall be for the account of the
Contractor.
2.3 Furnish and set up a safe gangway, lighted and railed, with safety net, for movement of
personnel to and from the vessel. Unship and remove the gangway upon departure of the
vessel.
3.0 NOTES
3.1 Provisions for wharfage, mooring lines and gangway shall be considered on a per diem
basis, and the total cost for the entire availability shall be submitted as the bid price. In

12
the case of an increase or decrease in the length of the Contract, the cost (or credit) for
wharfage, mooring lines, gangway and fire escapes shall be based on the per diem basis.

ITEM No. 104 – POTABLE WATER

1.0 ABSTRACT
1.1 It is the intent of this item is to provide potable water to the vessel, as required for testing,
flushing, and ballasting.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Location:
2.1.1 Propulsion Motor Space
2.1.2 Tank Fill Line Located Aft Main Deck
2.2 Description:
2.2.1 No.1 F.W. Tank: 4,000 Gallons
2.2.2 No.2 F.W. Tank: 1,000 Gallons
3.0 STATEMENT OF WORK
3.1 Prior to departure, contractor, at the direction of the ship’s crew, shall fill vessels’ potable
water tanks as listed in 2.2 of this item. Quantities supplied shall be verified by the Chief
Engineer.
3.2 Contractor shall allow for usage and disposal/removal of all water provided during the
course of the availability for testing, flushing, and ballasting of the vessel.
3.2.1 Allowance: Fresh Potable Water: 100 L/T.
3.3 This allowance does not include water used during any cleaning or subsequent usage
unless specified above.
4.0 GENERAL REQUIREMENTS:
4.1 Include in the contract price the full cost of providing potable water to the vessel. In the
case of an adjustment, final costs shall be adjusted reflecting the actual quantities
supplied during the availability. Adjustments will be made at the end of the availability
via Change Order MARAD DGO Contracting Officer for those actual quantity supplied.
The Contractor must provide MARAD DGO Contracting Officer actual water meter
readings, witnessed by the Chief Engineer.

ITEM No. 105 – BILGES AND DRAIN WELLS

1.0 ABSTRACT
1.1 This item describes the requirements for the Contractor to maintain dry bilges throughout
the Contract Period and for the removal of oily bilge water from the vessel.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Generator Room – Four (4)
2.2 ERC Void Space – Two (2)
2.3 Motor Room – Three (3)
2.4 Steering Gear Room – One (1)
2.5 Shaft Alley – One (1)
3.0 STATEMENT OF WORK
3.1 Immediately upon the vessel's arrival at the Contractor's facility, all bilge wells are to be
completely pumped down, opened, and cleaned. Once all debris is removed, all surfaces
within each well are to be de-greased by hand sougee and appropriate detergent. After
approval replace strainer plates in good order. Standing and wash water shall be pumped

13
ashore and properly disposed of by the Contractor in accordance with all applicable
Federal, State, and Local Rules and Regulations.
3.2 Bilge wells shall be left clean and dry on a daily basis. Disposal of any liquids
discharged during the Contract shall be in compliance with the EPA Regulations and all
applicable Federal, State or Local Regulations.
3.3 All bilges and bilge wells shall be left in a clean, dry condition at departure from the
repair facility.
4.0 NOTES
4.1 For estimating purposes allow for 3,000 gallons of bilge water.
4.2 The bid price shall be based on the per gallon basis.
4.3 Furnish the Owner’s Representative with a list of all pumping including amounts (as per
disposal tickets), spaces pumped and dates. Final cost adjustment shall be made at the
completion of contract on a prorated basis on per gallon bid price.

ITEM No. 106 – GARBAGE AND TRASH REMOVAL

1.0 ABSTRACT
1.1 This item describes the requirements for garbage and debris removal in way of work
areas and general clean up throughout the vessel during the course of the availability and
final clean up prior to delivery to the owners.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Throughout the vessel.
3.0 STATEMENT OF WORK
3.1 The contractor shall clean the entire ship on a daily basis. All paint containers, chips,
shavings, dirt, paper boxes, etc., shall be placed in metal containers which shall be
removed daily from the ship. Oil, refuse, hazardous materials, and scrap materials shall
also be removed on a daily basis and disposed of in proper manner and in accordance
with all federal, state, and local laws and regulations. All garbage that has been generated
by ship's crew and shipyard personnel shall be collected and removed on a daily basis
(including Saturdays, Sundays, and holidays). The contractor shall provide metal
containers at appropriate locations for garbage deposit.
3.1.1 Remove all dirt and debris from the ship on a daily basis. All areas involved in
work or traversed by workers or equipment shall be left clean and in good order.
3.1.2 Provide trash receptacles in work areas only to prevent trash from being littered
on the vessel. Receptacles shall be emptied on a daily basis or as required.
3.1.3 Contractor and Owner shall make a joint survey of the entire vessel at least three
(3) days prior to delivery to determine final clean up.
3.1.4 Twenty–four (24) hours prior to redelivery, all weather decks shall be washed
down with fresh water.
4.0 GENERAL REQUIREMENTS:
4.1 Total cost for the entire availability shall be submitted as an itemized bid price.
4.2 In the case of an adjustment, final costs shall be adjusted on a per diem basis reflecting
the actual duration of the contract.

14
ITEM No. 107 – PROTECTIVE FLOOR COVERING

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor to provide protective deck
covering for the duration of the availability.
2.0 ITEM LOCATION/DESCRIPTION
2.1 All public areas on main deck, and 01 deck passageways.
2.2 Class Room
2.3 Mess Rooms – Two (2)
3.0 STATEMENT OF WORK
3.1 Contractor shall provide heavy duty template paper or equivalent, subject to approval by
MARAD COR. Deck coverings shall be furnished on the main deck, or other areas as
designated where access to repairs are being done. The protective covering shall be
securely fastened to all decks and bulkheads and renewed by the contractor as necessary
or at the direction of the MARAD COR.
3.2 Contractor shall maintain protective covering in good condition throughout the repair
period and shall replace same when it becomes defective, oil/grease stained fire hazard
and/or tripping hazard. Upon completion of all repairs and prior to redelivery, the
contractor shall remove all covering and securing material and clean all areas to restore as
original, ready for occupancy.

ITEM No. 108 – SECURITY/WATCHMAN

1.0 ABSTRACT
1.1 This item describes requirements for the contractor to provide shipboard (gangway)
security and roving patrol of the vessel.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Throughout the vessel.
3.0 STATEMENT OF WORK
3.1 Provide the services of a bonded uniformed security guard, on a 24/7 basis, stationed at
the gangway for the duration of the performance period. Security guards shall be from a
security service company and shall not be an employee of the Contractor.
3.2 A daily log shall be maintained by the security watch. All persons, other than Contractor
personnel, shall be logged on and off the vessel. The log shall contain blocks for the
printed name, organization represented, number, and time on board, time departed. A
new page shall be started for each new day starting at 0001 hours.
3.3 The security guards shall insure that only authorized personnel (those directly involved
with the specified work prescribed herein) are allowed on board. Visitors shall be
accompanied by an authorized person.
3.4 The security guards shall be instructed that the Contractor’s personnel are forbidden
access to any part of the ship not necessary to complete items listed within these
specifications, except under emergency conditions, such as fire, flooding, storms, etc.
3.5 A shipyard roving patrol is required on the ship at least twice a day when workers are not
present. The roving patrol shall be a separate and distinct individual from the gangway
guard. The roving patrol can be a full time employee of the contractor assigned for this
task on a temporary basis.
3.6 The roving patrol shall conduct and log routine inspections at least twice a day when
workers are not present. The inspections shall cover all areas of the vessel, including but
not limited to machinery spaces, cargo holds and accommodations.

15
3.7 The roving patrol shall be aware of and alert to the signs and conditions that indicate any
of the following:
3.7.1 Flooding and rising water levels in machinery spaces and holds.
3.7.2 Fire
3.7.3 Water/oil damage (from leaking or broken steam, water or oil piping or hoses)
3.7.4 Explosion dangers (from escaping welding/burning and sewage gases)
3.7.5 Live disconnected electrical lines or welding leads
3.7.6 Loose and unsecured equipment or machinery which can fall or drop from
heights
3.7.7 Unauthorized persons on board the ship during non-working hours.
3.8 It shall be the responsibility of the Contractor to provide the proper training and
knowledge to the roving patrol on how to identify these conditions in a shipyard work
environment.
3.9 The roving patrol and gangway guard shall have access to a telephone communication at
all times. In addition, communication with other shipyard security forces shall also be
maintained. The roving patrol and security guards shall be provided with a listing of
personnel contacts, including Owner’s and Contractor’s representatives, with day,
evening, and weekend phone numbers.
4.0 PERFORMANCE CRITERIA / DELIVERABLES
4.1 Security Log shall be delivered to MARAD COR on a weekly basis.
5.0 NOTES
5.1 Provisions for a gangway security and roving patrol shall be considered on a per diem
basis, and total cost for the duration of the contract shall be submitted as a bid price. In
the case of an adjustment, final costs shall be adjusted on a per diem basis reflecting the
actual costs duration of the contract.
5.2 Contractor shall submit a Change Order Request to MARAD DGO Contracting Officer
for actual cost adjustments.

ITEM No. 109 – GAS FREE INSPECTIONS AND CERTIFICATES

1.0 ABSTRACT
1.1 This item describes the requirements to provide Gas Free Certificates aboard the vessel.
2.0 REFERENCES:
2.1 OSHA 29 CFR, Part 1915
3.0 ITEM LOCATION/DESCRIPTION
3.1 Throughout the vessel.
4.0 STATEMENT OF WORK
4.1 Furnish services of a National Fire Association Certified Marine Chemist and Competent
Person to inspect vessel and issue certificates "Safe for Men" and "Safe for Hot Work"
prior to any person entering space or commencement of any hot work repairs aboard the
vessel. Post the original “Marine Chemist’s Certificate” and Log of Inspection and Tests
by a Competent Person” (OSHA Form #73) in a protected cover at the vessel’s gangway
and/or at the intended work area.
4.2 Maintain certificates, on a daily basis, by use of a qualified Designated Competent Person
who will visually inspect the vessel to ensure that the vessel's safety condition is
unchanged for continuation of hot work and entry.
4.3 Provide ventilation where required, Gas-Free and provide Certificates for the following
tanks and working areas:
4.3.1 All levels of the engine room including the shaft alley.

16
4.3.2 All accommodation spaces.
4.3.3 All machinery spaces.
4.3.4 All navigation levels.
4.3.5 All ballast tanks and voids when opened for inspection
4.3.6 All fuel oil tanks when opened for inspection
4.3.7 Two potable water tanks
4.4 All additional costs and re-certification due to shifting vessel within yard, ballasting or
de-ballasting, growth work and/or additional items and sea trial departure/arrival shall be
included in this item.
4.5 Copies of the original Gas-Free Certificate, and subsequent reissued certificates, are to be
posted at a conspicuous location in the vicinity of the gangway; one each is to be
furnished to the attending Owner's representative.
5.0 PERFORMANCE CRITERIA / DELIVERABLES
5.1 “Marine Chemist Certification” and “Log of Inspection and Tests by a Competent
Person” (OSHA form #74) posted near gangway and access points or work area.
5.2 Receipt of a certificate of Certification OSHA Form #73 for a Competent Persons.
5.3 Receipt of a legible copy of “Marine Chemist’s Certifications” and “Log of Inspections
and Tests by a Competent Person” (OSHA Form #73) to the Owner’s Representative.
6.0 NOTES
6.1 Contractor’s bid price shall be quoted as per tank and/or space entry per day.

ITEM No. 110 – FIRE PROTECTION

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor to provide fire protection on the
vessel for the duration of the contract period.
2.0 REFERENCES:
2.1 None.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Ship’s fire main manifold
4.0 STATEMENT OF WORK
4.1 The contractor shall provide a full fire protection system on board the vessel. The
contractor shall make-up all fire line connections to the ship and ensure that the fire main
is charged at all times while work is being performed. In the event, a section of the
firemain is disabled, the contractor shall provide equivalent fire protection for the
disabled area until that section of the fire main is reconnected.
4.2 Contractor shall provide a qualified Fire Protection Service Engineer to lock-out and
completely disable the ship’s Halon and CO2 System upon the vessel’s arrival at the
Contractor’s facility. Upon completion of all work, the contractor shall restore the system
to a fully operational status, just prior to redelivery of the vessel.
4.3 Contractor shall provide fire watch(es) during all hot work at each work site and adjacent
spaces or decks, as required by applicable Work Item(s). Provide fire extinguishers for
each fire watch. Ship's fire extinguishers shall not be used for this purpose. Applicable
costs for maintaining fire watches shall be included in the applicable Work Item.
5.0 PERFORMANCE CRITERIA / DELIVERABLES
5.1 Contractor shall prove and demonstrate to the satisfaction of the Chief Engineer and
MARAD COR that ships’ firefighting system has been restored to a fully operational
status.
6.0 NOTES

17
6.1 Provisions for fire protection shall be considered on a per diem basis. Total cost for the
entire availability shall be submitted as an itemized bid price.
6.2 In the case of an adjustment, final costs shall be adjusted on a per diem basis reflecting
the actual duration of the contract.

ITEM No. 111 – PORTABLE TOILETS/TEMPORARY FACILITIES

1.0 ABSTRACT
1.1 Provide and maintain portable toilet for shipyard workers. The MSD unit will not be
operational, provide two (2) additional units for the ship’s crew. Ships toilets should be
covered so they are not used during shipyard period.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Contractor’s facility next to the ship gangway areas.
3.0 STATEMENT OF WORK
3.1 Provide and maintain locked two (2) portable toilets near the vessel’s gangway area, for
use by the ship’s crew only. The ship’s MSD system will not be operational during
shipyard period. Provide and maintain portable toilets for shipyard workers use.
3.2 Covers shall be installed on toilets to ensure no one uses them during SY period.
3.3 All the portable toilets shall be maintained, pumped, and cleaned on daily basis.

ITEM No. 112 – COOLING WATER

1.0 ABSTRACT
1.1 This item describes the requirement to provide cooling water onboard for ship services.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Contractor’s facility and ship board engine rooms.
3.0 STATEMENT OF WORK
3.1 Upon arrival, provide all hoses and fittings, make all connections, is connections and
reconnections, and supply cooling water to the vessel’s cooling water system. This
cooling water will in turn be used for auxiliary machinery cooling including, but not
limited to, reefers, air conditioning units, and compressors. Connection will be made via
hose connections to the vessel’s cooling water system piping as designated by Chief
Engineer. The temporary cooling water lines shall be maintained at 50 psig water
pressure at the outlet/discharge end at a minimum water flow rate of thirty (30) gpm.
4.0 PERFORMANCE CRITERIA / DELIVERABLES
4.1 Prove all the work to the satisfactory of Chief Engineer.

ITEM No. 113 – TEMPORARY LIGHTING

1.0 ABSTRACT
1.1 This item describes the requirement to provide adequate temporary lighting at all times in
all work areas as directed by the COR. Lighting will be sufficient for safe working and
movement through affected areas.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Throughout the vessel.

18
3.0 STATEMENT OF WORK
3.1 Contractor shall provide adequate temporary lighting at all times in all work areas as
directed by the COR. Lighting will be sufficient for safe working and movement through
affected areas.
3.2 When tank inspection or other such work is required by the specification, lighting is to be
installed and maintained to permit safe access and thorough inspections.
3.3 The fitting and cost of temporary lighting shall be included within the applicable
specification item. This item will not be separately priced.

ITEM No. 114 – CRANE SERVICE

1.0 ABSTRACT
1.1 This item describes the requirement to provide crane service as directed by COR.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Contractor’s facility.
3.0 STATEMENT OF WORK
3.1 In addition to providing crane services required by the items of this work package, the
costs of which shall be included in each individual specification item, the Contractor shall
provide an additional 100 hours of crane service (this includes crane operators, riggers,
helpers, and associated rigging equipment) to be used as directed by the COR. The crane
must be capable of landing a minimum of 5 tons weight on the vessel’s upper decks. The
crane service will be used to load/offload stores, equipment, machinery, etc. to/from the
vessel for the ship’s crew and other MARAD contractors. Only the COR will authorize
use of this additional crane service item. The Contractor shall obtain written authorization
from the MARAD COR prior to providing any crane service under this item. Contractor
shall maintain log with hours used. This log is to be updated and provided to the COR
every Friday afternoon by 1500 hrs.
3.2 Contractor shall credit back to MARAD all additional crane service hours not used.
Contractor’s bid unit price for this time shall be used to price this credit. Contractor’s bid
unit price will also be used to price any additional crane service authorized by the
MARAD COR over and above the bid of 100 crane hours.

ITEM No. 115 – STAGING REQUIREMENT

1.0 ABSTRACT
1.1 The intent of this work Item is to price the cost of staging, as required, to support repair
requirements in this specification.
2.0 STATEMENT OF WORK
2.1 As part of this solicitation, Contractor is required to submit a cost proposal associated
with staging requirements in order to complete the work described in the specification.
Contractor to quote price for work to supply any and all staging that may be required in
the specification.
2.2 Included in the above is the cost of labor and material to erect and dismantle OSHA
approved staging.
2.3 Any additional staging will be negotiated thru a delivery order from COR.

