27
DOCUMENT NUMBER: 13310447 VERSION: 1 2017-09-13 PAGE 1 OF 27 Statement of Requirements: Supply of Davit Systems for the purpose of Rescue Boat and Life Raft launching for vessel Madeleine Sept.12, 2017

Statement of Requirements: Supply of Davit Systems for the

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 1 OF 27

Statement of Requirements: Supply of Davit Systems for the purpose of Rescue Boat

and Life Raft launching for vessel Madeleine

Sept.12, 2017

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 2 OF 27

Contents Part 1: Scope ....................................................................................................................................... 3

Part 2: Bid Submission Package ............................................................................................................... 4

Part 3: Standards ................................................................................................................................. 4

Part 4: Technical Requirements ........................................................................................................... 5

Part 5: Quality Assurance .................................................................................................................... 9

Part 6: Deliverables ............................................................................................................................ 9

Part 7: Warranty ............................................................................................................................. 10

Part 8: Appendix 1 ............................................................................................................................ 11

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 3 OF 27

Part 1: Preamble

1.1. Background

1.1.1. The Madeleine is a passenger and vehicle ferry ROPAX built in 1981 and registered in Canada in 1997. The Madeleine is owned by Transport Canada and operated by Coopérative de Transport Maritime et Aérien (CTMA). It provides service between Cap-aux-Meules, Iles de la Madeleine, Quebec and Souris, Prince Edward Island. The ship operates April to mid-January each year depending on ice conditions. The vessel is ‘in-class’ and delegated to Lloyd’s Register.

1.2. Scope

1.2.1. The intent of this Statement of Requirements (SOR) is for the Contractor to supply and install four (4) davit systems to replace the existing davit systems currently fitted individually on the vessel Madeleine.

1.2.2. The vessel is currently fitted with two (2) Schat-Harding SPMOB 350/4.00/12.7E davits for purpose of launching of individual rescue boats and two (2) Schat-Harding SRR 360/3.65/21 -15 E davits for purpose of launching davit launched life rafts. These four (4) davit systems are to be removed and four new similar davit systems supplied and installed.

1.2.3. The removal of the existing davit systems and the installation of the four (4) new davit systems must occur during the period of February 1 to March 23, 2018. The vessel will be located alongside in Cap-aux-Meules, Magdalen Islands, QC. Note that the vessel will not be capable of changing position during the installation period. The contractor must therefore include in their bid the cost of accessing the vessel from the one side only to complete all work in this specification.

1.2.4. The four (4) davit systems shall be supplied from the same manufacturer.

1.2.5. The Contractor shall supervise the installation and commissioning of the systems. Installation and testing will be required to be supervised by an Original Equipment Manufacturer (OEM) trained Field Service Representative (FSR).

1.2.6. Note that harsh winter conditions are normal during the installation period and location. The contractor is responsible to take appropriate measures to ensure work is completed safely and on schedule taking into consideration the expected conditions.

1.3. Reference drawings provided:

1.3.1. Plan de Localisation des Principaux Equipements de Sauvetage 1802-97-007 Rev.2,

1.3.2. Structure des Passerelles Avant Couples 106 @ 122, 1802-97-005 Rev.1,

1.3.3. Structure des Passerelles Arriere Couples 32 @ 44, 1802-97-008 Rev -,

1.1.1. Detail des Renfors D’assise des Bossoirs Avant Couples 119-120, 1802-97-016 Rev.-

1.1.2. Detail des Renfors D’assise des Bossoirs Arriere Couples 41-42, 1802-97-017, Rev.

1.4. General Particulars of MV Madeleine can be found in Appendix 1 of this document

1.5. The Contractor may perform a site visit to the vessel in Cap-aux-Meules, Magdalen Islands, QC or Souris, PEI to confirm the proposal is adequate for the MV Madeleine. Refer to the plans provided as references in section 1.5 for details of existing installations. The MV Madeleine will be available for a site visit for this purpose. (Date will be provided)

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 4 OF 27

Part 2: Bid Submission Package

2.1 The Contractor must supply a reference list identifying proposed davit in current service. The contractor must identify a minimum of six (6) similar installations in the last ten (10) years. Reference list must also include the current installations of the vendor OEM equipment which has been installed / maintained in Canada by the manufacturer in the last ten (10) years. The latter may be of earlier generation equipment.

2.2 The bidder shall endeavor to include within the bid submission package a completed reference document entitled “Requirements Reference Section” which will serve to indicate the page and paragraph number within the bid submission package where the requirements stated within this specification are met. A copy of the template for this document is included in the solicitation documents.

2.3 The bidder must supply one copy of each of the following:

2.3.1 Technical data listed in Part 4 of this SOR.

2.3.2 Regulatory Compliance documentation with reference to Part 3 of this SOR.

2.3.3 Manufacturers published maintenance schedule for the equipment comprising the proposed Davit systems.

2.3.4 Manufacturers published sales and technical specifications for the proposed equipment.

2.3.5 Installation and testing will be required to be supervised by an Original Equipment Manufacturer (OEM) trained Field Service Representative (FSR).

2.3.6 Field Service rates at the time of this solicitation (budgetary purposes only)

2.4 The bidder shall include a rudimentary sketch showing the position of each davit demonstrating compliance with the requirements of this specification.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 5 OF 27

Part 3: Regulatory, Classification and Standard Requirements

3.1 The davits are required to be ‘Type Approved’ by one of the Recognized Organizations (RO) approved by Transport Canada Marine Safety and Security within the Delegated Statutory Inspection Program (DSIP) and accepted by Lloyd’s Register.

3.2 The vessel Madeleine is ‘in-Class’ with Lloyd’s Register and delegated under Transport Canada Marine Safety and Security’s (TCMSS) Delegated Statutory Inspection Program (DSIP). All work must meet the requirements of Lloyd’s Register and TCMSS including plan review, onsite inspections and testing as required.

3.3 The requirements of the following standards must be complied with in supplying and installing the davit systems. Current editions of documents at the time of solicitation are to be used.

3.3.1 IMO International Convention for the Safety of Life at Sea (SOLAS)

3.3.2 IMO Life Saving Appliances (LSA) Code, including the latest Recommendations of the Code

3.3.3 Rules and Regulations for the Classification of Ships (Lloyds Register).

3.3.4 Canada Shipping Act, 2001 (CSA 2001)

1. Life Saving Equipment Regulations

2. Marine Machinery Regulations

3. Hull Construction Regulations

4. Vessel Pollution and Dangerous Chemicals Regulations

3.3.5 Transport Canada Publications

1. TP127 – Ships Electrical Standards

2. TP14475 – Canadian Life Saving Appliance Standard

3. TP 14612 - Approval Procedures for Life Saving Equipment and Structural Fire Protection Products

3.3.6 All paint and primer applied as part of this specification shall be International Paints applied as per paint manufacturers requirements;

1. Primer ‘Intershield 300’ (two coats) applied DFT of 6 mils (per coat)

2. Top coat ‘Interlac 665’ (two coats) applied DFT of 3 mils (per coat)

3.3.7 All new steel shall be Classification Grade “A” steel, CSA 44W or equivalent as per LR requirements.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 6 OF 27

Part 4: Technical Requirements

The requirements for the proposed davit system are broken down by general requirements, removals, and davit supply and installation requirements as per the subsections below and must comply with the standards as listed in Part 3 of this SOR.

4.1 General Requirements

4.1.1 The life raft and rescue boat davit systems shall be so arranged that the fully equipped survival craft or rescue boat it serves can be safely launched against unfavorable conditions of trim of up to 10° and a list of up to 20°. The distance from the navigation deck to the waterline in the lightest sea-going condition on the Madeleine is 16.14 metres.

4.1.2 Proposed davit systems must currently be in marine service and must have Original Equipment Manufacturer (OEM) representation in Canada. The manufacturer’s appointed service organization must hold a stock of essential spares and be capable of providing qualified field service representatives (FSRs), thorough component documentation support, with the capability to provide technical support for standard overhaul as well as repair. The service organization must be capable of delivering these services and parts to Madeleine Islands, QC, as well as all major shipyards located on the eastern seaboard of Canada within 48 hours of notification.

4.1.3 The two rescue boat davits are located at frame 120 port and starboard on the navigation deck. The davits shall be capable of lifting the two (2) rescue boats fitted Zodiac H533, total weight including all gear and personnel to maximum capacity. A safe working load rating of 1580 kgs or greater is required.

4.1.4 The two davits for use in launching the davit launched life rafts are located at frame 42 port and starboard on the navigation deck. The four (4) davit launched life rafts fitted are Survitec SAS Type CCG 25 DL with a carriage capacity of 25 persons each. The new davits shall be capable of deploying the fully loaded life rafts from their existing position to the waterline. The davits will be required to have a safe working load rating of 2250 kgs or greater.

4.1.5 The davits shall be capable of lowering and raising hooks effectively in the unloaded condition. The contractor is responsible to supply any additional equipment required to fulfill this requirement.

4.1.6 General notes regarding steel work

1. All steel plate used is to be as per section 3 of this SOR, shot-blasted to SA 2.5 and primed, unless otherwise stated. When high tensile steel is specified to be fitted, Classification certificates referring to “stamped” marks on plates, to be issued.

2. TC and LR to sight all plate/section certificates prior to cutting.

3. Material used without certificates being previously sighted will not be accepted.

4. All materials shall be new. Pre-fabricated steel sections to be grit blasted to SA 2.5 / SSPC-SP10, inspected, then coated as per section 3 (or agreed equivalent) prior to delivery onboard.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 7 OF 27

5. When coatings are found damaged after final welding has been carried out, the damaged area should be suitably surface prepared, adjacent coatings feathered and coatings applied in accordance with original specification.

6. New steel to be fitted and faired, with due care to ensure proper alignment, i.e., moulded lines in general to be maintained. TC and LR to witness “fit-up” condition prior to any production welding being carried out.

7. All welding to be in accordance with LR requirements performed by CWB certified welders and accepted by LR for the appropriate welding procedure.

8. Where high tensile steel is being fitted, pre-heating to be carried out prior to welding, as per LR requirements.

9. All butt welding to be continuous full penetration welding, welded from both sides with the edges of plates being welded having first been properly edge prepared. The vessel/inspector to inspect the condition of all back gouging prior to final welding.

4.1.7 All interference items required for access to work area for any reason including hot work and safety reasons are to be replaced in good order. Disturbed items to be replaced, steel disturbed to be surface prep, primed and coated as per section 3 of this specification

4.1.8 The contractor shall be responsible for hot work safety procedures including fire watch. Hot work permits are to be coordinated with ships staff.

4.1.9 The following items to be included, without exclusion:

1. All services necessary to carry out modifications and additions.

2. Cut-outs for access where required, i.e. both removal and refitting.

3. Removal of scale, mud, coating adjacent to areas to be cut either for access, removal or renewal (including fairing of adjacent structure).