19
ITEM No. 116 – OFF LOAD OF LIQUIDS AND STORAGE

1.0 ABSTRACT
1.1 This item describes the requirement for the contractor to off load ship's service fuel oil
and lube and temporary storage.
2.0 REFERENCES:
2.1 TS General Rudder - Capacity Plan.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location/Quantity:
3.1.1 NOTE: Tank capacities listed below are for informational purposes only and are
not indicative of quantities to be handled.) A current sounding sheet shall be
provided at the bidders conference for bidding purposes.

Description Compartment Number Tank Capacity 100%


Fuel Oil Day Tank (4-52-3) 4,355
Fuel Oil Day Tank (4-52-4) 4,468
Fuel Oil Storage Tank (4-18-0) 22,317
Fuel Oil Storage Tank (4-72-1) 12,667
Fuel Oil Storage Tank (4-72-2) 22,667
Lube Oil Storage Tank (4-60-1) 1,500
Lube Oil Storage Tank (4-60-1) 1,500

3.2 Quantity: OPTION ITEM pricing shall be in accordance with Paragraph 4.1.
4.0 STATEMENT OF WORK
4.1 Fluid retention of fuel oil and lube oil
4.1.1 Provide a clean storage facility with a capacity of approximately 55,000 gallons
of fuel oil and 3,000 gallons of lube oil. Contractor designated storage facility
shall be inspected by MARAD COR and Chief Engineer for cleanliness and
acceptability prior to any transferring of fuel oil and lube oil. Prior to offloading
of liquids, the contractor, together with ship's force, shall verify quantities to be
handled. Samples shall be taken by the contractor of the liquid transferred to and
from each tank. These samples shall be turned over to the ships force
representative. Upon completion of transferring of liquids, the contractor, in
conjunction with ship's force, shall further verify quantities at the storage facility.
4.1.1.1 When directed by MARAD COR, return all fuel oil and lube oil to the
vessel.
4.1.1.2 All fuel shall be centrifuged when transferring back aboard the vessel
4.1.1.3 Prior to returning of liquids, the contractor, together with ship's force,
shall take sounding of all tanks verifying quantities to be handled.
4.1.1.4 Provide MARAD COR with three (3) copies of actual tank soundings
verifying quantities to be handled.
4.1.1.5 For pricing purposes, estimated quantities to be off loaded are delineated
in Paragraph 4.3.
4.1.1.6 Where removed, reinstall manhole covers on all tanks utilizing new
gaskets and wicking, and replacing all missing or defective fasteners.
4.2 Tanks and tank locations are as cited in Paragraph 3.1 of this item together with tank
capacities. Ship's equipment and systems shall not be used to off load liquids as set forth
in this item. Contractor shall provide his own pumping equipment and rig as necessary in

20
order to perform work as specified in this item. Upon completion, the contractor shall
unrig and remove all pumping gear, leave all work areas clean, and restore as original any
disturbed damaged areas as a result of work performed in conjunction with this item.
4.3 General Requirements:
4.3.1 Provide a bid price for the off loading and storing of liquids set forth in this
paragraph. For estimating purposes, refer to the listed categories and quantities
as shown below:

Material Quantity (Gallons) Price Per Gallon Total Cost


Fuel Oil 55,000
Lube Oil 3,000

21
SECTION 200: DRY DOCK WORK ITEMS

22
ITEM No. 201 – DRY-DOCKING AND UNDOCKING OF THE VESSEL

1.0 ABSTRACT
1.1 The intent of this work Item is for the Contractor to furnish a suitable dry-dock, certified
by a recognized dry-dock certifying authority such as NAVSEA, ABS Tech to dry-dock
the vessel.
2.0 REFERENCES:
2.1 Drawing 6233631; Docking Plan – Use Docking Position N+ Number 2
2.2 Drawing 801-0000036; Guidance Docking Plan
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location:
3.2 Description:
3.2.1 TS GENERAL RUDDER
3.2.1.1 Length Overall 224 Feet
3.2.1.2 Breadth Molded 43 Feet
3.2.2 The minimum acceptable draft and corresponding displacement permitted to
drydock the vessel consistent with adequate stability and structural integrity are
as follows:
3.2.2.1 Displacement: 2,262 Long Tons
3.2.2.2 Displacement Draft: 14 Feet – 11 Inches
3.2.3 Anticipated Arrival Draft:
3.2.3.1 Draft @ Fwd Marks: 11 ft. – 05 in
3.2.3.2 Draft @ Aft Marks: 13 ft. – 00 in None
4.0 STATEMENT OF WORK
4.1 The Contractor shall provide a suitable dry-dock, certified by a recognized dry-dock
certifying authority, such as NAVSEA or ABS Tech. A copy of the certificate shall be
submitted upon request to MARAD Contracting Officer by the apparent successful
bidder prior to contract award, and the original shall be made available for inspection by
the COR. The certificate is to show issue date, expiration date, and lift capability. A
material condition survey report will not be accepted in lieu of a certificate.
4.2 Contractor shall furnish labor, material and special equipment necessary to dry-dock and
undock the ship. The dry-dock facility’s length overall shall be equal to or greater than
the length of the ship overall, and the side wall clearance between the dry-dock walls and
the ship's side will be no less than five (5) feet on each side.
4.3 Contractor shall calculate stability data. Determine maximum allowable trim based on the
block loading and stability. Calculate maximum still water bending moment. Determine
this to be within the ship’s allowable stress.
4.4 Docking/Undocking Conference
4.4.1 Contractor shall conduct a docking/undocking conference at least one day prior
to docking, undocking, and fleeting of the ship. This conference shall be attended
by the ship's Master or Chief Mate, Chief Engineer, and the Contractor's Dock
Master who will be present during the time of the docking evolution. At this
conference the Dock Master is to discuss the time of docking/undocking, tidal
conditions, tug and pilot arrangements, line handlers, ship's crew responsibilities,
and temporary services procedures.
4.5 Immediately before the docking/undocking conference the Contractor's Dock Master
shall furnish a copy of a report indicating the following:
4.5.1 Time of high tide and the amount of rise and fall and water over blocks.
4.5.2 Tug and Pilot Arrangements
4.5.3 Line handling

23
4.5.4 Ship's staff responsibilities
4.5.5 Weight control procedures
4.5.6 Electrical shore power
4.5.7 Electrical grounding arrangements
4.5.8 Continuation of ship’s general services
4.5.9 Transfer of liquids to facilitate dry-docking
4.5.10 Communication arrangements between Dock Master, ship's crew, and MARAD
COR during the docking and undocking.
4.5.11 Pertinent and/or unusual conditions affecting dry-docking.
4.5.12 Stability calculations/data required by this work item.
4.6 Docking Preparations:
4.6.1 Contractor shall provide dockside line handlers upon arrival of ship at the yard,
all necessary dockside and shipboard line handlers, and tugs for docking,
undocking and any berth shifts until the departure of the ship from Contractor’s
facility.
4.6.2 Contractor shall sound all ship’s tanks upon arrival at the Contractor’s facility,
prior to docking and undocking, and within twenty-four (24) hours prior to
redelivery of the vessel.
4.6.3 Just prior to docking, take tank soundings on the ship. Soundings shall be taken
in a joint survey between the Contractor and a ship's crew representative. The
quantities of liquid in the tanks are to be agreed upon prior to the start of any
ballasting operations. Contractor shall determine ballast requirements to dry-dock
the ship with allowable trim and stability conditions.
4.6.4 The Contractor shall review ship's ballast conditions, trim weights, drafts prior to
dry-docking the ship to assure that all safety conditions have been met.
4.6.5 The Contractor, with the assistance of ship’s crew, transfer fuel oil and/or ballast
water to trim the vessel so as to insure against placing any undue stress or strain
on the vessel. The ship’s crew WILL be available to assist Contractor with
transfer operations. However, Contractor remains fully responsible for all
transfers as required for dry-docking. Contractor shall be responsible for storage
of fuel oil and for disposing of all non-fixed ballast necessary to properly dry-
dock the vessel. Disposal is to be in accordance with all Federal, State, and Local
regulations. All ballast removed by the Contractor shall be replaced with fresh
water only and shall be loaded in compliance with the vessel’s stability and
strength requirements.
4.6.6 If for the convenience of the Contractor, the ship is dry-docked at a displacement
less than that of the ship’s arrival condition, all weights including ballast, lube
oil, fuel oil, fixed ballast, and stores which have to be removed in order to
facilitate the dry-docking of the ship will be for the cost of the Contractor. All
such removed weights shall be stored by the Contractor for the duration of the
dry-docking period and returned to their respective locations at no additional
cost.
4.6.7 The Contractor shall prepare the dry-dock and set the keel blocks. Location of
keel blocks shall be in accordance with the ship's requirements with reference to
the dry-docking plan. Height of blocking shall be a minimum of four (4) feet
high. Position blocks so that propellers, rudders, and other appurtenances on the
surface of or protruding from the hull will not be damaged and will be accessible
for removal and repair. Insure that no tank drain plugs, transducers, or areas
where new installations will be made are covered.

24
4.6.8 Blocking shall be composed of a combination of either concrete or steel with
hardwood upper part blocks, fitted with 2" thick soft cap blocks. Blocking shall
be secured and shall be cribbed to prevent shifting.
4.6.8.1 The term hardwood", for the purpose of this item, includes: White Oak,
California Laurel, Oregon Myrtle, Iron Bark, Blue Gum, American Rock
Elm or Preserved Red Oak. Woods acceptable for soft caps are: Douglas
Fir, Tamarack, Long Leaf Pine or Hemlock.
4.6.8.2 The normal life span for hardwood blocking is about ten (10) years.
Nevertheless, blocking showing evidence of excessive crushing,
warping, racking, rotting or damage from dogging and unequal shrinkage
or deterioration to an extent of no longer being capable of supporting a
prescribed load over full bearing area is not acceptable and shall be
replaced.
4.6.9 A dock inspection including inspection of the prepared blocking shall be jointly
conducted with the, Chief Engineer, Ship’s Master, and or, Chief Officer,
Contractor's Dock Master and supervisory personnel. Blocks shall be inspected
for heights, leveling, shaping, spacing and securing of the dry-dock hardware to
its structure. Dock inspection shall be accomplished in daylight at least four (4)
hours prior to flooding the dry-dock. Immediately prior to flooding the dock,
accomplish a final block inspection with COR and Ship’s Officers.
4.7 Docking Evolution:
4.7.1 The Contractor shall ensure that blocking has been properly set to clear ship's
underwater equipment prior to setting the ship on the blocks.
4.7.2 Immediately after the ship is dry-docked, inspect the fit of the blocks. Provide
necessary shimming between blocking and hull in the event of hull movement
due to ballasting or shifting of ship's load.
4.7.3 If the ship is found off the centerline on the keel blocks by more than six (6)
inches, the Contractor shall re-dock the ship and place the ship on the centerline.
4.7.4 Shift the keel blocks as found necessary to permit examination of all peak and
double bottom tank drain plugs and fathometer transducers by the COR.
4.7.5 Electrically connect ship's hull when in dry-dock at the bow and stern of the ship
with cables (minimum 500,000 circular mills) and ground connection in dry-dock
for protection against lightning and other static charges. The static ground leads
shall be connected to the ship before any electrical currents are turned on to the
ship. Connection shall be made before the ship is free of the water.
4.8 Requirements on Dock:
4.8.1 Immediately upon docking, the entire underwater body of the ship shall be high
pressure water washed with fresh water at 3,000 psi and hand scraped to remove
all foreign material, marine growth, and loose paint. At the completion of the
cleaning, allow for an inspection of the hull by the ABS Surveyor, the US Coast
Guard Marine Inspector, the MARAD COR and Ship’s Officers.
4.8.2 Contractor shall provide necessary temporary services and equipment such as
lighting, rain coats, rubber boots, staging and cherry picker with operator to assist
COR, Ship’s Officers, Regulatory Body Inspectors and U.S. Government
Technical Inspectors to perform underwater hull and coating inspections.
4.8.3 The Contractor shall provide a numbering system to account for any temporary
plugs inserted into underwater hull penetrations during dry-dock work. Each plug
shall be assigned a unique number. Prior to undocking, these plugs shall be
removed and accounted for and a report made to the COR.
4.8.4 The Contractor shall in no case transfer ballast or fuel while the ship is in dock
without specific permission of the COR and the Dock Master. Any ballast

25
removed by Contractor for dry-docking shall be replaced by the Contractor with
clean, fresh water. The ship shall be refloated, to the greatest extent practicable,
at the docking drafts and displacement.
4.8.5 Contractor shall mask propeller shaft gland seal boxes, propellers, rudder stock
gland and rudder pintles with heavy canvas and plastic during sand blasting,
water blasting, hot work or other pertinent work around the stern. These
temporary protections shall be restored after performance of related work and
removed prior to undocking.
4.8.6 Contractor shall arrange and provide services of Naval Architect(s) to perform
ship check while the ship on dry-dock blocks and update the ship Docking Plans
as listed in REFERENCE. Prepare and submit updated Docking Plans in three (3)
hard copies and one (1) electronic copy in PDF file format on CD to COR.
4.9 Undocking:
4.9.1 Upon completion of dry-docking work items as set forth in the basic pacification,
the Contractor shall notify ABS and USCG 24 hours prior to undocking. Provide
necessary tugs, line handlers and undock the ship.
4.9.2 Prior to undocking, ensure that the dock is free of all debris and that all work
accomplished during the dry-dock period, such as sea valves, shaft seals and all
other hull penetrations are proven watertight by high pressure fresh water hose
testing or other means acceptable by the COR and regulatory bodies.
4.9.3 Flood the dry-dock at a date and time mutually agreeable to the Contractor and
the COR. Stop flooding the dry-dock after hull penetrations are submerged, but
before the ship lifts off the blocks. Perform a watertight integrity inspection of
all Contractor's work affecting the water tightness of the hull and on hull
penetrations and sea valves below the water level, in company with the ABS
Surveyor, USCG Marine Inspector and the COR. Re-dry-docking to correct
deficiencies in Contractors work shall be accomplished at Contractor’s expense.
Upon satisfactory completed of inspections and when safe to float the ship
continue flooding the dry-dock and undock the ship.
5.0 PERFORMANCE CRITERIA / DELIVERABLES
5.1 Prepare and submit to the MARAD COR four (4) typewritten copies of:
5.2 Docking and paint reports
5.3 MARAD Dry-dock Report (Form MA-57)
5.4 Propeller and stern bearing and seal reports
5.5 Updated Docking Plans in hard copy and electronic copy
5.6 Prove all work to the satisfaction of COR and Ship’s Officers.
6.0 NOTES
6.1 Owner's docking plan (position #2) is to be used for arrangement of blocks.
6.2 Owner’s Representative and vessel's Master are to be notified by Contractor of required
draft for ballasting purposes at least 48 hours in advance of vessel entering shipyard.
6.3 Disposal of all debris and material generated by the repairs is to be disposed of at
Contractor’s expense in accordance with all applicable local, state and federal
regulations.

26
ITEM No. 202 – DOCK TRIALS

1.0 ABSTRACT
1.1 This item describes the requirement that upon completion of any modifications/repairs or
for the purposes of class or regulatory inspection(s) to the main and auxiliary machinery,
as well as other items in this specification package, testing, dock trials may be required
under actual operating conditions.
2.0 ITEM LOCATION/DESCRIPTION
2.1 As per work package items.
3.0 STATEMENT OF WORK
3.1 Provide labor and material to fulfill the following requirements:
3.2 Conduct dock trials no later than forty-eight (48) hours prior to date and hour of
expiration of this contract.
3.3 Duration of dock trials shall be approximately two (2) hours of actual running time.
3.4 During dock trials, main propulsion machinery, auxiliary machinery, gear instruments,
and equipment which have been overhauled, repaired, or otherwise worked on by the
contractor, as delineated in this specification package shall be operated and tested to the
satisfaction of the Chief Engineer and MARAD COR.
3.5 During dock trials, contractor shall provide line handlers as necessary to assist in the
reconfiguring of the mooring arrangement as necessary, to ensure safe operation, before,
during and after dock trial(s)
3.6 Ship’s personnel will be in charge of ship's operation during dock trials and will prepare,
start, operate, and test the main propulsion machinery, auxiliary machinery, and other
equipment or gear.
3.7 The contractor shall provide key personnel to perform final adjustments, as required, and
observe the performance of machinery and equipment and take necessary corrective
measures to remedy any deficiencies. Any deficiencies found during dock trials shall be
worked on and corrected by the contractor.
3.8 If during dock or sea trials, any deficiencies found in the contractor's work, as specified
in the various items of these specifications, deficiencies shall be corrected to the
satisfaction of MARAD COR.