4. Protection of adjacent areas, especially in coated tanks. Any damages to adjacent steelwork and/or coatings done during repairs, to be rectified by the contractor.

5. Delivery of all materials and equipment to and from the vessel, including proper storage and protection from the elements.

6. Removal and disposal of oil residues, sludge, scale and debris, this to include cleaning after repairs.

7. All new steel or surfaces exposed or disturbed as a result of work contained in this specification to be grit blasted to SSPC-SP10 or Sa 2.5 and coated in accordance with the original coating specification. Disturbed steelwork also to be surface prepared and coated as per original specification.

8. Non-destructive testing (NDT) requirements in accordance with Lloyd’s Register requirements.

9. In general, fillet welding to be double continuous welding. Care to be taken to ensure all welding is returned in way of plate thicknesses at slots, scallops, brackets, etc.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 8 OF 27

10. The welding sequence is to be submitted for approval to the LR surveyor. All welding practices and sequences to be carried out with due care to minimize built-in welding stresses.

11. Where horizontal members are installed by fitting inserts, the top weld reinforcement to be ground flush. Where inserts are fitted in way of original access/drainage holes, these holes to be reinstated. Edges of all openings, holes, slots, etc., cut during modifications are to be ground smooth with no serrations remaining.

12. Any staging required to access the work sites to be supplied, installed and removed on completion. Fall protection and restraint equipment as required shall be provided.

13. After completion of all steelwork, the entire area to be inspected by TC and LR and any defects found repaired to their satisfaction

4.1.10 The quality assurance and testing in accordance with section 5 of this specification shall be complied with.

4.2 Removal Requirements

4.2.1 Removal of existing davits and associated components, delivered to TC, packaged in a manner suitable for transport.

4.2.2 Existing electro-hydraulic components, piping and wiring shall be removed from the ship. New components and wiring shall be supplied and installed. The existing power supply cable shall be removed from a location inside the ships structure, exposed wiring to be renewed as per section 4.3.20 of this document.

4.2.3 Removal of existing davit structure foundations and bolting flanges. Should the contractor propose to re-use the existing foundation structure in whole or in part the contractor will be responsible to assess the existing foundation using non-destructive testing and thickness measurement. If found acceptable to TC and LR, the contractor my re-use. Re-use of existing base will be in accordance with section 4.3.21 of this SOR.

4.3 Davit Systems - Supply and Installation Requirements

4.3.1 The proposed davit system, must generally fit within the existing davit footprint for attachment to the vessel.

4.3.2 The davits must meet the requirements of the standards set out in section 3 and 4 of this document. Additionally the davits are required to be ‘type approved’ by one of the Recognized Organizations (RO) approved by Transport Canada within the Delegated Statutory Inspection Program (DSIP) in accordance with section 3 and accepted by Lloyd’s Register for installation on the MV Madeleine.

4.3.3 The supplied rescue boat and inflatable life raft davit systems must be provided with all equipment and parts necessary for a complete and fully functioning installation permitting deployment of rescue boat and life rafts and recovery of the rescue boat in normal and emergency situations.

4.3.4 The davits must be electro-hydraulic (or electric) and must have all major electric and hydraulic components housed internally for protection from water, ice and debris (as much

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 9 OF 27

as practical). The internally housed electric and hydraulic components must be provided with inspection covers for access and maintenance.

4.3.5 The davit must be capable of remote operation from the rescue boat and/or life raft in accordance with the standards of section 3 for the purpose of deployment and for local operation for deployment and recovery from the operator station on the vessel. The operator station on the vessel shall be such to allow for clear view of the rescue boat and life rafts at the embarkation station as well as at the waterline.

4.3.6 Electro-hydraulic (electric) remote mobile control for lowering and hoisting shall be fitted as well as an emergency stop. If joysticks are used they should be spring return to neutral position.

4.3.7 The proposed davit systems, shall be able to launch the existing fitted rescue boat and life rafts from their existing locations (as much as possible). Any minor relocations of the davit systems, rescue boats or life rafts as a result of the new installations shall be the responsibility of the contractor. The davit installation shall allow for easy launching (and recovery for rescue boats) and evacuation also in compliance with the applicable standards as per section 3. of this document.

4.3.8 The proposed life raft launching davit system must have been previously proven to be capable of launching four (4), 25 person davit launched life rafts in 30 minutes, or documentation showing such capability provided. The functionality shall be demonstrated as part of the installation as per LR requirements.

4.3.9 The installation must operate on an electrical supply of 380 VAC / 3 ph / 50 Hz. The exposed electrical enclosure shall be NEMA class 4X (or IP 56), or equivalent and be constructed of steel or stainless steel.

4.3.10 The davit systems shall provide single point hoisting. Both davit systems shall be capable of slewing and hoisting under electro-hydraulic (or Electric) power and in ‘dead ship’ conditions. The system should ensure failsafe brake operation in event of loss of hydraulic pressure or electrical power and be fitted with overload protection.

4.3.11 The davit winches must be supplied with corrosion resistant (galvanized), non-rotating hoisting cable. The davit winches shall be fitted with centrifugal braking system that is arranged to be fail safe in the case of loss of hydraulic fluid pressure or power operation. The winches fitted to the life raft launching davits shall be with high speed no –load hoisting to ensure quick return for multiple life raft launching operations.