ITEM No. 203 – HULL PREPARATION AND COATING


1.0 ABSTRACT
1.1 The intent of this item is to perform a high pressure fresh water washing, joint inspection,
complete surface preparation for coating in areas identified to be spot coated in the joint
inspection and then application of specified coating system.
2.0 REFERENCES
2.1 MARAD Coating Guidelines
2.2 Good Painting Practice, SSPC Painting Manual, The Society for Protective Coatings,
Vol. 1 & 2 (Latest Edition)
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Entire underwater and freeboard exterior of vessel.
3.2 Description: Subject to joint inspection; hull preparation for, and application of hull
coatings for areas identified.
4.0 CONTRACTOR FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Paint Manufacturer’s Technical Representative (PMTR)
5.0 STATEMENT OF WORK

27
5.1 The contractor shall provide an on-sight Paint Manufacture’s Technical Representative
(PMTR). The PMTR shall verify the Contractor’s preparation and installation of all
coating systems are in accordance with these specifications and the manufacturer’s
recommendations.
5.2 General conditions and specifications for painting:
5.2.1 All work shall be accomplished to the satisfaction of PMTR and the MARAD
COR.
5.2.2 All recommendations of The Society for Protective Coatings (SSPC) and all
environmental regulations shall be strictly adhered to.
5.2.3 Staging with erection and disassembly and / or man-lifts shall be provided as
required to completed this item work scope.
5.2.4 Planning meeting: At least 24 hours prior to vessel’s entering dry dock,
Contractor shall arrange / schedule a conference between Owner’s representative,
PMTR, Contractor’s personnel (Hull blasting and Coasting Supervisor), and the
Paint Contractor (if other than the ship yard). The conference will establish
criteria and agreements pertaining to surface preparation and paint application.
Subjects of discussion at the conference shall include, but shall not be limited to:
5.2.4.1 Role of the various parties.
5.2.4.2 Atmospheric Conditions that will delay or interrupt coating operations.
5.2.4.3 Methods of measuring coating thickness and tracking material
consumption.
5.2.4.4 Procedures and schedules for inspecting each step in the coating process.
5.2.4.5 Surface preparation and quality requirements.
5.2.4.6 Summary report format review and compliance with compiling the same.
5.2.4.7 Verification of environmental influences that may influence stages of
coating application.
5.2.4.8 Establish Volume Control Criteria.
5.2.4.9 Other aspects elevating the level of assurances that the coating system
will be applied successfully and in accordance with the specifications.
5.2.4.10 The contractor will provide a preliminary coating schedule for discussion
at the meeting with a final copy to follow. It shall outline the procedures,
product designations, product data sheets, and dry film thickness for all
areas in the item.
5.2.4.11 Take minutes during meeting and furnish a copy to the MARAD COR
within four (4) hours of meeting completion. All attendees will initial the
minutes.
5.3 Provide the necessary arrangements to protect the various mechanical, electrical and
structural appurtenances of the hull, house, and machinery from blasting and painting
residue throughout the entire period of performance of surface preparation and coating
until the completion of all such work.
5.3.1 Prevent the intrusion of any blasting residue, dirt, removed material, or paint
while blasting and / or painting. Contractor shall temporarily cover, blank, mask,
and / or plug all penetrations into the ship.
5.3.2 Protective covers shall be installed and any deterioration due to wind, rain or any
other reason shall be corrected immediately. The protected items shall include
but not be limited to: port lights, windows, doors, manholes, scuttles, hatches,
vent louvers, air escapes, sounding tubes, scuppers, drains, vents, valve stems,
lubricated machinery parts, wire drums, chains, cranes, sheaves, rigging,
transducers (fathometer and speed log), zinc anodes, Impressed Current Cathodic
Protection system reference cells, anodes and dielectric shields, propeller and

28
exposed parts of tail shaft. Contractor shall Reference Item 201, 5.8.5 under Dry
Docking Vessel regarding masking propellers, etc.
5.3.3 To prevent blast media and paint fume migration into the habitable spaces,
schedule activities inside the vessel with the goal of limiting entry to the vessel’s
interior spaces during periods of blasting and spray painting.
5.3.4 When directed by the MARAD COR, and prior to undocking the vessel, remove
protective covers and similar arrangements.
5.3.5 As protective covers are being removed some fresh coatings may be disturbed or
even some missed areas may be noticed. Provide for hand preparation and
coating of such disturbed or missed areas to complete coating application.
5.4 Inspections: the following check points shall be established by the contractor and
incorporated into the daily production schedule:
5.4.1 Keel Block Inspection: Prior to dry-docking the vessel.
5.4.2 Vessel Protection: Prior to commencement of any abrasive blasting.
5.4.3 Surface Preparation: Prior to the application of coating, after blasting, and prior
to each subsequent application of the coating system.
5.5 At sea chests, remove all sea chest strainers, gratings, and zinc anodes prior to hull
cleaning / blasting and coating. Reinstall after application of coatings providing for anode
replacements in accordance with Item 205. Restore coatings disturbed by reinstallation /
replacements. Reinstall sea chest gratings, grating fasteners are to be renewed with 316SS
Fasteners. Secure Fasteners using Monel wire.
5.6 As the dry dock is being pumped dry, the contractor shall commence and continue to high
pressure fresh water wash the underwater hull before any and all marine growth has had a
chance to dry. The intent of this item is to remove all marine growth from the underwater
hull (using scrapers as necessary) prior to commencing blasting operations.
5.6.1 Complete a high-pressure fresh water wash and hull cleaning within 24 hours of
the vessel entering dry dock.
5.6.2 Provide for using rotary nozzles (NOT FAN TIPS) a minimum fresh water
nozzle pressure of 5,000 psi.
5.6.3 Provide adequate staging or man-lifts to ensure that the operators can and do
maintain a maximum distance of 6” from the hull with the water blasting nozzle
or lance.
5.6.4 Wash the hull from the keel to the cap rail. Remove ‘ALL’ existing marine
growth. Any marine growth that cannot be removed by high-pressure fresh water
wash must be removed by hand scraping or mechanical cleaning.
5.6.5 The entire submerged and freeboard area of the hull shall be washed down with
high-pressure fresh water 5000 psi minimum at the nozzle. High pressure wash
shall be performed from the cap rail to the keel including all appendages but not
limited to sea chests, strainer plates, bilge keels, propeller and rudder. Continue
fresh water washing until sodium chloride levels are lowered to coating
manufacturer’s requirement.
5.6.6 Remove oil, marine growth/slime, grass, tubeworms, barnacles, sodium chloride
deposits, loose and defective paint, anti-fouling related depletion layer, other
surface contaminants, foreign materials and stains.
5.7 All surfaces containing oil or grease are to be thoroughly cleaned if necessary by hand
wiping to the requirements of “SOLVENT CLEANING STANDARD SSPC-SP1”.
Allow for one thousand (1000) square ft. of solvent cleaning / washing.
5.8 Prior to blasting and immediately after cleaning in accordance with 5.6 the PMTR,
Owner’s Representative and Contractors representative(s) shall make a joint inspection of
the underwater hull. This inspection shall identify areas of bare metal, blistered, cracked,
peeling paint or paint which is otherwise deteriorated and to assess the overall condition

29
of the coating system. Percentages of the areas that require spot preparation in
accordance with paragraph 5.11 shall be identified for each zone. Digital pictures shall be
taken to depict these conditions and incorporated in the deliverable report in section 6 of
this item.
5.9 Surface preparation shall be accomplished to the satisfaction of the PMTR and shall
comply with the following as a minimum.
5.9.1 With the exception of the “spot area” and “incremental area” preparation
(detailed in subsequent paragraphs) all areas of the hull appendages such as the
sea chests, sea strainers, bow thruster tunnel, hawse pipes, and deck scuppers,
shall be prepared to SSPC-SP 10. These areas are to be in addition to the square
footages to the tabulated areas in Paragraph 5.11. This preparation shall include:
5.9.1.1 Removal Antifouling systems and to prepare those areas for application
of new antifouling topcoats.
5.9.1.2 Removal of one layer and all loose and deteriorated top coats above the
anti-foulant areas.
5.9.2 Selected spot preparation shall include complete removal of the coating system in
designated areas down to bare metal requiring surface preparation to standards
SSPC-SP 10 and perimeter of spot cleaned areas is to be feathered; applying a
complete anti corrosive system with anti-fouling top coat. Percentages are called
out in Paragraph 5.11.
5.9.3 Any surface that cannot be prepared properly using abrasive or ultra-high hydro
blasting shall be power tooled to SSPC-SP11 by use of needle guns and/or hand
tooling.
5.9.4 While the anchor chains are ranged, prepare and coat port and starboard hawse
pipes internally by hollow blasting and coating. Contractor shall reference Item
213. Hawse pipes shall be coated with Freeboard coating system.
5.9.5 Internal and external weld repairs, as required by the attending regulatory bodies
and/or this specification, are to be coordinated with this item to prevent damage
to applied coatings. At the completion of weld repairs, any surface irregularities
at the welds such as “BB”s, sharp edges, slag, flux, etc. shall be ground smooth.
If coatings are disturbed, the damaged areas are to be prepped to SSPC SP 6 / HB
2 and recoated, feathering into surrounding coatings.
5.10 Coating application shall not start until surface preparation has been approved by PMTR.
The following coating application guidelines shall be adhered to.
5.10.1 Provide for receiving and handling of all coating materials and disposal of waste
generated by this item in accordance with all Federal, State, and local laws.
5.10.2 Apply all coatings, in strict compliance with the PMTR’s recommendations.
5.10.3 Staging for painting shall be free of all blast media, dirt and debris prior to
application of coatings.
5.10.4 Coatings shall be applied to bare metal surfaces as soon as possible, after
approval of the surface preparation by the PMTR, to prevent oxides from
forming on blasted areas. Any hull areas that are permitted to "flash rusting" or
re-rust will be blast prepared again.
5.10.5 Coatings must be thoroughly mixed prior to and during application to ensure that
all high solids inorganic materials are continuously agitated during application
and to ensure proper suspension of solids. All coating application is to result in a
smooth, evenly applied film. For spot repaired areas, feathering of edges is
necessary to achieve this objective. Sags, runs, dry spray and uneven film
thickness are to be corrected before over coating. Imperfections in final coats are
to be corrected before undocking.

30
5.10.6 Thinning shall only be done in accordance with the paint manufacturers
recommendations. Final dry film thickness shall be as designated in Paragraph
5.12. This shall be confirmed in the presence of the PMTR by ultrasonic
measuring instruments following each coating application and two (2) copies of
all coating reports shall be furnished.
5.10.7 Steel temperature to be a minimum of five (5) degrees Fahrenheit above the dew
point of the surrounding air prior to the application of barrier coats and first coat
of primer. No application is to be done when condensation is present on the
surface. Ballast tanks shall be drained if required to improve drying conditions.
Transfer of water shall be the sole responsibility of the Contractor.
5.10.8 Apply the coatings at the wet and dry film thickness specified. Dry film thickness
(DFT) readings shall be verified by the PMTR. All film thickness deficiencies
shall be brought up to the thickness defined in the specifications by additional
coat(s). Dry film thickness readings shall be made with Elecometer, Mikrotest, or
other approved gauges. All runs, sags, over spray and excessive film buildup
shall be corrected.
5.10.9 Prior to each application of coating, the contractor shall hand-stripe all weld
seams using a finger roller with the next coating to be applied. This is to include
the first or prime coat.
5.10.10 All coatings are to be applied by airless spray using a minimum of 30 to 1 air to
supply to pressure ratio pump. Spray line hose shall be no longer than 150 ft. in
good weather. Airless spray pumps to be fitted with moisture traps.
5.11 After acceptance of surface preparations by PMTR, MARAD COR and regulatory
inspections of sea chests and bow thrusters, apply coating systems in accordance with the
following systems. The number of coats and dry film thickness in mils or thousandths of
an inch are provided herein are for estimating purposes.

NOTE: Where Abrasive Blast SSPC-SP 10 or SSPC-SP 6 is denoted here in equivalent Ultra High
Hydro Blast equivalents to HB 2-1/2 and HB 2 respectively are considered equal alternatives.

5.11.1 Underwater Hull Keel to Boot Top - Total Area Approximately 15,000 FT2.

5.11.1.1Surface preparation:

% Area SSPC Standard Description Area FT2


15 SP-10 (Sa2.5) Near White Blast 2250

5.11.1.2Coating Application

Coat % DFT Area


Paint
Number Area mils FT2
1 15 Amercoat 235 AT 235-72/5U Epoxy Red 5 2250
2 15 Amercoat 235 AT 235-20/5U Epoxy Haze Grey 5 2250
3 15 Amercoat ABC#3 ABC3-92/05 Antifouling Black 5 2250
4 100 Amercoat ABC#3 ABC3-92/05 Antifouling Black 5 15000
5 Amercoat 235 AT5450-3/01 White (Under Water Hull Markings) 1.6

5.11.2 Deep Load Line to Top of Rail - Total Area Approximately 14,800 sq. ft.

31
5.11.2.1Surface preparation:

% Area SSPC Standard Description Area FT2


15 SP-10 (Sa2.5) Near White Blast 2220

5.11.2.2Coating Application

Coat % DFT Area


Paint
Number Area mils FT2
1 15 Amercoat 235 AT 235-72/5U Epoxy Red 5 2220
2 15 Amercoat 235 AT 235-9/5U Epoxy Black 5 2220
3 100 Amercoat 450 H AT45H-9/5U Maroon Polyurethane Finish 2 14,800
4 1 Amercoat 450 H AT45H-3/5U White Finish (Hull Markings) 2 148
5 1 Amercoat 235 AT5450-3/01 White (Under Water Hull 1.6
Markings)

5.11.3 Freeboard Upper Transition Stripe at Bow - Total Area Approximately 60


FT2

5.11.3.1Surface preparation:

% Area SSPC Standard Description Area FT2


100 SP-10 (Sa2.5) Near White Blast 60

5.11.3.2Coating Application

Coat % DFT Area


Paint
Number Area mils FT2
1 100 Amercoat 235 AT 235-72/5U Epoxy Red 5 60
2 100 Amercoat 450 HAT45H-9/5U Maroon Polyurethane Finish 2 60
3 1 Amercoat 450 H AT45H-3/5U White Finish (Hull Markings) 2

5.11.4 Additional areas (called out in Para. 5.9.1) – Total 1,000 FT2.

5.11.4.1 Surface preparation:


% Area SSPC Standard Description Area FT2
100 SP-10 (Sa2.5) Near White Blast 1,000

5.11.4.2 Coating Application

Coat % DFT Area


Paint
Number Area mils FT2
1 Amercoat 235 AT 235-72/5U Epoxy Red 5
2 Amercoat 235 AT 235-20/5U Epoxy Haze Grey 5
3 Amercoat ABC#3 ABC3-92/05 Antifouling Black 5
4 Amercoat ABC#3 ABC3-92/05 Antifouling Black 5

32
5 Amercoat 235 AT5450-3/01 White (Under Water Hull Markings) 1.6

5.11.4.3 Coating Application 5.11.4.2 Applies to sea-chest, sea-chest gratings,


Bow thruster safety bars, and rudder etc.
5.11.4.4 The boot top cut line shall be straight and with no perceivable
undulations.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Planning Meeting Minutes
6.2 Line item prices requested in section 7.0 of this item.
6.3 Daily Logs using reference 2.3 (or Owner Approved equal) submitted to Owners
representative with Contractors signature.
7.0 NOTES
7.1 If renewals of internal structural steel elements are being carried out in other specification
items and related growth work. Coatings damaged by hot work in those areas shall be
considered in scheduling and carrying out this item. After completion of steel renewals,
the damaged coatings shell be repaired to the same standards and seamlessly blend with
the adjacent fresh coatings.
7.2 Provide a line item price in bid submission (Sch. B) for preparing one hundred (100) FT2
of hull to SSPC-SP10 (Sa2.5) Near white blast and applying a Amercoat four (4) coat
anti-fouling bottom system in accordance with paragraph 5.11.1.
7.3 Provide a line item price in bid submission (Sch. B) for preparing one hundred (100) FT2
of hull to SSPC-SP11 power tooled to SSPC-SP11 by use of needle guns and/or hand
tooling and applying a Amercoat four (4) coat anti-fouling bottom system in accordance
with paragraph 5.11.1

ITEM No. 204 – RENEW ZINC ANODES


1.0 ABSTRACT
1.1 The intent of this item is to perform a joint inspection of all zinc anodes and for the
contractor to provide labor, material, and equipment to renew all zinc anodes that require
replacement on the hull.
2.0 REFERENCES
2.1 Ship’s DWG 633-0000120B; Cathodic Protection Schedule
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Underwater hull; 88 zinc anodes.
3.2 Description: 23.5 lb zinc anode ZHS-23 with two (2) ASTM A-36 weld straps (3/8” x 1-
1/4”) per anode.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR.
5.2 Staging with erection and disassembly and / or man-lifts shall be provided as required to
complete this item work scope.
5.3 Perform a joint inspection with MARAD COR of all zinc anodes on the hull as described
in reference 2.1.
5.3.1 The number and location of anodes determined for replacement shall be
incorporated in a deliverable report in section 6 of this item.
5.4 Replace all zinc anodes as determined in joint inspection.

33
5.4.1 A complete hull painting system is required beneath all anodes. This item is to be
worked in conjunction of Item 203. Care shall be taken to keep the outer surfaces
of the anodes free of paint.
5.4.2 Hull paint system destroyed in way of straps when removing or attaching zinc
anodes shall be repaired.
5.4.3 Leave clearances for draft numbers.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Number and location of zinc anodes to be replaced as determined in 5.3.1.
7.0 NOTES
7.1 One (1) anode was removed last dry dock and welded to a bulkhead in the Welding Shop
as an example or wear down baseline.
7.2 All anodes will be considered as needing replacement for Contractor cost estimating
purposes. The Contractor price accepted will be prorated to determine the cost of anodes
selected for replacement.
7.3 Contractor is to have a Certified Marine Chemist confirm all tanks and spaces that will be
heated while the existing zinc anodes are removed or the new anodes are welded in place
are safe for hot work and issue a “Safe for Hot Work” certificate in accordance with
Specification “Gas Free” item. If necessary, Contractor to provide ventilation required to
achieve a gas free condition. Contractor is to maintain gas free status for the duration of
the work. The tanks are to be tested a minimum of at least once every 24 hours, with a
new certificate issued.
7.4 Contractor shall comply with requirements for weld procedures and welder qualifications
included in the General Requirements item, Item No. 121 of this specification.

ITEM No. 205 – ANTI-BIOFOULING SYSTEM MAINTENANCE


1.0 ABSTRACT
1.1 The intent of this item is for the Contractor to provide a manufacturer authorized Service
Engineer/Technician to supervise contractor furnished labor to open, inspect, and replace
anodes in the vessel’s anti-biofouling system.
2.0 REFERENCES
2.1 ELINCA System Operation and Maintenance Manual
3.0 ITEM LOCATION/DESCRIPTION
3.1 Control Panel: Frame 36, portside of Main Generator Room.
3.2 Anodes: Two per sea chest in void 4-34-0. Three sea chests (Six anodes total).
3.3 Manufacturer Data: ELINCA Anti-Biofouling System.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Reference 2.1 when ship is in Dry Dock.
4.2 ELINCA Anodes:
4.2.1 Three (3) 8-inch-long Copper anodes
4.2.2 Three (3) 8-inch-long Iron anodes
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR.
5.2 Arrange and provide manufacturer authorized Service Engineer/Technician to supervise
all the work specified within this Work Item.
5.3 The Existing anodes in three (3) sea chests shall be inspected internally and externally by
the Service Engineer(s).
5.3.1 Service Engineer/Technician to submit condition report to COR.
5.4 Electrically disconnect each anode from unit and disconnect anodes from hull by
removing Capac epoxy and unbolting unit. Contractor to note that manhole covers in the
lower generator-room void must be removed to facilitate anode removal.

34
5.5 This work item is to be conjunction of item 203 & 204. Provide new zinc anodes to
replace the existing zinc anodes after sea chests have been blasted and recoated. Install
and electrically connect three 8-inch-long copper ELINCA anodes and three 8-inch-long
iron ELINCA anodes for replacement in the three sea chests.
5.6 Ensure iron cathodes on sea chest grate are free of paint before installation.
5.7 After the vessel has been re-floated, system shall be adjusted and tested by the
manufacturer authorized service engineer(s) to verify proper operation.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Condition report as per 5.3.1.
7.0 NOTES
7.1 All work under this item to be supervised by manufacturer’s service representative
scheduled by Contractor and provided at Contractor’s expense.
7.2 ELINCA System Manufacturer:
7.2.1 Admiral Filter Company, LLC 239
Route 206 South Sandyston, New Jersey 07826
Ph: (973) 948-3252 - Mrs Liz Baldwin
Ph: (201) 412-0207 – Mr. Bob Sarro

ITEM No. 206 – RUDDER AND STERN FRAME EXAMINATION


1.0 ABSTRACT
1.1 This item describes the requirement to prepare rudders and stern frame for ABS Dry-
dock Survey and pintle wear down on rudders.
2.0 REFERENCES
2.1 Ship’s drawing 561-0000222F; Steering Gear Arrangement & Details
2.2 Ship’s drawing 562-0000030D Rudder & Rudder Trunk Arrangement & Details
2.3 Ship’s drawing 114-0000023C; Skeg
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Underwater Hull Stern Area and Steering Gear Flat
3.2 Quantity: Two (2) Rudders
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR and regulatory
officials.
5.2 Arrangement/Outfitting
5.2.1 Furnish all labor, material, equipment, staging and rigging to accomplish all work
required by this work item. Remove all drain and bleeder plugs.
5.2.2 Unbolt keeper plate and record the clearances of the rudder stock
bearing/bushing. Contractor to note that bearing/bushing (s) are Thordon
material. Dry calculation to be considered when taking and recording clearances.
Provide three (3) copies of wear down readings to MARAD COR. Upon
completion of all work and inspections, reinstall keeper plate using new
contractor furnished gaskets and seals.
5.2.3 Gas free each section of the rudder, rudder stock, and void space. Provide and
maintain gas free certification, SAFE FOR MEN, SAFE FOR HOT WORK, of
rudders in accordance with the requirements of this work item.
5.2.4 Take clearances of the lower rudder stock bearings. Provide three (3) typewritten
copies of the report to the MARAD COR listing all the measured clearances.

35
5.2.5 Inspect rudder palm bolts and nuts. Inspect “turn of the nut” marks and hammer
test each. Nuts to be tightened in accordance with Reference 2.2.
5.2.6 Measure carrier washer for thickness and provide three (3) copies of the report to
MARAD COR. Inspect upper rudder neck bearings in way tiller and above
packing area.
5.2.7 Using Reference 2.1, as guidance, remove old packing, clean packing cavity, and
repack with contractor supplied packing.
5.2.8 Reinstall all drain and bleeder plugs and perform an air test on the rudder, not to
exceed two (2) PSIG to the satisfaction of MARAD COR, Chief Engineer, ABS,
and USCG.
5.3 Inspection and Test:
5.3.1 All inspections and testing shall be carried out in accordance with the
requirements of this work item.
5.3.2 Conduct a visual inspection of the rudder, rudder horn, and rudder stock with
MARAD COR, Chief Engineer, ABS, and USCG.
5.4 Painting
5.4.1 All new and disturbed surfaces shall be prepared, primed, and coated in
accordance with the requirements of Work Item No. 203 for Hull Preparation and
Coating.
5.4.2 Prime and paint new surfaces to match the surrounding areas. All disturbed areas
shall be wire brushed to remove scale, rust and loose paint; then cleaned, primed
and painted to match surrounding areas, in accordance with the requirements of
this Work Package and Hull Coating Work Item.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Provide three (3) copies of rudder stock bearing/bushings wear down readings for to
MARAD COR per 5.2.2.
6.2 Provide three (3) typewritten copies of the of the clearances of the lower rudder stock
bearings to the MARAD COR per 5.2.4.
6.3 Provide three (3) copies of carrier washer thickness report to MARAD COR per 5.2.6.
7.0 NOTES
7.1 All work on this item shall be accomplished in conjunction with other dry-docking items
of this specification package.
7.2 All inspections and examinations shall be witnessed by MARAD COR and Regulatory
Body Inspectors.
7.3 All fittings, calibrated gauges, etc. necessary for air testing shall be furnished by the
Contractor.
7.4 All testing shall be performed in the presence of USCG, ABS, and Owner’s
Representatives.
7.5 Secure and lock out / tag out all electrical power to Steering System prior to start of work.
7.6 This item requires that extreme cautions be taken to protect rudders and rudder stocks
from any and all damage and to ensure that the ingress of contaminates from the hull
cleaning/sandblasting/coating work does not have an adverse impact on this repair item.

ITEM No. 207 – PROPELLER INSPECTION, MAINTENANCE AND


REPAIRS (ABS)

1.0 ABSTRACT
1.1 The intent of this item is to for the contractor to furnish a seal manufacturer approved
service representative, qualified propeller polishing representative, labor, material,

36
equipment, staging and rigging required for regulatory inspection of two (2) propellers,
and for the contractor to clean, repair, and polish propellers, hubs, and caps.
2.0 REFERENCES
2.1 Drawing No.: 113-1-2201-0544
2.2 Drawing No.: S3-124-123
2.3 Drawing No.: 243-0000-224
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Under water hull stern frame.
3.2 Quantity: Two (2) propellers and two (2) propeller caps.
3.3 Description: Propellers are Copper-Bronze; Four (4) Bladed Propellers; Eight (8) Foot-
Diameter.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Seals & Liners
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR, Seal
Manufacture Service Representative and Regulatory Officials.
5.2 Erect staging that provides access to the propellers and stern tubes.
5.3 Remove Propeller Nut housing to gain access to Propeller nut and locking device. See
references 2.3 for clarification.
5.4 Remove both Port and Stbd. Propellers and dray to shop for servicing as explained in
5.11.
5.5 Drain the stern-tube lube oil level down to minimize the amount of lube oil spillage from
the stern tube. Properly dispose of all oil drained from system.
5.6 Remove the rope guard, send ashore. Sandblast and recoat with the same 4-coat paint
system as prescribed for underwater hull in item 203. Grind clean old attachment areas on
the end of the stern tube. Deliver rope guard back to ship and reinstall when directed.
5.7 When directed, replace owner furnished outer stern tube seal assemblies under
supervision of a contractor furnished seal manufacturer’s service representative. Refill
each seal chamber and check for leakage. Rewire all plugs and fasteners with monel wire.
(This item will work in conjunction with item #209).
5.8 Remove guards and other interference’s in the shaft alley. Remove existing forward seal
assemblies and install new owner furnished forward seals (two forward seals total) under
supervision of a seal manufacturer’s service representative. Set proper runout on the inner
seal liners. This runout to be to satisfaction of Owner’s and Seal Representatives. (This
item will work in conjunction of item #209).
5.9 Reinstall rope guard in proper position.
5.10 Wrap outer seals to protect from any ingress of debris during propeller polishing.
Remove protective coating prior to refloating vessel.
5.11 Both propellers to be fully cleaned, inspected, and polished by contractor furnished
qualified propeller polishing representative. Use of grinding or abrasive stones for
cleaning or polishing is not permitted. Care should be taken to minimize loss of propeller
material. Polishing marks should lie in direction of water flow. Perform liquid penetrant
inspection on all areas of propellers required by the Regulatory Bodies.
5.12 Cover propellers to protect from paint spray or foreign material. (Remove covers prior to
refloating vessel.)
5.13 Remove staging and leave area ready for operation.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Inspection/Test:
6.1.1 MARAD COR will independently inspect the propeller for roughness prior to
undocking the ship.

37
6.1.2Propeller reinstallation shall be carried out to the satisfaction of the Chief
Engineer, MARAD Cor, and Regulatory Body Inspectors.
6.2 General Requirements:
6.2.1 Provide a detailed propeller inspection report to MARD COR.
6.2.2 Provide copies of weardown readings.
6.2.3 Prove all work to the satisfaction of COR and SOMI Officers.
7.0 NOTES
7.1 All work associated with this item to be supervised by seal manufacturer’s service
representative scheduled by Contractor and provided at Contractor’s expense.
7.2 This item to be performed in conjunction with drydocking items.
7.3 This item requires that extreme cautions be taken to ensure that the ingress of
contaminates from the hull cleaning/sandblasting/coating work does not have an adverse
impact on this repair item.

ITEM No. 208 – PROPELLER SHAFT WEAR DOWN READINGS, (ABS)

1.0 ABSTRACT
1.1 This intent of this item is for the contractor to furnish labor, material, equipment, staging
and rigging required for regulatory inspection of two (2) propeller shafts.
2.0 REFERENCES:
2.1 DWG No.: 243-0000224 Shafting Details – Stern Tube and Closure Tube Details, Seal
and Bearings Install, and Rope Guard Details. (Part 1 of 2) [Available on Board]
2.2 DWG No.: 242-0000224 Shafting Detail Arrangement (Part 2 of 2) [Available on Board]
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Underwater hull, stern, port and starboard sides
3.2 Description: Two (2) propeller shafts.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Read Out Gauge(s) for port & starboard shafts
4.2 Stern Tube Oil
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR, and Regulatory
Officials.
5.2 Contractor shall remove propeller shaft wear down reading access plugs and copper
washers from both Port and Starboard side propeller shafts. Drain and collect all the oil
from oil seal boxes. Dispose of drained oil in accordance with Federal, State and local
anti-pollution laws and regulations. Replace Quantity of oil disposed with new owner
furnished oil. Reinstall plugs, as original, using the specified torque after completion of
Inspection.
5.3 The contractor shall obtain the stern bearing wear down gauges from the chief engineer
and take the “wear down” readings from the correct points at each bearing. (Forward
bearings from inside the 4-72-1 & 2 F.O. tanks, intermediate bearings from the top of the
stern tubes, after bearings from the aft. shaft seals). These measurements are to be taken
with propeller blades number one is spotted in the 12 o’clock positon and measurements
witnessed by the vessels Chief Engineer, MARAD COR, ABS Surveyor and USCG
Inspector. Six (6) copies of readings to be given to the MARAD COR on site. No further
work shall be completed until bearing readings are reviewed and a decision regarding
further tailshaft inspections is rendered.
6.0 PERFORMANCE CRITERIA / DELIVERABLES

38
6.1 Provide six (6) copies of a detailed wear down inspection results report to ABS Surveyor,
and MARAD COR.
7.0 NOTES
7.1 All oil shall be handled and disposed of in accordance with all Federal, State, and Local
Regulations.
7.2 Prior to taking the wear down readings, Contractor, together with the Chief Engineer,
shall ensure that the oil supply from the Stern Tube Gravity Tank is secured and the
astern seal head tanks are isolated.
7.3 This item shall be worked in conjunction with other Drydocking items of this
specification package.

ITEM No. 209 – PORT / STBD STERN TUBE & TAILSHAFT REMOVAL

1.0 ABSTRACT
1.1 Remove port and starboard tail shafts, clean and inspect stern tube bushings, replace
propulsion shaft seals, reinstall propellers, and tail shafts in good working order.
2.0 REFERENCES:
2.1 Ref. 10-DWG 243-0000224 Shafting Details - Stern tube and Closure Tube Dets, Seals
and Bearings Install, and Rope Guards Details. Part (1 of 2)
2.2 Ref. 10-DWG 242-0000224 Shafting Detail Arrangement Part (2 of 2)
2.3 Ref. 11-DWG 243-000228 - Propulsion System Shafting Alignment Procedure
2.4 Ref. 12-DWG 53711-243-0000225_SHAFTING ASSY 1,2,& 3)
2.5 Ref. 13-DWG 243-0000228 Propulsion Shafting Alignment Procedures
3.0 ITEM LOCATION/DESCRIPTION
3.1 Quantity: Two (2), propellers and tail shafts.
3.2 Item Description/Manufacturer's Data:
3.2.1 See Item No. 208
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Stern Tube Lube Oil Seals
4.2 Stern Tube Lube Oil
5.0 STATEMENT OF WORK
5.1 All work shall be accomplished to the satisfaction of the MARAD COR.
5.2 Structural
5.2.1 Rig the two (2) tail shafts from the stern and deliver the tail shafts to machine
shop, set up between centers and take T.I.R. readings in areas specified by
MARAD COR and Regulatory Body Inspectors. Provide three (3) typewritten
inspection reports to MARAD COR.
5.2.2 When directed, rig the tail shaft to back to the vessel and reinstall the tail shaft
and seal assemblies. This is to be coordinated with the seal manufactures
approved service representative in Item 207. The packing boxes shall be
reinstalled using new gaskets/packing, between box and stern tube mounting
surfaces
5.3 Mechanical/Fluid
5.3.1 Furnish labor, material, equipment to rig and unrig, stage, unstage and perform
all work as specified in this work item.
5.3.2 Using Reference 2.0, as guidance, draw port and starboard side tail shafts for
inspection and examination by ABS and USCG.