4.3.12 The davits shall be fitted with safety devices which will automatically cut off the power before the davit arms reach the stops in order to prevent overstressing the falls or davits.

4.3.13 Heater for motor and starter cabinets are to be provided as well as any other heating arrangements (such as for power packs, gear box or release hooks, etc.) required to meet cold climate conditions as specified in this document.

4.3.14 The davit shall be fitted with a 2 speed (or variable speed) winch for the purpose of recovery.

4.3.15 The davit systems must be fitted with an ‘on-load’ release hook that is approved in accordance with the requirements of section 3. The four release hooks shall be of similar design and be provided by the same manufacturer.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 10 OF 27

4.3.16 Any hydraulic hose connections to have anti corrosion protective coating (‘Denso tape’ or equivalent) applied after installation and testing is completed.

4.3.17 The davit systems must operate in the following temperature range at a minimum:

-20 degrees Celsius to +35 degrees Celsius

4.3.18 Boom to be fitted with LED floodlight (or similar) with gravity swivel to allow adjustment with boom angle.

4.3.19 The life raft davit installation shall be fitted with an eye for storing the hook when not in operation.

4.3.20 The electrical cable for each davit shall be renewed from a location inside the ships superstructure to the new davit installation. Connection to the existing wiring may be via an approved junction box. If the junction box is located above the ceiling panel then an access panel is to be installed and suitably labelled. Approval by LRS is to be granted prior to disturbing or cutting existing cable. New wiring to be marine armoured cable and suitably protected from mechanical damage. The contractor shall be responsible for supply and installation of new isolating circuit breakers for the new davit installations if deemed necessary in order to comply with the requirements of section 3.

4.3.21 New foundations, either in part or in whole, shall normally be provided. Any re-use in whole or in part of existing structure shall be in accordance with section 4.2. The existing structure that is to be re-used would then require to be sandblasted as per section 4.1.9.7 and coated as per section 3. The new foundations design and installation shall be approved by LR and ensure suitable load distribution to primary structure beneath. Examination and NDT testing following load testing shall be in accordance with LR and TCMSS requirements as well as section 5 of this document. Contractor shall reconfigure, where necessary, and supply and install new steel work as required to support davit replacement.

4.3.22 The contractor shall supply all required hydraulic fluid as per original manufacturer’s specifications. The contractor shall ensure oil is contained onboard the vessel and to carry out any clean up due to spillage during the installation. The hydraulic fluid cleanliness shall be maintained to an ISO Cleanliness standard 17/15/12 minimum or equivalent.

4.3.23 The contractor will be responsible for supply and approval by Lloyd’s Register of any plans necessary for the installation including modifications to the vessel.

4.3.24 Onsite testing and examination as per section 5 shall be conducted

4.3.25 Operating instructions shall be posted in suitable UV and weather resistant format at the davit location, they shall be in French and English or pictogram.

4.3.26 Note, as per section 1 a reminder that the vessel will not be capable of changing position during the installation period. The contractor must therefore include in their bid the cost of accessing the vessel from the one side only to complete all work in this specification including testing.

4.3.27 All metal structures of the davit base are be coated in accordance with section 3 or equivalent. Davits pre-primed from manufacturer shall be top coated as per section 3 (or equivalent agreed by TC). This excludes any bearing surfaces, greased connections, or non-corroding material.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 11 OF 27

4.3.28 The installation will be fitted with railings and safety chains for passenger safety but allow for easy access in an emergency and for drills performed by crew.

4.3.29 The davits installation for life raft launching shall include provisions to allow for embarkation of passengers with disabilities into inflated life rafts, and allow for unencumbered launching of the life rafts loaded with passengers.

4.4 Training

4.4.1 The Contractor shall provide two (2) sets of training courses to be held onboard the vessel by the Manufacturer’s FSR after commissioning of the davit systems. The training should as a minimum provide the following:

1. Overview of the davit systems functionality and capability.

2. Launch recovery and safe operation. Including demonstration of the on-load release hook operation.

3. Routine maintenance and annual maintenance.

4. Trouble shooting methods

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 12 OF 27

Part 5: Quality Assurance and Proof of Performance

5.1 The rescue boat and life raft davit systems must be tested in accordance with the requirements of section 3 as well as any further requirements contained in this section. The contractor is responsible Factory Acceptance Testing (FAT) procedures must be carried out at the manufacturer’s facility and witnessed in accordance with the type approval requirements of Lloyd’s Register and section 3. The contractor is responsible for providing FAT test documentation that specifically identifies the serial numbers of the davits provided.

5.2 The manufacturing facility shall meet the quality assurance requirements of Lloyd’s Register and the IMO LSA Code. Manufacturers of the principle components are to be certified to quality standard of ISO 9001 or greater or equivalent.

5.3 Delivery of the complete davit systems and any storage required prior to installation shall be the responsibility of the contractor.

5.4 Inspections

5.4.1 The Contractor shall provide proof of performance with respect to all work. As a minimum this shall include copies of all inspection points identified within the Contractor’s proposed Quality Plan and those identified by the rules and codes. Proof of performance shall also include all inspection check points specifically detailed below:

5.4.2 Verification of correct adjustment and operational condition of emergency shutoffs and back-ups.

5.4.3 Verification of correct adjustment, alignment and operational condition of securing arrangements, connection of the components to associated systems, safety, control and monitoring devices.

5.4.4 Inspection of components and their installation.

5.4.5 Verification of plate preparation and alignment prior to assembly and, on completion of all construction operations.