39
5.3.3 All above removed items shall be properly placed in contractor shops and
protected; all openings shall be covered with heavy duty canvas and protected
from contamination by sand blasting, and surface cleaning.
5.3.4 Thoroughly clean stern tubes and stern tube bearings for inspection. Thoroughly
clean the stern tube cavity including removing any remaining oil from the
bearing spaces. Using an approved solvent, clean all oil residue, mud, and solid
particles from inside the entire cavity using lint-free rags. When directed take a
total of twelve (12) inside micrometer readings on the bearing in specific areas as
directed. Provide three (3) typewritten inspection reports to MARAD COR.
5.3.5 Contractor to furnish and replace forward and aft Kemel compact seal rings and
"O" rings for port and starboard tail shafts and stern tube shafts with. Fwd. and
Aft. Seal Assembly size CX 220.
5.3.6 Remove, disassemble, clean and inspect the inner and outer stern tube seal
assemblies. Carefully examine the seal surface areas of the inner and outer seal
liners.
5.3.7 Dispose of drained oil in accordance with all Federal, State and Local
Regulations.
5.3.8 As directed by contractor furnished Technical Service Representative, fit new
seal boxes using new O-rings, springs, and gaskets with new liners into box
assembly. When the outer seal box is secured, use Monel wire to seize the
nuts/bolting. Inner seals are to be vulcanized.
5.3.9 Reinstall propellers when directed.
5.3.10 Clean interior surfaces and flush the stern tube, tail shaft, and propeller oil piping
and fittings with clean oil prior to reinstallation. An inspection is to be made by
the MARAD COR prior to shaft being installed.
5.3.11 Upon completion of work, refill stern tube cavity, forward and aft seals with
contractor furnished lube oil. Reconnect any removed/disconnected lube oil
piping. Coordinate with the Chief Engineer when ready to replenish the system
oil. When filling check for leaks.
5.3.12 Contractor shall reinstall any and all components that were removed in the
performance of this item.
5.3.13 Check for proper run out on the inner seal liner. The run out shall be to the
satisfaction of MARAD COR, Chief Engineer, and Technical Service
Representative.
5.4 Inspection/Test
5.4.1 Contractor shall perform an operational test of the port and starboard shafting
during dock and sea trails to the satisfaction of the MARAD COR and Chief
Engineer. All work required by this item shall be completed to the satisfaction of
the MARAD COR.
5.4.2 Hull opening shall be properly closed up and welded in accordance with ABS
Requirements. Contractor shall arrange for ABS inspections, including, but not
limited to: fit-up, x-rays, etc.
5.5 Painting and Coating
5.5.1 Prime and paint new surfaces to match the surrounding areas. All disturbed areas
shall be wire brushed to remove scale, rust and loose paint; then cleaned, primed
and painted to match surrounding areas, in accordance with MARAD Coating
Guidelines and Hull Preservation and Coating Item Number 203.
5.6 Manufacturing Representative
5.6.1 All work specified in this item shall be performed under the guidance of the
contractor furnished Technical Service Representatives in accordance with
Paragraph 5.2.2.

40
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Provide three (3) typewritten inspection reports of the T.I.R. readings to MARAD COR
as per 5.2.1.
6.2 Provide three (3) typewritten inspection reports of the inside micrometer readings on the
bearings to MARAD COR as per 5.3.4.
6.3 All material and/or items used or renewed are to be type approved by the ABS or USCG
and accomplished to the satisfaction of the Chief Engineer , ABS and USCG
representatives.
6.4 All work to be in compliance with ABS Rules and USCG Regulations.
7.0 NOTES
7.1 This item shall be worked in conjunction with other dry-docking items contained in this
specification package.

ITEM No. 210 – TANK CLEANING AND INSPECTIONS

1.0 ABSTRACT
1.1 This item describes the requirement for the contractor to provide labor and material to
conduct internal tank and structural inspections in accordance with Regulatory Body
requirements during drydocking. This item will include all labor, equipment and
materials to open, clean, light, ventilate, and upon completion, to close all tank spaces
required for inspection/repairs. Contractor to clean, flush, remove rubbish and debris
from ship's tanks.
2.0 REFERENCES:
2.1 Available on Board.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Ballast Tanks
3.1.1 Tank 4-B-0 FP (10,250 Gallon Capacity)
3.1.2 Tank 4-6-1 S (7,192 Gallon Capacity)
3.1.3 Tank 4-6-2 P (7248 Gallon Capacity)
3.1.4 Tank 4-24-3 S (11,138 Gallon Capacity)
3.1.5 Tank 4-24-4 P (11,138 Gallon Capacity)
3.1.6 Tank 4-72-1 S (15,333 Gallon Capacity)
3.1.7 Tank 4-72-2 P (25,830 Gallon Capacity)
3.1.8 Tank 4-86-1 S (19,127 Gallon Capacity)
3.1.9 Tank 4-86-2 P (21,706 Gallon Capacity)
3.1.10 Tank 3-94-1 S AP (11,005 Gallon Capacity)
3.1.11 Tank 3-94-2 P AP (11,005 Gallon Capacity)
3.1.12 Tank 1-B-0 C FP (10,250 Gallon Capacity)
3.2 Fuel Oil Tanks
3.2.1 Tank 4-12-0 C (25,888 Gallon Capacity)
3.2.2 Tank 4-12-1 S (21,042 Gallon Capacity)
3.2.3 Tank 4-12-2 P (21,042 Gallon Capacity)
3.2.4 Tank 4-72-1 P (15,199 Gallon Capacity)
3.2.5 Tank 4-72-2 S (24,771 Gallon Capacity)
3.2.6 Tank 4-18-0 C (26,714 Gallon Capacity)
3.2.7 Tank 4-52-0 (17,771 Gallon Capacity)
3.2.8 Tank 4-52-1 (7,438 Gallon Capacity)
3.2.9 Tank 4-52-2 (7,438 Gallon Capacity)
3.2.10 Tank 4-52-3 S (7,008 Gallon Capacity) (Day Tank)

41
3.2.11 Tank 4-52-4 P (7,008 Gallon Capacity) (Day Tank)
3.2.12 Tank 4-80-1 S (10,916 Gallon Capacity)
3.2.13 Tank 4-80-2 P (10,871Gallon Capacity)
3.3 Lube Oil Tanks
3.3.1 Tank 4-60-1 (5,230 Gallon Capacity)
3.3.2 Tank 4-60-2 (5,230 Gallon Capacity)
3.4 Waste Oil Tanks
3.4.1 Tank 4-66-1 S (5,021 Gallon Capacity)
3.4.2 Tank 4-66-2 P (5,021 Gallon Capacity)
3.5 Effluent Tanks
3.5.1 Tank 4-72-4 P (13,622 Gallon Capacity)
3.5.2 Tank 4-72-3 S (13,627 Gallon Capacity)
3.5.3 Tank 4-24-0 C (13,328 Gallon Capacity)
3.5.4 Tank 2-31-1 S (4,102 Gallon Capacity)
3.6 Potable Water Tanks
3.6.1 Tank 2.5-52-0 (3,624 Gallon Capacity)
3.6.2 Tank 2.5-58-0 (1,208 Gallon Capacity)
3.7 Voids
3.7.1 4-24-1 S
3.7.2 4-30-0 C (14,753 Gallon Capacity)
3.7.3 4-34-1 P (45,836 Gallon Capacity)
3.7.4 4-34-1 S
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Mechanical/Fluid
5.1.1 Remove manhole covers on tanks from tanks as delineated in Section 3.0.
Reinstall manhole covers after completion of all work, using new gaskets, and
wicking. Replace all fasteners found missing or defective.
5.1.2 Flush tank surfaces with fresh hot water. Collect and dispose of all liquids in
accordance with all applicable Federal, State, and Local regulations.
5.1.3 Provide lighting, ventilation blowers and erect scaffoldings as required in the
ship's tanks to facilitate cleaning work and inspection.
5.1.4 Pickup and dispose of any rubbish, debris and foreign matter from the tank's
interiors and leave ready to fill after completion of all work.
5.1.5 Notify MARAD COR when tanks are ready for inspection.
5.1.6 Clean all manhole covers and seating surfaces, renew all missing or broken studs,
renew all gaskets using proper materials for ballast and fuel oil tanks, reinstall all
manhole covers, lubricate studs with anti-seize compound prior to closing of
tanks.
5.2 Inspection and Testing
5.2.1 All tanks shall be subject to visual inspections by Regulatory Body Inspectors,
MARAD COR, and Chief Engineer.
5.2.2 Contractor with Ship’s crew shall develop a plan for approval by MARAD COR
and ABS to conduct a hydrostatic testing of tanks as delineated in Section 3.1 in
accordance with regulatory body requirements.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Prepare and submit an itemized bid price for cleaning of tanks in as listed in Paragraph
3.1.
7.0 NOTES

42
7.1 This item is to be worked in conjunction with other applicable Work Items of this work
package.
7.2 Contractor shall provide services of a Marine Chemist to certify tanks GAS FREE, Safe
for Entry. Provide a copy of the gas free certificate to MARAD COR, with a copy posted
on board the vessel.
7.3 Tank Capacity provided herein is for information only. It shall be contractors’
responsibility to verify tank capacities and tank volumes.

ITEM No. 211 - SEA VALVES: INSPECTION AND REPAIR, (ABS &
USCG)

1.0 ABSTRACT
1.1 This item describes the cleaning, inspection, and repairs of sea valves and overboard
valves for inspection by regulatory bodies.
2.0 REFERENCES:
2.1 NAVSEA Dwg No.: 505-6241614 - List of Sea Valves.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Per Para 2.1
3.2 Quantity: Thirty-three (33) Valves Per Para. 6.1.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
5.0 STATEMENT OF WORK
5.1 Open the vessel’s sea and overboard valves listed above for inspection.
5.2 Contractor shall supply all rigging, staging and/or scaffolding necessary to complete this
item, including erection and dismantling of same.
5.3 Contractor shall remove any interferences as necessary to access and inspect valves
listed, including but not limited to manhole covers (for valves in tanks or voids),
brackets, linkages, and piping.
5.4 Upon completion of valve inspection, all items removed are to be reinstalled. Clean all
manhole covers removed and mating seating surfaces, renew all missing or broken studs,
renew all gaskets using proper materials based on tank use. Lubricate studs with anti-
seize compound and reinstall all manhole covers as directed.
5.5 All valves requiring inspection are to be carefully marked when opened or removed.
5.6 Open all covers, caps, and bonnets and remove stems, seats and packing glands.
Dismantle all working parts to permit inspection and cleaning.
5.7 Clean and polish disks, stems, and seats. All disks are to be lapped in place.
5.8 Valve seating contact area shall be determined by spotting-in the seat and disk using the
blue dye method or equivalent. A 360 degree unbroken ring of contact shall be required.
5.9 After disassembly and spotting-in, all valves are to be presented to the Owner’s
Representative and ABS and USCG representatives for inspection.
5.10 Reassemble and reinstall valves with new packing, gaskets and fasteners after satisfactory
completion of inspection. All new fasteners are to be stainless steel.
5.11 All repairs beyond the scope of work prescribed herein are to be submitted to the
Owner’s Representative for approval prior to commencing work. If at any point during
inspection it is determined that a valve is beyond economic repair, the Owner’s

43
Representative shall be notified immediately and work on the valve shall stop until
further repair or replacement is authorized.
5.12 Where fitted, reconnect remote operator linkages (valves indicated above with ROV) and
verify proper operation.
5.13 Verify proper operation of all valves.
5.14 Remove and dispose of work generated trash and debris.
5.15 Restore the coating to the external surfaces of each sea valve after completion of repairs
as per the vessel’s original coating specification.
6.0 PREPARATION OF DRAWING/DOCUMENTATION
6.1 Ship check the vessel. Locate and list all sea valves on board the vessel. Compare the list
of valves in Reference 2.1 and Enclosure 1 with the list of valves actually found on board
the vessel. Reference 2.1 and Enclosure 1 to reflect actual conditions found on board the
ship.

SEA VALVES & OVERBOARD VALVES

Location Service Type Size Qty

2-9-1 (4-6-1 Ballast Tank) Bow Thr SW Overboard (ROV) Gate 1 inch 1
2-10-3 (Bow Thruster Room) Bow Thr SW Overboard Gate 1 inch 1
2-9-2 (4-6-2 Ballast Tank) Bow Thruster SW Suction (ROV) Gate 1 ¼ inch 1
2-7-2 (Bow Thruster Room) Bow Thruster SW Suction Gate 1 ¼ inch 1
3-25-C/L (4-24-1 Void) Doppler Speed Log Gate 10 inch 1
3-31-P (AC Machinery Room) AC Condenser Overboard Swing-check 5 inch 2
3-33-S (MSD Room) Sewage Overboard Swing-check 4 inch 2
3-33-S (MSD Room) MSD Overboard Swing-check 2 inch 1
3-33-S (MSD Room) MSD Overboard Gate 2 inch 1
3-37-P&S (4-34-1 Void) Distiller Brine Overboard (P & S) Swing-check 3 inch 2
3-37-P (Mn Generator Rm) Distiller Brine Overboard (P) Swing-check 3 inch 1
3-37-S (Mn Generator Rm) Distiller Brine Overboard (S) Stop-check 3 inch 1
3-39-S (Mn Generator Rm) Waste-water Overboard Swing-check 4 inch 2
3-39-S (Mn Generator Rm) Sewage Overboard Swing-check 4 inch 2
3-44-P&S (4-34-1 Void) Ballast / SSDG overboard (P & S) Swing-check 6 inch 2
3-40-P&S (Mn Generator Rm) SSDG Overboard (P & S) Swing-check 5 inch 2
3-41-P (Mn Generator Rm) Ballast Overboard (P) Swing-check 2 ½ inch 1
3-41-S (Mn Generator Rm) Bilge Overboard (P) Swing-check 3 inch 1
3-41-S (Mn Generator Rm) ASW Overboard Swing-check 4 inch 1
3-49-S (Mn Generator Rm) ASW Overboard (ROV) Globe 4 inch 1
3-38-8 (Mn Generator Rm P) Emergency Bilge Suction (ROV) Stop-check 4 inch 1
Main Generator Room Main Seawater Suction (ROV) Angle-stop 8 inch 3

44
SEA VALVES & OVERBOARD VALVES

Location Service Type Size Qty

Main Generator Room Sea Strainer Isolation Butterfly 8 Inch 3


Main Generator Room Seachest Vent Gate 2 ½ inch 3
Main Generator Room Forward Seachest Blowdown Stop-check 1 ½ inch 1
3-48-P&S (Mn Generator Rm) After P&S Seachest Blowdown Stop-check 1 ¼ inch 2
3-66-P (Mn Motor Rm – Port) Waste-water Overboard Swing-check 4 inch 2
3-66-P (Mn Motor Rm – Port) LO Cooler SW Overboard Swing-check ½ inch 1
3-66-P (Mn Motor Rm – Port) LO Cooler SW Overboard Gate ½ inch 1
3-66-S (Mn Motor Rm – Stbd) Air Cooler SW Overboard Swing-check 2 inch 1
3-66-S (Mn Motor Rm – Stbd) Air Cooler SW Overboard Butterfly 2 inch 1

7.0 PERFORMANCE CRITERIA / DELIVERABLES


7.1 Update of Enclosure 1 as per 6.1.
8.0 NOTES
8.1 The contractor shall be responsible for scheduling and notification of the ABS and USCG
inspectors to witness testing of valves as delineated by this specification item.
8.2 Ensure that all valves to be opened and/or removed are isolated from all pressure systems
and tagged out in accordance with the established lock out procedures.
8.3 This item shall be worked in conjunction with other dry-docking items and ITEM NO.
202.