5.4.6 Inspection of welds, including non-destructive test examination and verification of the heat treatment process.

5.4.7 Verification of reliability and sufficiency under trials up to full power under normal working conditions for a suitable endurance period

5.4.8 Correct adjustment and operational condition of safety valves.

5.4.9 Correct adjustment of controls and monitoring systems

5.4.10 Operational condition of alarm systems,

5.4.11 Verification of correct balance of rotating components.

5.4.12 Control monitoring and alarm systems shall be tested to ensure audible and visual alarms are operational including any change over requirements. All automatic change-over devices shall be verified for functionality.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 13 OF 27

5.4.13 Verification of correct adjustment and operational condition of valves and components within the systems.

5.4.14 Verification of general workmanship including that of furnishings, insulation, outfit, joiner work, stowage, and painting.

5.5 Test and Trials

5.5.1 The Contractor to arrange for an LR representative to observe all tests and trials. A completion test shall verify that all aspects of the work item have been completed. This shall mean all equipment, piping, electrical, coverings, furnishings, insulation, joiner work, outfit, etc has been installed, tested where applicable and been found satisfactory as per the requirements and proves the compartment is complete and ready for service.

5.5.2 The installation tests shall be completed in accordance with the requirements of the LSA Code, ‘Testing and Evaluation Procedures’, Part 2 as applicable shall be performed; In particular the Installation test for Launching and stowage arrangements section 6.1 and 6.2 (of the Testing and Evaluation Procedures) as applicable including release hooks.

5.5.3 Testing shall be required at the factory to include the static 2.2 times Maximum Safe Working Load (SWL) in accordance with the requirements of section 3. The contractor is responsible for arranging LR witnessing of tests as required.

5.5.4 The contractor shall arrange for onsite testing and witnessing of the tests as LR and TCMSS requirements. The tests shall include as a minimum the 1.5 times the maximum safe working load static load test for the winch brakes and the 1.1 times the maximum safe working load dynamic load test at maximum lowering speed. The Contractor shall make arrangements to use test weights for this purpose, the rescue boats and life rafts are not to be used for load test purposes. The contractor shall be responsible for any NDT examination following testing as well as disassembly of components for examination.

5.5.5 Fully functional including manual raising and lowering of life rafts and rescue boats including operation in unloaded condition.

5.5.6 Verification of hydraulic fluid Cleanliness code as per section 4 shall also be provided.

5.6 Note that the contractor is responsible for repacking any life rafts inflated for the tests above by an authorized provider and for delivering and stowing onboard the vessel when completed.

5.7 The contractor is responsible for any disassembly of davit and winch components for examination following testing as required by LR and section 3 of this document.

5.8 The Contractor shall perform tests to verify that all requirements of the specification are met. Prior to testing, the Contractor shall visually inspect all components for quality of workmanship, conformity to this specification and the intrinsic safety of equipment operation or testing apparatus.

5.9 If damage to any component or system occurs during or after testing and prior to delivery of vessel, the damage shall be repaired and the previously completed tests of the component or system shall be retested.

5.10 The Contractor shall provide a set of detailed instructions providing a tests and trials agenda including expected results for verification of all system changes.

5.10.1 As a minimum, the Contractor shall provide:

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 14 OF 27

1. A full and detailed test procedure

2. Set up and test all peripheral connections

3. Instruments and services for testing and trials, instruments shall be in calibration.

4. Set up and calibration of all test equipment

5. Startup and commissioning of the system

6. Demonstration of equipment, component and operational functionality

7. Watertight and pressure testing as required

8. Demonstration of correct adjustment, reliability and operational condition of emergency shut-offs, fail safes and change over and back ups.

9. Demonstration of all control interfaces

10. Demonstration of correct adjustment of controls and monitoring systems

11. Demonstration of the operational condition of alarm systems.

12. Demonstration of reliability and fitness under trials to full power.

13. Demonstration to confirm performance requirements

5.11 Certifications

5.11.1 The Contractor shall obtain and provide to TC and /LR all required technical Certifications as specified in the applicable rules and codes. These shall include but not be limited to the following:

1. Equipment and Component inspection certificates including all test reports supporting the certifications.

2. Material test certificates including all test reports supporting the certifications and Type Approval certificates

3. System Installation inspection certificates including proof of compliance.

4. Classification approval certificate shall be provided for the new davits and on-load release hooks.

5. Load Test certificates for hoist wire and end fittings

6. Certificates and results of NDT inspections and testing.

7. Two (2) typewritten copies of all above–noted test data must be provided to the Technical Authority (TA) prior to acceptance.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 15 OF 27

Part 6:

6 Responsibilities of Contractor / Responsibilities of TC

6.1 The Contractor will be required to actively participate in the overall management of all activities related to the assessment and will be directly responsible for the effective supervision and coordination of the efforts of its personnel in order to minimize the effort required by TC and CTMA staff.

6.2 The Contractor will be responsible for all work produced under the contract, including completeness, accuracy and adherence to all relevant safety & environmental regulations, rules and good practices including those in section 3 of this document.

6.3 The contactor is to be responsible for obtaining and maintaining any hot work certificates that are required to complete the installation work.

6.4 The contractor will be responsible for arranging and funding all onsite inspection, approval and testing requirements of Lloyd’s Register (including plan approval). All approved plans as well as all associated approval documentation shall be provided to TC at completion of the contract.

6.5 The contractor shall record and maintain an accurate register of weights removed and weights added as part of this removal and installation and deliver such information to TC and LR at completion of the contract.

6.6 The contractor is responsible to ensure that any cabling or cable or pipe penetrations of watertight/fire bulkheads is to be completed such that is complies with all applicable TCMS and LRS standards and regulations for this class of vessel.

6.7 The contractor is to ensure that all components of the supplied system and associated wiring, connections and associated components are type approved by LRS as items for the intended purpose. The work is to be completed to a standard that complies with LRS and TCMS requirements.

6.8 The Contractor must maintain an electronic library of the work in progress and delivered items. The contractor is to supply to TC a copy of the Class Compliance Certificate from LRS for the davit systems.

6.9 Project Management, The contractor shall provide a schedule and Gantt chart (or similar) for the planned work period and maintain the chart as any alterations to the schedule are required. The contractor shall be responsible for organizing weekly meetings (or conference calls) and must maintain summary minutes as well as history of all action items and submit it to the Technical Authority.

6.10 Contractor personnel must make all necessary preparations in order to actively participate in any meeting convened by the Technical Authority.

6.11 All travel-related costs will be borne by the Contractor, and included in the bid price.

6.12 The contractor is responsible for the supply and delivery of the davit systems to Cap-Aux-Meules, QC including any and all transportation, duties and taxes.

6.13 TC support to Contractor: To aid the contractor in the provision of the required services, the following information materials and assistance will be provided if available and deemed appropriate by the Technical Authority:

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 16 OF 27

6.13.1 All required and available documents and drawings related to the Madeleine including those references in section 1 of this document

6.13.2 Canada will make the existing davit systems Schat-Harding documentation such as drawings, manuals, bulletins, information etc., and the vessel available for the viewing and inspection period. The Technical Authority and/or its delegated representatives will be on site during the viewing period to answer questions and provide clarification. All questions, answers and clarifications raised during the viewing and inspection period will be noted and distributed to all Bidders as contractual information.

7 Deliverables

7.1 A meeting will be arranged at the Contractor’s place of work, or via teleconference with the Technical Authority to discuss the project and deliverables.

7.2 The removal of existing rescue boat and life raft launching davits including all cables, hydraulic components and bases (where the contractor has opted to remove the existing foundations).

7.3 Four (4) fully functioning and operational davits that meet the requirements of this specification, including documentation and approved installation drawings attesting to classification Society and regulatory approval of the installation and operation of the davit systems.

7.4 The provision of OEM Field Service Representatives for the installation, testing and training for a period sufficient to satisfy the terms of this specification and the classification and regulatory requirements.

7.5 Two (2) copies of installation, maintenance and operational manuals (in English and French) in a bound paper format, explaining the details of the installation, maintenance, parts and operation of the systems, including troubleshooting where applicable. Note: OEM component technical information may be supplied in English only format. In addition, one electronic PDF copy of the manuals noted is to be supplied. The information should include but not be limited to the following:

7.5.1 Material List

7.5.2 Operation, Service, and parts manuals

7.5.3 Equipment Drawings

7.5.4 Mounting Arrangements and Plans

7.5.5 Electrical Wiring Diagrams,

7.5.6 Individual masses, including Center of Gravity (CoG) indication, of the proposed lifeboat, davit, and as a combined system.

7.5.7 Original Class Type Approval certificates for the davits, along with two (2) copies.

7.5.8 The plans for the mounting arrangement to ships structure and electrical installations shall be approved by Lloyd’s Register. All approved plans as well as all associated approval documentation shall be provided to TC.

7.6 Record of Work, a report on the general tasks undertaken to perform the services required as part of this assessment and associated level of effort. The record of work shall include the documentation referred in section 5 of this specification. The Record of Work will be submitted in a format

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 17 OF 27

acceptable to the Technical Authority. The Record of Work is to be attached to the Contractor’s invoice.

7.7 Unless otherwise specified by the Technical Authority, two hard copies and one soft copy of the deliverables must be provided to the Technical Authority. Soft copy deliverables must be provided electronically. In addition, deliverables must be provided according to the following format: MS Word and/or Adobe Acrobat. Other formats may be accepted if approved by the Technical Authority.

7.8 The contractor should be aware that the deliverables provided may form part of a subsequent specification or information package provided to another entity. As such, the contractor is advised that this information may be relied upon by other parties.

7.9 The Contractor must provide all mechanical and electrical spares required to perform six (6) years of the recommended regularly scheduled maintenance. The spares shall include a spare hoist wire as well as an on-load release hook. The required spares must be genuine OEM parts as published in the manufacturer’s maintenance manual.

7.10 The Contractor will provide a list of manufacturer recommended spares for a fifteen (15) year lifespan as published in the manufacturer’s maintenance manual. The list must include part numbers, lead-time to order, retail prices at time of bid submission, complete with a list of Canadian distributors and service centres.

8 Experience

8.1 The contractor’s professional experience, expertise and qualifications are the key to a successful outcome. As such, the company shall have previous experience in the supply and installation of Rescue boat and/or davit launched life raft davit systems for use on board vessels of comparable size and complexity of the Madeleine. The company shall also have to verify the availability of qualified personnel/resources in Eastern Canada to complete the installation and work and to provide warranty, maintenance and repair services for the future.

8.2 The contractor must have a minimum of three examples of such undertakings with vessels of comparable size must be included in the bid proposal with verifiable references. The OEM FSR shall have a minimum of five (5) examples of installations on similar davit systems. In addition the team lead for the project must have a minimum of five years’ experience in leading projects of similar undertakings, one of which must be one of the three identified above.