ITEM No. 212 – ANCHOR CHAIN PRESERVATION AND CHAIN


LOCKER INSPECTION

1.0 ABSTRACT
1.1 This item describes the requirement to abrasive blast, inspect, and paint the port and
starboard anchors and anchor chains, including sounding tube renewal. Water wash,
clean, remove sludge, and inspect port and starboard chain lockers.
2.0 REFERENCES:
2.1 Available on Board
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Forecastle.
3.2 Description:
3.2.1 Two (2) stockless anchors @ 3,500 lbs. each
3.2.1.1 Eleven (11) Shots of 1-5/16-inch chain, each
3.2.2 Two (2) chain stoppers with pelican hooks.
3.2.3 Two (2) chain lockers @ 1,500 sq. ft. each.
3.2.3.1 One (1) Sounding Tube each
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Mechanical/Fluid

45
5.1.1 While the ship is dry-docked, roust out the port and starboard anchors, anchor
chains, and chain stoppers. Disconnect at the bitter ends and range chains on
drydock for examination. Chains shall be flaked out and high pressure water
washed and cleaned for inspection by MARAD COR and ABS.
5.1.2 Disassemble detachable links for cleaning and inspection. Reassemble each link,
coating mating surfaces with an approved permanent lubricant. Provide “As
Found” Condition Report MARAD COR listing deficiencies found with
recommended corrective action.
5.1.3 Exchange first shot of chain with last shot of chain; making the first shot of chain
the bitter end.
5.1.4 Convey the two (2) chain stoppers with pelican hooks from ship to shop.
Disassemble, inspect, sandblast in accordance with Paragraph 6.2.1, lubricate,
reassemble, prime and paint in accordance with Paragraph 6.2.2. Reinstall in
their parent locations aboard ship. Provide As Found Condition Report to
MARAD COR denoting deficiencies found with recommended corrective action.
5.1.5 Measure the average wire diameter of the links in the area where the links join,
recording two (2) measurements per link. Submit three (3) typewritten reports of
all measurements to MARAD COR. Conduct wire diameter test, chipping paint
in way of micrometer or snap gauge. Perform all tests in the presence of the
MARAD COR and ABS surveyor.
5.2 Painting
5.2.1 Grit sweep anchors, anchor chains, and stoppers to SSPC-SP7.
5.2.2 Apply the following paint system or equal to the anchors, anchor chains and
stoppers:
5.2.2.1 Two coats of Polysiloxane XLE 80, Anti-Corrosive Black Epoxy Paint
@ 5 mils DFT per cost to both anchors.
5.2.2.2 All detachable links shall be coated with two (2) coats of Sherwin-
Williams Polysiloxane XLE 80 Red. One (1) link each side of the first
fathom detachable link shall be coated with two (2) coats of Sherwin-
Williams Polysiloxane XLE 80 White. Continue progressively coating
the white links until reaching the next to the last inboard shot which will
have all the links painted with two (2) coasts of Sherwin-Williams
Polysiloxane XLE 80 Yellow. The last inboard shot will have all the
links painted with two (2) coats of Sherwin-Williams Polysiloxane XLE
80 Red.
5.2.2.3 At the first shot, install one (1) turn of stainless steel wire, tightly
winding wire around the studs of the chain link on each side of the
detachable link. For each additional shot of chain increase the number of
wire turns around the additional chain link stud by one.
5.2.3 Free up bitter end release devices for chains. Reassemble each chain and anchor
and bitter end. Properly stow in the chain locker ready for sea. Wash anchor
chains free of drydock debris and blasting grit while rousting the chains into the
chain lockers.
5.3 Sounding Tube Renewal
5.3.1 Crop off approximately three (3) feet of existing sounding tube and renew with
contractor furnished material.
5.3.2 Replacement sections of new tubes shall match the existing configuration and
shall be constructed of Schedule 80 Seamless Steel Pipe. Repaired sections of
sounding tubes shall be butt welded together.
5.3.3 Contractor shall replace pipe clips and hangers in way of all repairs.
5.4 Preparation of Chain Lockers for Inspection

46
5.4.1After all chain is removed from both chain lockers, pressure wash per SSPC-
SP12 LP WC all interior surfaces of lockers and sumps to remove all dirt, rust
barnacles, and surface contamination.
5.4.2 Remove all sludge and loose debris from chain lockers and sumps.
5.4.3 Inspect lining and structural conditions, and issue a condition report to MARAD
COR within twenty-four (24) hours.
5.4.4 Upon completion of all work, repairs shall be visually inspected by MARAD
COR and Chief Engineer.
5.5 Preparation of Drawings/Documentation:
5.5.1 The contractor shall prepare and submit three (3) typewritten copies of an "As
Released" report to the MARAD COR denoting the coating system applied, and
dry film thickness of each coat.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
7.0 NOTES
7.1 This item shall be worked in conjunction with other drydocking items of this
specification package.
7.2 Contractor shall provide Sherwin-Williams Marine Paint or equivalent. POC: Rick
Gallenberger Sherwin Williams Paint Company Great Lakes Regional Marine
Representative #5835 C: (715)214-6071
7.3 All coatings shall be applied under the manufacturer's representative direct supervision.
No application of coatings shall be made until the prepared surfaces are approved by the
coating system manufacturer's representative. Contractor shall arrange for such
inspections prior to the initial coating and prior to each subsequent coating.
7.4 Contractor shall dispose of waste generated as a result of this work item in accordance
with applicable Federal, State, and Local Regulations.

ITEM No. 213 – BOW THRUSTER EXAMINATION AND MAINTENANCE

1.0 ABSTRACT
1.1 This item describes the requirement for the contractor to inspect bow thruster assembly,
clean, repair, and polish bow thruster propeller.
2.0 REFERENCES:
2.1 NAVSEA Technical Manual: T9244-AE-MMC-010 (Available on Board)
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Frame 9 – Underwater Hull
3.2 Description:
3.2.1 Harbormaster Tunnel Thruster:
Model BT-550 – One (1) Only
Serial No.: BT 550-486
Manufacturer:
Harbormaster Division
Mathewson Corporation
2 Hancock Street
Quincy, Massachusetts 02171
4.0 CONTRACTOR FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 Bow Thruster Seals and required materials.
4.2 One (1) 55 US Gallon Drum of Mobilgear 629, HD 80W90
4.3 Harbormaster Technical Service Representative
5.0 STATEMENT OF WORK
5.1 Arrangement and Outfitting

47
5.1.1 Contractor shall provide all labor, material, staging, and rigging to accomplish
inspection and maintenance of the bow thruster in place.
5.1.2 Contractor shall provide a protective cover and protect bow thruster assembly
during sand blasting and painting operations.
5.2 Structural
5.2.1 Clean and buff bow thruster propeller blades and hubs. Dye check and examine
for cracks and defects, paying particular attention to hubs, blade roots and blade
edges. Submit “As Found” Condition Report to MARAD COR.
5.2.2 Upon completion of repairs and dye check, polish to a "Rupert B" finish using
"Scotch Brite". Surface polishing shall include port and starboard surfaces of the
bow thruster blade tips to a finish equal to the "B" specimen of the Rupert
Comparator having a roughness average (Ra) of 76.8 micro-inches.
5.2.2.1.1 The "Scotch Brite" surface conditioning discs, made by the
3M Company, are a nylon whip web with embedded silicon-
carbide bits. The nylon web conforms to the contour of the
propellers and minimizes surface metal removal. No other
type of disc is authorized for use, although a similar disc
may be used which is made by a different company may be
used.
5.2.3 Immediately after polishing, cover bow thruster assembly with protective
covering and maintain the covering in place. Remove the covering immediately
prior to undocking.
5.3 Mechanical/Fluid
5.3.1 Remove the drain plug from the bottom of the gear box in the presence of
MARAD COR and Chief Engineer. Drain all system oil and dispose of same in
accordance with all Federal, State, and Local Regulations. To ensure proper
drainage, remove the vent plug from the static head tank.
5.3.1.1 Static Tank Capacity – 25 Gallons
5.3.1.2 Thruster Gear Box Capacity – 20 Gallons
5.3.1.3 Bow thruster gear box drain plug is magnetic and shall be inspected by
the Chief Engineer prior to cleaning.
5.3.2 Remove bow thruster assembly and drive from the vessel, as directed by
Technical Service Representative and dray to shop for disassembly and
inspection.
5.3.3 Contractor shall clean all components and prepare for inspection by MARAD
COR, Chief Engineer, and GFS Technical Service Representative. During the
course of inspection, Contractor shall pay particular attention to the following
and provide a “Condition Found Report” to MARAD COR denoting conditions
found and recommended corrective action. Using Reference 2.1, as guidance,
Contractor shall check:
5.3.3.1 Input pinion teeth checked for wear pattern and pitting. Sharp edges of
teeth to be ground smooth to relieve stress points. If severe pitting is
found to penetrate the case hardening (50 thousandths) the gear is to be
replaced.
5.3.3.2 Teeth to be magnafluxed, any cracks found will warrant replacement of
pinion and ring gear set. Keyway and taper to be magnafluxed for cracks,
keyway sides must be true and not rounded that would indicate coupling
chucking on the shaft.
5.3.3.3 Bearing cups to be check for pitting, scoring, or discoloration. Ends of
roller check for excessive wear, inner race checked for pitting, cage
checked for damage. If gear set is replaced, bearing will be replaced.

48
5.3.3.4 Check the propeller shaft for straightness.
5.3.3.5 Propeller shaft: check for corrosion, extreme pitting or flaking chrome,
due to electrolysis in area of the propeller shaft seal. Keyway checked for
corrosion and magnafluxed for cracks.
5.3.3.6 Check ring gear teeth for pitting, wear pattern and sharp edges. Sharp
edges shall be ground smooth to relieve stress points. If replacement of
ring gear is indicated, pinion gear will also have to be replaced as this is
a gear set.
5.3.3.7 Thruster housing shall be cleaned and checked for corrosion. Zinc to be
replaced if installed. All bolt holes to be cleaned and retapped. All
machined surfaces to be cleaned and high spots/burrs removed. A light
film of oil shall be applied on all machined surfaces to prevent rusting.
5.4 Inspect shaft coupling and universals. Clean old grease from shaft coupling and
universals. Grease shaft coupling and universals with suitable grease that meets
specification of technical manual.
5.4.1 Take delivery of Owner furnished bow thruster seals and associated accessories
and install as directed by Government Furnished Technical Representative.
5.4.2 Upon completion of all inspections, using Reference 2.1, as guidance, and as
directed by Contractor furnished Technical Representative, Contractor shall
reassemble Bow Thruster Unit using new Owner Furnished parts. Upon
reassembly, contractor shall dray the bow thruster to the vessel and reinstall as
original.
5.4.3 After draining of the system medium from the bow thruster gear housing and the
static tank, contractor shall flush the system using system oil as the flushing
medium.
5.4.4 Fill the bow thruster system assembly using contractor Furnished Mobilgear 629
When filling the gearbox, remove the vent plug to allow for air to escape during
filling. When the oil starts to flow out of the vent and reinstall the plug and
resume filling.
5.4.5 Reconnect any removed/disconnected lube oil piping. Refill the seal cavities with
Contractor furnished lube oil. Advise the Chief Engineer prior to refilling of
system. Inspect for leaks.
5.5 Electrical
5.5.1 Contractor shall ensure that the bow thruster motor is disconnected and tagged
out from all electrical sources.
5.5.2 Upon completion of all work and inspection, contractor shall restore all electrical
power to the bow thruster and leave system in a ready for sea condition.
5.6 Inspection and Testing
5.6.1 After the system is filled, all seals and piping shall be visually inspected for
leakage by the MARAD COR and Chief Engineer.
5.6.2 Contractor shall perform an operational test of the bow thruster during dock and
sea trails to the satisfaction of the MARAD COR and Chief Engineer. All work
required by this item shall be completed to the satisfaction of the MARAD COR.
5.6.3 Oil samples shall be pulled by the Chief Engineer during dock and sea trials to
confirm that the system has been reassembled properly and operating as
designed.
5.7 Painting and Coating
5.7.1 All new and disturbed surfaces shall be prepared, primed, and coated in
accordance with MARAD Coating Guidelines.

49
5.7.2 Prime and paint new surfaces to match the surrounding areas. All disturbed areas
shall be wire brushed to remove scale, rust and loose paint; then cleaned, primed
and painted to match surrounding areas.
5.8 PERFORMANCE CRITERIA / DELIVERABLES
5.8.1 Manufacturers’ Representative
5.8.1.1 All work specified in this item shall be performed under the guidance of
the Contractor furnished Technical Representatives in accordance with
Paragraph 5.2.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
7.0 NOTES
7.1 All oil shall be handled and disposed of in accordance with all Federal, State, and Local
Regulations.
7.2 Contractor shall work this item in place as directed by Harbormaster Technical Service
Representative.

ITEM No. 214 – ULTRASONIC/AUDIO HULL GAUGING

1.0 ABSTRACT
1.1 It is the intent of this item to describe the requirements to take ABS steel hull vessel
ultrasonic/audio gauging readings.
2.0 REFERENCES:
2.1 ABS Rules for Building and Classing Steel Vessels, Part 1, Classification, Testing and
Surveys
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Ship’s entire steel hull, decks and compartments
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Quote unit price per audio gauging reading, price shall be including labor, material,
equipment, staging, and qualified NDT technicians as required to perform the audio
gauging during dry-dock credit inspection. Estimated minimum gauging will be a
maximum of not over 500 readings.
5.2 Arrange and provide services of ABS Certified hull ultrasonic/audio gauging technicians
to perform hull ultrasonic/audio gauging reading as required by the ABS Surveyor(s), in
accordance with ABS rules for “Thickness Gauging for Dry Cargo Vessels – Special
Survey No. 7”, requirement for Enhanced Special Survey No. 6 is, but not limited to two
girth belts (internal and external), the forepeak internal and aft peak internal, all bottom
plating and some additional reading as required by the on-site ABS Surveyor(s) in order
to complete the Special Hull Surveys No.7.
5.3 Provide labor, material, equipment, man-lift or staging, lighting, ventilation as necessary
to assist the Ultrasonic Gauging Technicians to taking ultrasonic/audio thickness gauge
reading on the hull and internal areas.
5.4 Upon completion, Ultrasonic/Audio Technicians shall prepare and submit five (5) hard
copies of the gauging readings in ABS approved format, and one (1) electronic copy in
CD to the COR.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Prove all the work to the satisfaction of COR and Ship’s Officers.
6.2 Submit gauging reading reports as specified in “Statement of Work”.
7.0 NOTES

50
7.1 This Item shall be working in conjunction with all dry-docking Items and Tank Internal
examine and inspections.
7.2 Ultrasonic/Audio gauge reading shall be taking by ABS Certified Ultrasonic Gauge
Technicians.

ITEM No. 215 – WASTER PIECE: EXAMINATION

1.0 ABSTRACT
1.1 This item describes the requirement for the contractor to conduct an inspection of
overboard waster pieces.
2.0 REFERENCES:
2.1 Available on Board
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: In accordance with Enclosure 1
3.2 Description: Eleven (11) Pieces.

Enclosure 1
Location Service Length Diameter Quantity
(Inches) (Inches)
4-6-1 W Bow Thruster SW Overboard 12 1 1
4-6-2 W Bow Thruster SW Suction 8 1-1/4 1
AC Mach. Rm. AC Condenser Overboard 24 5 1
4-34-1 Void Distiller Brine Overboard (P&S) 18 3 2
Mn. Gen. Rm. Waste Water Overboard 18 4 2
4-34-1 Void Ballast/Eng. Overboard (P&S) 18 6 2
Mn. Gen. Rm. Port Main Sea Suction (FWD) 24 8 1
Mn. Gen. Rm. Port Main Sea Suction (AFT) 24 8 2
Mn. Motor Rm. Port Waste Water Overboard 24 2 1
Mn. Motor Rm. Port LO Cooler Overboard 6 2 1
Mn. Motor Rm. STBD LO Cooler Overboard 24 2 1

4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES


4.1 None.
5.0 STATEMENT OF WORK
5.1 Drain all piping of fluids prior to opening for inspection. Contractor shall dispose of all
drainage in accordance with all Federal, State, and Local Regulations.
5.2 Contractor shall provide and install temporary blanks in way of all removals.
5.3 Contractor shall provide all labor, material, staging, and rigging to accomplish the
requirements of this Work Item. Upon completion of all work and inspections, Contactor
shall dismantle and remove the same.
5.4 Contractor shall remove any and all obstructions necessary to access and inspect waster
pieces. Upon completion of all inspections and repairs, all items removed to facilitate
inspection and repairs, shall be reinstalled as original.
5.5 Remove existing waster pieces that are flanged on both ends from seawater piping.
Waster pieces, which are welded on one end to the hull, shall be opened for inspection by
removing adjacent flanged piping.
5.5.1 All waster pieces removed for inspection shall be properly marked and tagged
identifying each by location and system.
5.5.2 Thoroughly clean the interior of waster piece, including flanges, for inspection.
Clean all flanges and mating surfaces to ensure proper contact when reinstalled.

51
Inspect each waster piece and provide a typewritten As Found Condition Report
to MARAD COR, denoting conditions found and recommended corrective
action.
5.5.3 Renewal of waster pieces, as may be required, shall be subject to a change order.
New waster pieces shall be fabricated using ASTM A106 GR B Seamless ABS
Schedule 80 pipe with ASTM A105 steel flanges.
5.6 On the interior surface of each waster pieces apply one (1) coat of Apexior No. 3 paint or
equal.
5.7 Reinstall waster pieces, in original locations and reconnect mating piping using new
contactor furnished gaskets and new 316 Stainless Steel Bolts and Nuts.
5.8 Inspection and Testing
5.8.1 Waster pieces shall be subject to a visual inspection for evidence of corrosion
and/or wastage. All inspections shall be conducted to the satisfaction of MARAD
COR and Chief Engineer.
5.8.2 Before flooding the dry-dock, inspect all waster pieces in the presence of the
MARAD COR and Chief Engineer. Ensure that all are properly bolted in place.
5.8.3 While flooding the dock, but before floating the ship off the blocks, check all
disturbed flanges for leakage. No leakage allowed. Correct all leaks.
5.9 Preparation of Drawings/Documentation
5.9.1 Ship check the vessel. Locate and list all waster pieces on board the vessel.
Compare the list of valves to Enclosure 1. Update Enclosure 1 to reflect actual
conditions found on board the ship.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Verification and update of Enclosure 1 as per 8.9.1.
7.0 NOTES
7.1 The quantity, type, length, and size of waster pieces are provided for reference only and it
is the Contractor's responsibility to verify information herein in accordance with this
Work Item.
7.2 Contractor shall ensure that all piping to be opened is isolated from all sources of fluid
and that systems are locked out and tagged out.
7.3 This item shall be worked in conjunction with other dry-docking items.
7.4 All repairs beyond the scope of work prescribed herein are subject to a change order and
prior approval of MARAD DGO Contracting Officer before commencement of any new
work.