9 Work Plan

9.1 The contractor’s professional experience and expertise are to be used to develop a work plan of sufficient detail to provide a clear indication of the time and scheduled required to undertake the delivery, design, installation and commissioning of the new davit systems, while allowing for the removal of the existing davit systems. The proposed work plan must be included in the bid/proposal and must identify the team members with accompanying resumes, supplemented by an organizational chart explaining the roles of each.

10 Basis of Payment

10.1 The Basis of Payment for this contract will be fixed price including travel expenses.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 18 OF 27

11 Continuity and Replacement of Resources

11.1 The selected Contractor shall not commence any work or be entitled to any compensation for any work undertaken unless the Contract Authority has authorized the work to begin.

11.2 The selected Contractor shall be responsible to ensure that all proposed personnel and other professional resources are assigned for the duration of the contract and are not replaced without due cause. In the event that a resource is to be replaced, it will be the Selected Contractor’s responsibility to ensure that there is no negative impact on any work in progress.

11.3 Should for any reason, the designated resources for a deliverable are not available, then the selected Contractor shall immediately make available a fully qualified replacement resource to be approved by the Project Authority. Such approval is not intended to limit the selected Contractor’s flexibility but to ensure the use of agreed-to resource levels and experience for stated deliverables. The Project Authority retains the right to refuse the proposed backup resources in which case, and within a reasonable period of time, the selected Contractor shall propose alternate resources. If no suitable replacement resource can be provided within a suitable timeframe (maximum of one (1) week), then the Project Authority may elect to terminate the Contract, or may elect to use an alternate method. Note that replacement resources are to be evaluated in accordance with the original evaluation.

12 Warranty

12.1 The supplier must provide a minimum of one (1) year warranty from the date of completion of contract.

12.2 For the purpose of the installations the various components may need to be separated and subsequently reassembled. If separation and reassembly is required this practice must not void the manufacturer’s warranty.

12.3 Supplier must indicate if warranty requires Field Service Representative installation and commissioning.

13 Intellectual Property

13.1 TC has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: the main purpose of the contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 19 OF 27

Appendix 1

Madeleine

Official / IMO Number 820241 / 7915228

Service: Iles-de-la-Madeleine, QC to Souris

PEI

Operator: CTMA

Time of Operation: 10-month service (April – January)

Length of Crossing: 146 km

Capacity: • Persons • Passengers • Automobiles • Tractor -Trailers

800 750 200 25

Car Decks: 3

Year Built: 1981

Gross Tonnage : 10024 tons

Net Tonnage : 3007 tons

Length Overall: 116.24 m

Breadth: 18.51 m

Draft Maximum: 4.995 m

Depth: 12.55 m

Fuel Type and Quantity: MES Chute One chute fitted on each side

Diesel – 5,213,062 litres DBC Marine Safety Systems Type 1, 14679/6559 400 persons, 30 minutes

Contact: Mario Landry, capitaine Directeur des opérations maritimes 435, chemin Avila-Arseneau, Cap-aux-Meules (Québec) G4T 1J3 Tél. : 418-986-6600 poste 248 / Téléc. : 418-986-6198 [email protected] / www.ctma.ca

Information on its scheduled crossing is found at:

http://www.ctma.ca/traversier-madeleine/traversier_horaireEtTarifs_ang.cfm

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 20 OF 27

Selection Criteria

Contractor Selection Method

The selected contractor will be determined on the basis of the highest responsive combined rating by a 50/50 ratio of the technical merit and price respectively.

Final score = Technical merit score + Lowest Price Score

(maximum: 100 points) = (maximum: 50 points) + (maximum: 50 points)

Lowest Price Score

The lowest priced technically responsive proposal is allocated the maximum of 50 points and other technically responsive proposals are awarded points according to the formula

Lowest price score = lowest priced proposal / bid price x 50

Point Related Technical Merit Score

The total points are 50

Minimum points to be awarded is 20

Mandatory Requirements Reference Section

The Bidder’s proposal must meet all mandatory requirements in order to be evaluated. The bidder is to provide proof that each mandatory requirement is met. Failure to do this will result in no further evaluation being conducted. Bidders must complete the following checklist and include it in the bid submission package.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 21 OF 27

Bidder’s name:

Date:

Number Description of Criterion Met Not Met Cross Ref to Proposal

MT 1 Bidders must demonstrate completeness and quality of the written proposal. Demonstration in a concise and clear manner how each of the requirements are to be met.

The davit systems to be supplied are in accordance with ‘Part 4 – Technical requirements’.

MT 2 Bidders must demonstrate that the Davit systems are approved and meets the requirements of Section 3.

Submit documentation from LRS that they will provide design assessment and approval according to Lloyd’s Register and Regulations applicable and compliance with TP 14612 and 14475 will be met.

MT 3 The bidder must identify a minimum of six (6) installations in the last ten (10) years by the davit manufacturer. Reference list must also include the current installations of the vendor equipment which has been installed / maintained in Canada by the manufacturer in the last ten (10) years.

This must be in the form of objective evidence – for example - as reference letters from clients

MT 4 The supplied bid must demonstrate that the testing and quality control requirements of section 5 will be met.

MT 5 Bidders must demonstrate that they can provide an Eastern Canada FSR in place to provide support within 48 hours of a call out.

Contractor to provide identification and qualifications of the FSR together with contact information (4.1.2)

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 22 OF 27

Number Description of Criterion Met Not Met Cross Ref to Proposal

MT 6 Bidders must provide with their proposals a sample of a Shipyard Installation Specification (or similar installation) from a previous similar type davit installation.

Contractor to provide a minimum of one documentation package

MT 7 Bidders must submit with their proposal a sample of installation, operation and technical manual from a previous similar type davit installation.

Contractor to provide a minimum of one written documentation package

MT 8 Bidders must provide a duration and cost estimate for each of the following activities:

Contractor to provide a written cost estimate

- Strip of old equipment and cabling

- Supply and Installation of new equipment and cabling

- Set to work and operational trials

- Testing and witnessing by LR

- Cranage

- Training and operational trials

- Repacking and re-installation life rafts including all shipping costs

MT 9 Bidders must provide a preliminary planning and scheduling which will indicate in working days the duration of each of the following activities

- Contract Award

- Period of manufacturing and procurement of components

- Existing component strip out preparation of steel

- Delivery of davits at Cap-aux-Meules, QC

- Period of FSR attendance

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 23 OF 27

Number Description of Criterion Met Not Met Cross Ref to Proposal

- Installation and operational trials

- Commissioning and testing

- Schedule for cranage

- Period of repacking of life rafts and re-installation

- Warranty period

MT 10 Bidders must provide a sample Gantt chart (or similar) indicating the milestones for the formal progress reviews

Contractor to provide Gantt chart derived from MT9

MT 11 The bidder must provide the organisational chart of the team undertaking the project, indicating their respective roles.

MT 12 Bidders must confirm that the set to work, delivery, commissioning, tests and trials and training agendas and planning can be delivered on or before March 23, 2018.

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 24 OF 27

Technical Merit (TM)

TM 1 Training

Description of Criteria (4.4) Score Indicators

Bidder has identified training on board supplied by OEM FSR in a clear and detailed manner

Total (8 points)

(0 - 3 points) The contractor’s identification of training meets the minimum requirements for this aspect

(4 - 6 points) The contractor’s identification of training meets many or all of the requirements

(7 - 8 points) The contractor’s identification of training meets all of the requirements. Additionally the OEM training provided authorizes the trainees to perform required annual maintenance.

The training is clearly laid out including demonstration to ship’s crew and class room time.

TM 2 FSR Support

Description of Criteria (4.1.2) Score Indicators

Declaration of the location of the FSR’s in Canada and their availability to be on site

Total (8 points)

(0 - 3 points) Declaration that acceptable FSR resources are available in Canada and can be on site within 48 hours

(4 – 6 points) Declaration that acceptable FSR resources are available in Canada and can be on site within 24 hours (or located in Eastern Canada)

Proposal must provide details of FSR qualifications, resources, their location and level of support

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 25 OF 27

(7 - 8 points) Declaration that acceptable FSR resources are available in Eastern Canada and can be on site within in 24 hours.

(Eastern Canada = Ontario - east)

TM 3 System Supportability from OEM

Description of Criteria Score Indicators

Years of service guarantee

Total (6 points)

(0 to 3 points) Ten (10) years’ parts and service support guarantee

(3 to 6 points) Fifteen (15) years’ parts and service support guarantee or more

Bidder must state the length of time of full service supportability

TM 4 Life Raft Davit Proven launching Capabilities

Description of Criteria (4.3.8) Score Indicators

Total (6 points)

(2 - 4 points) Support documentation provided to indicate the proposed life raft launching davit system capable of launching four (4), 25 person davit launched life rafts in 30 minutes

( 5 - 6 points) The proposed life raft launching davit system has been previously proven to be capable of launching four (4), 25 person (or greater) davit launched life rafts in 30 minutes, (4.3.7)

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 26 OF 27

TM 5 Operational Temperature Rating

Description of Criteria (4.3.17) Score Indicators

Total (6 points)

( 2 - 4 points) The proposed davit launching systems are capable of operation to a temperature of – 35 Degrees Celsius with modifications.

(5 - 6 points) The proposed davit launching systems are capable of operation to a temperature of – 35 Degrees Celsius

TM 6 Cranage

Description of Criteria (4.3.25) Score Indicators

Total (4 points)

( 0 - 4 points) The bidder has clearly demonstrated the crane access to both sides of the vessel by providing a plan to remove the existing and install new davit systems including testing and proposed weights to be used.

TM 7 Corporate track record

Description of Criteria Score Indicators

Contractor background and experience in davits installation on comparable vessels

Total (6 points)

(0 - 2 point) 10 years’ experience or 2 to 4 examples

(3-4 points) 10 to 15 years’ experience or 5 to 7 examples

(5-6 points) 15+ years’ experience or 8+ examples

DOCUMENT NUMBER: 13310447 VERSION: 1

2017-09-13

PAGE 27 OF 27

TM 8 Key Personnel

Description of Criteria Score Indicators

Demonstrated qualifications and experience of the key personnel to be involved in the project.

Maximum combined (6 points)

(0 - 3 points) Contract onsite supervisor. Previous experience in davit system installation including hydraulics and electrical installations as applicable.

(0 - 3 points) OEM FSR previous experience to be provided

Years of experience of key personnel is based on the overall average of assigned key persons. Three years equals one point. The two people identified in as project supervisor and OEM FSR shall have the number of years of experience each added for total number years.

Example: person one has 6 years of experience and person two has 8 years of experience. Total years 14 therefore 4 points would be awarded.

Bidder’s proposal should include an organizational chart of the team indicating the key personnel.