ITEM No. 216 – SWITCHBOARD METER CALIBRATION

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor calibrate electrical meters on the
main and emergency switchboards.
2.0 REFERENCES:
2.1 Technical Manual No. T9311-AH-MMC-020 - Ship's Service and Emergency
Switchboards (Available on Board)
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location:
3.1.1 Engine Room Control Station
3.1.2 Emergency Diesel Generator Room
3.2 Description:
3.2.1 Sixty-one (61) Meters – General Electric
3.2.1.1 Three (3) – RPM Meters,

52
3.2.1.2 Four (4) - Temperature Meters,
3.2.1.3 Thirteen (13) – AC Ampere Meters,
3.2.1.4 Ten (10) – AC Volt Meters,
3.2.1.5 Nine (9) – AC Kilowatt Meters,
3.2.1.6 Six (6) – Frequency Meters,
3.2.1.7 Four (1) – Synchroscope Meters,
3.2.1.8 Six (6) – DC Ampere Meters,
3.2.1.9 Three (3) – DC Volts Meters,
3.2.1.10Two (2) – Power Factor Meters,
3.2.1.11Four (4) – KVAR Meters
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Arrangement and Outfitting
5.1.1 Contractor shall remove meters from the main an emergency switchboards, as
directed by the Chief Engineer.
5.2 Electrical
5.2.1 All meters shall be inspected, repaired, and calibrated in accordance with the
manufacturers’ recommendations.
5.2.1.1 Affix a calibration sticker on the face of each meter.
5.2.2 Contractor shall submit “As Found Condition Report to the MARAD COR, in
triplicate, denoting the overall condition of all meters listing any discrepancies
and recommended repairs that may be required.
5.2.2.1 Any meter deemed to be beyond economical repairs shall be replaced via
change order.
5.2.3 Upon completion of calibration, all meters shall be returned to the vessel and re-
installed in their parent locations.
5.3 Inspection and Testing
5.3.1 All metering devices shall be subjected to an operational test to the satisfaction of
the Chief Engineer and MARAD COR.
5.3.2 Operationally test the main and emergency switchboard functions and systems to
the satisfaction of the Chief Engineer and MARAD COR prior to placing back in
service.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
7.0 NOTES
7.1 All power will be secured to the Ship's Service and Emergency Switchboards prior to
work being performed as directed by this item. Proper safety procedures shall be
followed to ensure that Ship's Service and Emergency Switchboards cannot be energized
while modifications are being performed. Secure power only after coordinating the exact
time with the MARAD COR and Chief Engineer.
7.2 Complete all work in this item at least seven (7) days prior to the completion of the
contract performance period.

ITEM No. 217 – PRESSURE VESSEL INSPECTIONS

1.0 ABSTRACT
1.1 Open air receivers for inspection by Regulatory Bodies. Set and prove air receiver relief
valves in the presence of Regulatory Bodies.

53
2.0 REFERENCES:
2.1 Manufacture Chemithon
2.1.1 Starting Air Receiver Drawing # D-112-2
2.1.2 Service Air Receiver Drawing # D-112-3
2.1.3 Whistle Air Receiver Drawing # D-112-1
3.0 ITEM LOCATION/DESCRIPTION
3.1 There are four air receivers aboard the vessel that are in service.
3.1.1 Two Starting Air Receivers – Both 20 cubic feet – Working pressure 275psi -
One suspended above the #4 Generator, the other is on the stbd side of the
Generator room on the fwd bulkhead under the deck plates. The system is set at
250 psi, the relief valves have/were set at 275 psi, there is one relief valve on
each receiver.
3.1.2 One Ship’s Service Air Receiver – 16 cubic feet – Working Pressure 150psi -
Located on the stbd side of the lower motor room, the system is set at 100 psi, the
relief valve is set for 115 psi. (10%)
3.1.3 One Ship’s Whistle Air Receiver – 5 cubic feet – Working Pressure 150psi -
located on the port side of the 02 deck, in the overhead of the passageway frame
14. The system is feed from the Ship’s Service air system and therefore at 100 psi
the relief valve is set for 137 psi. (The original system was set at 125psi)
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Remove relief valves from pressure vessels and transport to contractor’s shop for
inspection and setting. Blank pressure vessel relief valve flanges while relief valves are
removed.
5.2 Visually inspect each relief valve notifying the COTR if any deficiencies are noted.
5.3 Set each relief valve to its required set point using compressed air and calibrated test
gauges. Once all relief valves have been set, schedule the Regulatory Bodies to verify
the settings. Once the Regulatory bodies have verified the settings, tag each valve with a
metal tag which notes the set point and date set.
5.4 Return valves to vessel and reinstall in their proper location using new gaskets and proper
fasteners.
5.5 Open and clean the interior of each pressure vessel for inspection by the Regulatory
Bodies. Once all vessels are prepared for inspection, schedule the Regulatory Bodies to
inspect the pressure vessels. Keep pressure vessels temporarily blanked when not being
worked.
5.6 After the Regulatory Bodies have completed their inspection of the pressure vessels,
close the units up using new gaskets and proper fasteners.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Inspection report noting conditions and relief valve set points and setting dates.
7.0 NOTES
7.1 None.

ITEM No. 218 – THRUST BEARING(S) INSPECTION/RENEWAL

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor to prepare the main thrust
bearings for ABS Inspection.
2.0 REFERENCES:

54
2.1 Available on Board
2.1.1 Technical Manual No. T9311-AH-MMC-020 – General Electric Technical
Manual, Volume III
2.1.2 Waukesha Technical Manual Reference No.:58H102799
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Motor Room
3.2 Description: Port and Starboard Propulsion Motors: One (1) Each
3.2.1 Thrust Bearings consisting of journal bearing, aft thrust bearing, and forward
thrust bearing.
Manufacturer - Waukesha Bearing Corporation
Model - A6200EF261L
Serial No. - 1E42833 3B
Type - F-061-000-056
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Arrangement and Outfitting:
5.1.1 The Contractor shall provide all labor, materials, and tools to accomplish all
work as delineated by this specification item.
5.1.2 The Contractor shall remove and reinstall interferences necessary to accomplish
all work as called out by this specification item.
5.1.3 Prior to disassembly of the bearing housing, contractor shall wipe the area clean,
removing remnants of all foreign matter from the bearing housing and
surrounding areas.
5.2 Structural
5.2.1 Remove three (3) temperature gauges, from each bearing, and set aside for
reinstallation:
5.3 Mechanical/Fluid
5.3.1 Unbolt and remove all lubrication piping on the aft pedestal. Wipe clean all
mating surfaces and cap all open ends to prevent ingress of foreign matter in to
the system. Upon completion of all inspections, contractor shall reinstall all
piping as original using new contractor furnished gaskets and/or pipe sealing
compound, non-hardening type.
5.3.2 Replace existing neoprene hoses on both bearing lubrication system with new
type approved contractor furnished spare.
5.3.3 Drain oil from the bearing housing and dispose of same in accordance with all
applicable Federal, State, and Local Regulations. Upon completion of all work
and inspections, replenish system oil to proper operating levels using Owner
supplied oil.
5.3.4 Remove thrust pads, wipe clean, and lay out for inspection by ABS, MARAD
COR, and Chief Engineer. Inspect thrust pads and bearings and provide a as
found condition report to MARAD COR.
5.4 Electrical
5.4.1 Disconnect and set aside two sliding brushes from the pedestal and shaft for
reinstallation. Ensure the brush assembly is protected from any physical damage.
5.4.2 Reinstall shaft ground assembly when directed. Ensure that the spring retaining
link is properly inserted in the shank notch. Brush box to shaft clearance should
set at 0.110 to 0.124 inches.
5.4.3 Disconnect three (3) RTDs, from each bearing, and set aside for reinstallation
when directed. Lose wiring shall be coiled and all connections shall be properly
protected from physical damage.

55
5.5 Electronics:
5.5.1 None
5.6 Preparation of Drawings:
5.6.1 None
5.7 Inspection And Testing
5.7.1 Thrust bearings shall be visually inspected for leakage by the MARAD COR and
Chief Engineer during dock trials.
5.7.2 Contractor shall perform an operational test of the propulsion system during dock
trails to the satisfaction of the MARAD COR and Chief Engineer.
5.7.3 All work required by this item shall be completed to the satisfaction of the
MARAD COR.
5.7.4 Oil samples shall be pulled by the Chief Engineer during dock trials to confirm
that the system has been reassembled properly and is operating as designed.
5.8 Painting:
5.8.1 None
6.0 QUALITY ASSURANCE/REQUIREMENTS
6.1 All material and/or items used or renewed are to be type approved by the ABS or USCG
and accomplished to the satisfaction of the Chief Engineer, ABS and USCG
representatives. All work to be in compliance with ABS Rules and USCG Regulations
7.0 NOTES
7.1 All power will be secured to the Ship's Service and Emergency Switchboards prior to
work being performed as directed by this item. Proper safety procedures shall be
followed to ensure that Ship's Service and Emergency Switchboards cannot be energized
while modifications are being performed. Secure power only after coordinating the exact
time with the MARAD COR and Chief Engineer.
7.2 Any additional work out the scope of this work item is subject to a Change Order and
prior approval of MARAD DGO Contracting Officer.

ITEM No. 219 – RESCUE BOAT: FALL REPLACEMENT

1.0 ABSTRACT
1.1 This item describes the requirements for the contractor to provide and replace and test
wire fall on the Rescue Boat.
2.0 REFERENCES:
2.1 Available on Board
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: 02 Deck, Starboard Side
3.1.1 Manufacturer – Allied Marine Crane Single Arm Davit
3.2 Description: Wire Rope Information
3.2.1 90 feet 14 MM Dyform 34LR Wire Rope
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
5.0 STATEMENT OF WORK
5.1 A Ship check prior to bid submission is recommended. Attendance shall be by pre-
notification.
5.2 Arrangement and Outfitting:
5.2.1 The Contractor shall provide all labor, materials, and tools, and remove and
reinstall interferences necessary to accomplish all work as delineated by this
specification item.

56
5.2.2Remove rescue boat fall from the davit and winch assembly and dispose of same
in accordance with all Federal, State, and Local Regulations.
5.2.3 In accordance with Paragraph 3.1, Contractor shall provide new wire rope and
install End Fitting Spelter Sockets.
5.2.4 Using existing wire fall, as sample, cut to length contractor furnished wire rope.
5.2.5 Clean, inspect, and lubricate brake release cable block assemblies.
5.2.6 Open, clean, close, and test limit switches.
5.2.7 Upon completion of inspection and servicing of davit and winch, install new
Contractor furnished wire rope fall. Re-install, as original, sheaves, blocks, and
other components to the davit. Provide and install new USCG approved fall wire
termination sockets.
5.2.8 Upon completion of testing, return rescue boat to the ship and properly restow
the boat in the original stow position on board the vessel.
5.2.9 Contractor shall clean the work area, as well as affected surrounding areas, and
restore to as “original condition.”
5.3 Mechanical/Fluid
5.3.1 Slush newly installed wire fall with biodegradable grease.
5.4 Electrical
5.4.1 Ensure that all electrical power to the davit is turned off. All circuits are isolated
and tagged out.
5.4.2 Upon completion of all testing and inspection, contractor shall restore all the
affected circuits to as original condition.
5.5 Inspection and Testing
5.5.1 All testing and inspections shall be witnessed by the Captain, MARAD COR, and
ABS.
5.5.2 Using certified weights or load cell, contractor shall perform a weight test on the
newly installed rescue boat fall and davit to the satisfaction of the Captain, ABS,
and MARAD COR.
5.5.3 The Contractor shall submit to MARAD COR, condition found report listing any
discrepancies during the operation and testing of the davit with recommended
corrective action.
5.6 QUALITY ASSURANCE/REQUIREMENTS
5.6.1 All material and/or items used or renewed are to be type approved by the ABS or
USCG and accomplished to the satisfaction of the Chief Engineer , ABS and CG
representatives. All work to be in compliance with ABS Rules and USCG
Regulations
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Contractor shall provide and install ABS certificated wire rope.
6.2 Contractor shall obtain a “Statement of Fact” Certificate from ABS.
7.0 NOTES
7.1 Contractor shall make arrangements for ABS to witness the operational test of the Rescue
Boat Davit.
7.2 Associated regulatory fees shall be for the account of the Contractor.

57
SECTION 300: REPAIR ITEMS

58
ITEM No. 301 – TOP END OVERHAUL - MAIN GENERATOR NO. 3

1.0 ABSTRACT
1.1 Generator, No. Three (3), Top End Overhaul.
2.0 REFERENCES:
2.1 Steel Structures Painting Council – Painting Manual, Vol. 1 & 2 (Latest Edition)
Available on board vessel
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Engine Room
3.2 Description:
3.2.1 Caterpillar Engine: Model: D398
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
5.0 STATEMENT OF WORK
5.1 In conjunction with the Chief Engineer, contractor shall tag out all affected equipment in
accordance with the requirements of this Work Item.
5.2 Restore all mechanical and electrical connections disconnected during the overhaul
process, to as original configuration.
5.3 Accomplish work outlined in supplied document “Caterpillar™ Overhaul; 1-13”
referencing guidelines.
5.4 Top End Overhaul Includes:
5.4.1 Caterpillar New:
5.4.1.1 Water Temperature Regulators
5.4.1.2 All necessary gaskets and seals
5.4.1.3 Nozzles
5.4.1.4 Rocker Arm Buttons and Retainers
5.4.2 Caterpillar Remanufactured Exchange:
5.4.2.1 Cylinder Head
5.4.2.2 Fresh Water Pump
5.4.2.3 Turbocharger Cartridge
5.4.2.4 Clean After Cooler
5.4.3 Inspect:
5.4.3.1 Cylinder Block
5.4.3.2 Crankshaft
5.4.3.3 Gear Train
5.4.3.4 Camshaft
5.4.3.5 Valve Train
5.4.4 Adjust:
5.4.4.1 Intake Valves
5.4.4.2 Exhaust Valves
5.4.4.3 Engine Timing
5.4.4.4 Injector Timing
6.0 QUALITY ASSURANCE
6.1 All material and/or items used or renewed are to be type approved by ABS or USCG and
in compliance with ABS Rules and USCG Regulations.
7.0 PERFORMANCE CRITERIA / DELIVERABLES
7.1 Prove all the work to satisfaction of MARAD COR, Chief Engineer, US Coast Guard &
ABS Surveyor.
7.2 Contractor shall submit “As Found Condition Reports” to MARAD COR and Chief
Engineer, denoting conditions found, together with estimates.

59
7.3 Upon completion of all work and testing, contractor shall obtain a signed completion
report from the Chief Engineer.
8.0 NOTES
8.1 Contractor will work in conjunction w/shipyard and make arrangements for ABS
inspection(s).
8.2 Generators will not be closed until the units have been inspected by ABS and Chief
Engineer.
8.3 Contractor make call out for ABS to attend the vessel.
8.4 Any and all new work, not addressed by this work item, is subject to a purchase order
modification or delivery order and requires prior approval by MARAD COR and ACO.
8.5 Prior to the start of work, the contractor shall contact the Chief Engineer to coordinate the
implementation of the Tag Out Program for the entire performance period of this item.
The Prime Contractor shall be responsible for compliance by both prime and
subcontractor personnel.
8.6 Upon completion of all work and testing, contractor shall clean the work area to as
original condition.
8.7 The contractor will maintain a clean and safe work environment at all times.
8.8 Engine related shutdowns and safety devices shall be checked, adjusted, and/or
replaced/repaired as required.
8.9 Engine shall be test operated to prove proper performance of engine and all safety
shutdowns.
8.10 All affected gaskets and seals shall be replaced. All defective fasteners shall be renewed.

ITEM No. 302 – TOP END OVERHAUL - MAIN GENERATOR NO. 4

1.0 ABSTRACT
1.1 Generator, No. four (4), Top End Overhaul.
2.0 REFERENCES:
2.1 Steel Structures Painting Council – Painting Manual, Vol. 1 & 2 (Latest Edition)
(Available on Board)
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Engine Room
3.2 Description: Caterpillar Engine: Model: D398
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
5.0 STATEMENT OF WORK
5.1 In conjunction with the Chief Engineer, contractor shall tag out all affected equipment in
accordance with the requirements of this Work Item.
5.2 Restore all mechanical and electrical connections disconnected during the overhaul
process, to as original configuration.
5.3 Accomplish work outlined in supplied document “Caterpillar™ Overhaul; 1-13”
referencing guidelines.
5.4 Top End Overhaul Includes:
5.4.1 Caterpillar New:
5.4.1.1 Water Temperature Regulators
5.4.1.2 All necessary gaskets and seals
5.4.1.3 Nozzles
5.4.1.4 Rocker Arm Buttons and Retainers
5.4.2 Caterpillar Remanufactured Exchange:
5.4.2.1 Cylinder Head

60
5.4.2.2 Fresh Water Pump
5.4.2.3 Turbocharger Cartridge
5.4.2.4 Clean After Cooler
5.4.3 Inspect:
5.4.3.1 Cylinder Block
5.4.3.2 Crankshaft
5.4.3.3 Gear Train
5.4.3.4 Camshaft
5.4.3.5 Valve Train
5.4.4 Adjust:
5.4.4.1 Intake Valves
5.4.4.2 Exhaust Valves
5.4.4.3 Engine Timing
5.4.4.4 Injector Timing
6.0 QUALITY ASSURANCE
6.1 All material and/or items used or renewed are to be type approved by ABS or USCG and
in compliance with ABS Rules and USCG Regulations.
7.0 PERFORMANCE CRITERIA / DELIVERABLES
7.1 Prove all the work to satisfaction of MARAD COR, Chief Engineer, US Coast Guard &
ABS Surveyor.
7.2 Contractor shall submit “As Found Condition Reports” to MARAD COR and Chief
Engineer, denoting conditions found, together with estimates.
7.3 Upon completion of all work and testing, contractor shall obtain a signed completion
report from the Chief Engineer.
8.0 NOTES
8.1 Contractor will work in conjunction w/shipyard and make arrangements for ABS
inspection(s).
8.2 Generators will not be closed until the units have been inspected by ABS and Chief
Engineer.
8.3 Contractor make call out for ABS to attend the vessel.
8.4 Any and all new work, not addressed by this work item, is subject to a purchase order
modification or delivery order and requires prior approval by MARAD COR and ACO.
8.5 Prior to the start of work, the contractor shall contact the Chief Engineer to coordinate the
implementation of the Tag Out Program for the entire performance period of this item.
The Prime Contractor shall be responsible for compliance by both prime and
subcontractor personnel.
8.6 Upon completion of all work and testing, contractor shall clean the work area to as
original condition.
8.7 The contractor will maintain a clean and safe work environment at all times.
8.8 Engine related shutdowns and safety devices shall be checked, adjusted, and/or
replaced/repaired as required
8.9 Engine shall be test operated to prove proper performance of engine and all safety
shutdowns
8.10 All affected gaskets and seals shall be replaced. All defective fasteners shall be renewed.

61
ITEM No. 303 – REPAIRS TO LAUNDRY ROOM

1.0 ABSTRACT
1.1 Crop out and renew entire deck area of Laundry room @ 2-24-1.
2.0 REFERENCES:
2.1 None
3.0 ITEM LOCATION/DESCRIPTION
3.1 Locations, Quantities, and Descriptions:
3.1.1 Laundry Room Space No. 2-24-1 Starboard
3.1.2 Damaged Area approximately 16ft Wide and 20ft long Laundry room 2-24-1
3.1.3 Damage to deck, FR24, No.1 deck, Replace under deck stiffeners, related
internals including web frames and intermediate angle frames as original.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 Remove 4 washing machines and 4 dryers and other miscellaneous interference from
space in order to gain access to the deck of the Laundry room. Store and secure
equipment in a secure location and reinstall as original when work is complete.
5.2 Insure Hot Permit from a Marine Chemist is current and onboard prior to hot work.
5.3 Crop out and renew
5.4 Laundry room deck approx. 16’x20’ to include under deck stiffeners as original. Approx,
Eight (8) 5 ½” x 3 ½” x 16’ x 3/8” angle stiffeners @ FR 24.
5.5 Inset new deck area, approximately 16’ x 20’ x 3/8” and secure as original.
5.6 Prep, coat and renew to existing.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Fit-up and welds must be approved by the attending ABS Class Surveyor.
7.0 NOTES
7.1 The repair will not require the renewal of insulation.
7.2 The renewal will require work from underneath tank 4-24-3.

ITEM No. 304 – BLAST & COAT BALLAST TANK 4-24-3

1.0 ABSTRACT
1.1 Contractor to provide labor and material to clean, surface prepare and coat tank 4-24-3.
2.0 REFERENCES:
2.1 References: Ship’s Drawing 801-0000105 and 5987339-A
2.2 Paint Schedule
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Ballast Tank 4-24-3
3.2 Description: Capacity 11,138 Gallons; Sounding: 9.8 Feet.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 A Ship check prior to bid submission is recommended. Attendance shall be by pre-
notification.
5.2 As part of work ITEM No. 303, open flush / clean tanks, rig ventilation in the tank spaces
and furnish documentation from a certified Marine Chemist that the spaces are “Safe for
Entry” in accordance with the specification “Gas Free” item. Gas Free status shall be
maintained during duration of this item.

62
5.3 Contractor shall supply staging and/or scaffolding required to complete this item,
including erection and dismantling of same.
5.4 Upon the tank is cleaned and gas-free with “Safe for Men” condition, crop and remove
the tank’s sounding tube. Fabricate and install new sounding tube using the removed
existing sounding tube as sample. Provide and install new sounding tube deck
connection, the sounding tube deck connector shall be stainless steel body with bronze
plug and gasket. Crop and renew all the sounding tube support brackets inside the tank.
Make up the new sounding tube with new stainless steel bolting material.
5.5 Provide labor, material and equipment to hydro blast or sand blast to SSPC/SP10 near
white metal blast the tank in its entirety; interior surfaces including all structural
members, piping, ladders, platforms, etc., to bare metal surface. Then, the cleaned
surfaces shall be high-pressure washed (3000 psi) with fresh water; all residues shall be
removed and discarded by Contractor. (Amendment No. 0003)
5.6 All surfaces shall be swept free of debris and blown down with compressed air prior to
any coating system being applied. Tanks shall be cleaned to Paint Rep and COR
satisfaction. All debris is to be removed and discarded by Contractor.
5.7 Upon approval of the COR and the Paint Technical Representative, internal tank surfaces
shall be coated as follows:
5.7.1 One full coat PPG Amercoat 240 Epoxy, , or equivalent (Red, DFT 6.0 mils dry)
5.7.2 One full coat PPG Amercoat 240 Epoxy, or equivalent (Gray, DFT 6.0 mils dry)
5.8 Reach rod packing shall be renewed after completion of coating. Proper operation of all
reach rods shall be demonstrated to COR.
6.0 QUALITY ASSURANCE
6.1.1 Upon completion of all work, tanks shall be inspected by MARAD COR, Chief
Engineer, and attending regulatory body inspectors. Tanks shall be cleaned to the
satisfaction of the MARAD COR.
7.0 NOTES
7.1 Tank Capacity provided herein is for information only. It shall be contractors’
responsibility to verify tank capacities and tank volumes.
7.2 This item is to be accomplished in conjunction with tank inspections/surveys.
7.3 Tanks with common boundaries to those being coated shall be emptied prior to the
commencement of work.
7.4 All rust, scale, debris and waste products removed from tank surfaces or generated during
the performance of this item shall be removed from tanks and properly disposed of by the
Contractor.
7.5 Contractor’s attention is directed to the “Painting” item of the Specifications.
7.6 All in-tank piping, valve reach-rods, etc. shall be covered and protected during washing,
blasting and coating. Protective covers shall be removed at the completion of work.

63
ITEM No. 305 – REPAIRS TO AFT DECK PIPING AND CONTAINMENT
AREAS

1.0 ABSTRACT
1.1 Crop out and renew wasted piping and repair two (2) Oil Containments on aft main deck
@ FR 72.
2.0 REFERENCES:
2.1 None.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Main Deck Aft FR 72 Port and Stbd
3.2 Description:
3.2.1 Damaged Area:
3.2.1.1 Two (2) MSD Vents pipes,
3.2.1.2 Two (2) Fuel Oil fill pipes,
3.2.1.3 Two (2) Lube Oil fill pipes,
3.2.1.4 Two (2) Oil Containment Barriers.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 A Ship check prior to bid submission is recommended. Attendance shall be by pre-
notification
5.2 Crop out and renew
5.2.1 Six (6) Fill pipes located on the aft deck @ frame 72 port and stbd sides
5.2.2 Replace Fill Pipes as original approx. 1 ¼” X 2’
5.2.3 Make minor steel repairs to the two (2) existing Oil Containment Barriers located
Port and Stbd @ Frame 77
5.2.4 Extend the Two (2) existing Oil Containments upward 12 inches to extend past
the level of the existing grading.
5.2.5 Prep, coat and renew to existing.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
6.1 Fit-up and welds must be approved by the attending ABS Class Surveyor.
7.0 NOTES
7.1 The repair will not require the renewal of insulation
7.2 The renewal will require hot work to tanks located below the damaged areas.

64
ITEM No. 306 – BLAST & COAT 01, 02 PASSAGEWAYS AND FOCSLE
DECK

1.0 ABSTRACT
1.1 The intent of this item is to define the requirements to Blast and Coat 01 and 02
Passageways Port and Stbd. and Focsle Deck starting at Fr 70 to the Bow. Area total is
approx. 1850 sq. Feet.
2.0 REFERENCES:
2.1 References: Ship’s Drawing 801-0000105 and 5987339-A
2.2 Paint Schedule
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location:
3.1.1 01 Deck Passageways Port and STBD
3.1.2 02 Deck Passageways Port and STBD
3.1.3 Focsle Deck
3.2 Description: Total area is approx. 1850 sq. ft.
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 A Ship check prior to bid submission is recommended. Attendance shall be by pre-
notification.
5.2 Surface Preparation:
5.2.1 Blast the entire area (approx. 3,000 sq ft.) to include six (6) inches up both sides
of bulkheads and bulwarks and all associated Tank Vent Containment Barriers to
SSPC/SP10 Near white metal blast. (Amendment No. 0003)
5.2.2 Hand tool clean and or power tool clean any rusted, damaged or disturbed areas
down to clean bare steel.
5.2.3 Blow down with clean compressed air to remove all surface contaminants
leaving a clean dry surface for coatings application.
5.3 Coating System:
5.3.1 Apply one (1) coat of Dimetcoat 302 H at 5.0 mils wet to yield 3.0 mils dry. At
73 F allow a minimum of 4 hours and a maximum of 1 month before
overcoating
5.3.2 Apply one (1) coat of Amercoat 235 Gray at 9.0 mils wet to yield 6.0 mils dry.
Broacast a layer of 888 nonskid to the entire area. At 73 F allow a minimum of
8 hours and a maximum of not beyond 3 days before overcoating.
5.3.3 Apply one (1) full coat of Amercoat 450H Gray Polyurethane Finish at 5.0 mils
wet to yield 3.0 mils dry. At 73 F allow minimum of 8 hours to dry.
5.3.4 Apply one (1) spot coat of Amercoat 450H White Finish at 4.0 mils wet to yield
2.0 mils dry. At 73 F allow minimum of 16 hours to dry.(Applied to Hull
Markings)
5.4 Upon completion of all work, tanks shall be inspected by MARAD COR, Chief Engineer,
and attending regulatory body inspectors. Tanks shall be cleaned to the satisfaction of the
MARAD COR.
6.0 PERFORMANCE CRITERIA / DELIVERABLES
7.0 NOTES
7.1 Area sq ft provided herein is for information only. It shall be contractors’ responsibility
to verify actual footage.

65
7.2 All rust, scale, debris and waste products removed from surfaces or generated during the
performance of this item shall be removed from tanks and properly disposed of by the
Contractor.
7.3 Contractor’s attention is directed to the “Painting” item of the Specifications.
ITEM No. 307 – SEWAGE PIPING REPAIRS

1.0 ABSTRACT
1.1 The intent of this item is to replace the piping from the lift station in the motor room up
to the MSD tank.
2.0 REFERENCES:
2.1 None.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location: Motor Room Port Side
3.2 Description: MSD Tank
4.0 OWNER FURNISHED EQUIPMENT / MATERIALS / SERVICES
4.1 None.
5.0 STATEMENT OF WORK
5.1 A Ship check prior to bid submission is recommended. Attendance shall be by pre-
notification.
5.2 Hot work permits shall be obtained where required prior to hot work.
5.3 Replace approx. 157 ft of 1-1/4 copper nickel piping starting at the lift station in the
Motor room running forward and then up through the Refer room then over to dead end
into the MSD tank. Piping shall be class 200 coated. (Amendment No. 0003)
5.4 The piping shall be fastened with original fasteners where possible. New high quality
marine fasteners shall be used throughout.
5.5 Piping shall be tested for leaks to the satisfaction of the COR or Chief Engineer.
6.0 QUALITY ASSURANCE
6.1 All material and/or items used or renewed are to be type approved by the ABS or USCG
and accomplished to the satisfaction of the Chief Engineer, ABS and CG representatives.
All work to be in compliance with ABS Rules and USCG Regulations.
7.0 NOTES
7.1 Contractor will furnish all labor, materials and consumables to complete the scope of
work required in this specification.

66
SECTION 400: COST ITEMS

67
ITEM No. 401 - SUPPLEMENTAL WORK: MAN-HOURS LABOR
1.0 ABSTRACT
1.1 Provide labor hours and material for supplemental work.
2.0 GENERAL REQUIREMENTS
2.1 Contractor is to furnish a quote for 1,000 man-hours of supplemental labor. This shall be a
fully burdened labor rate, and shall be applicable seven (7) days a week (i.e. no overtime,
penalty time or other escalations will apply). These hours will only be allocated for
industrial labor – supervision, management, QA, yard maintenance, and other such labor
is considered part of the rate burden.
2.2 All contractor-submitted prices for Supplemental Labor shall be documented by a work
structure breakdown on a Contractor developed estimating form, which shall be submitted
as an attachment to the Request for Pricing.
2.3 No oral directions are to be accepted by the Contractor or his personnel from any individual
other than MARAD COR. Any oral direction provided by MARAD COR, other than
guidance on existing tasking, shall be documented via Delivery Order Request for Pricing
within 24 hours. All tasking provided by MARAD COR will be in writing, and no work
shall begin on any tasking, other than emergency in nature, until received by the Contractor,
negotiated and settled by MARAD DGO Contracting Officer.
2.4 Sub-Contractor hours shall be billed at the same rate as the contractor, with no additional
percentage mark up for admin, risk and profit.
2.5 Supplemental hours will be allocated by MARAD COR via Change or Delivery Order.
2.5.1 1000 Man hours; indicate quote on TSGR Quotation Pricing Sheet.

ITEM No. 402 - SUPPLEMENTAL WORK: MATERIAL REQUIREMENTS


1.0 ABSTRACT
1.1 Contractor shall provide an allowance for supplemental material and subcontractor
charges.
2.0 GENERAL REQUIREMENTS
2.1 Contractor shall provide an allowance for up to $50,000 in Supplemental Material and Sub-
Contractors charges. There is to be no burden on these charges for either subcontractor
costs or material charges. The supplemental material cost will be allocated by MARAD
COR via Change or Delivery Orders.
2.2 The Contractor shall to provide to MARAD COR invoices for goods and/or services
applicable to Supplemental Material charges for each Delivery Order with material charges
in excess of $500.00. Retainage will not be released until these have been received and
approved by MARAD COR.
2.3 Final cost adjustments related to reconciliation of the estimated to actual charges will be
made prior to contract closeout. In order to expedite closeout, it is recommended that such
invoice support be submitted to the MARAD COR upon completion of each tasking.

68
ITEM No. 403 – DRYDOCK AND WET BERTH DAYS

1.0 ABSTRACT
1.1 The intent of this work Item is to establish a price for additional days that the vessel
might be in Contractor’s facility at the direction of MARAD DGO Contracting Officer.
These days would be ONLY those required AT THE SPECIFIC REQUEST of MARAD
DGO Contracting Officer. Written authorization from the Contracting Officer or COR is
required to support billing for this work. Additional days due to Contractor’s delay shall
be for the account of the Contractor.
2.0 ITEM LOCATION/DESCRIPTION
2.1 Contractor’s drydock/repair facility.
3.0 STATEMENT OF WORK
3.1 Haul Day:
3.1.1 The Contractor shall quote the cost for additional haul day for the vessel. This
cost is the complete cost of one cycle of docking/undocking of the vessel. If the
reason for redocking the vessel is due to the Contractor, this item will not be
used. Indicate quote on TSGR Quotation Pricing Sheet.
3.2 Drydock Lay Day:
3.2.1 In addition to the firm-fixed price for drydocking in the Contractor shall provide
the cost for additional days of vessel in drydock. Cost of this item shall be
complete cost of additional days on Contractor’s drydock when vessel is required
to remain on drydock at MARAD request. If the reason for extended drydock is
due to Contractor’s delay or normal work, this item will not be used. Indicate
quote on TSGR Quotation Pricing Sheet
3.3 Wet Dock Lay Day:
3.3.1 In addition to the firm-fixed price for drydocking in Item 201, the Contractor
shall provide cost for additional days for the vessel to be in Contractor’s facility
at a wet berth. Cost shall be complete including all general services in Items 101
- 125. This shall include berth, shore power, water, and all other services. This
item will be used if it is MARAD’s request to remain in Contractor’s facility. If
the reason for extended repair period is due to Contractor’s delay, this item will
not be used. Indicate quote on TSGR Quotation Pricing Sheet

69

You might also like