Canadian Coast Guard Maritimes Region

CCGS HUDSON

DRY-DOCK REFIT SPECIFICATION

SPECIFICATION: 16-H011-015-1 Revision 1

REQUISTION NUMBER: F5561-16-0720

Date: D ECEMBER 2016

CCGS Hudson Dry-docking Spec 2016/17

Contents 1.0 General Notes...... 11 1.1 Intent ...... 11 1.2 General Particulars of Vessel ...... 16 1.3 Technical Data Package ...... 17 1.4 Office and Progress Meetings ...... 19 1.5 Facilities for Government Personnel ...... 19 1.6 Storage Space ...... 20 1.7 Fees and Costs ...... 20 1.8 Quality Assurance ...... 21 1.9 “As Delivered” Inspection ...... 21 1.10 Project Management...... 22 H-01 Services ...... 24 1. General: ...... 24 2. Prices: ...... 24 3. Documentation: ...... 24 4. Photographs and Images – General ...... 24 5. Quality Assurance and Inspection and Testing: ...... 25 6. Gangways: ...... 26 7. Electric Power: ...... 26 8. Fire Main: ...... 27 9. Potable & Sanitary Water: ...... 27 10. Garbage: ...... 27 11. Cranage: ...... 28 12. Waste oil: ...... 28 13. Cleaning: ...... 28 14. Parking: ...... 28 15. Deck Protection: ...... 28 16. Bulkhead Protection: ...... 29 H-02 Life raft Servicing ...... 30 1. Scope: ...... 30 2. Technical Description: ...... 30 3: References: ...... 32 4: Proof of performance: ...... 32 5: Deliverables: ...... 32

SPECIFICATION NO. 16-H011-015-1 Page 2 CCGS Hudson Dry-docking Spec 2016/17

HD-01 – Docking and Undocking ...... 33 1. Scope: ...... 33 2. Technical Description: ...... 33 3. References: ...... 35 4. Proof of performance: ...... 36 5: Deliverables: ...... 36 HD-02 – Underwater Hull ...... 37 1. Scope: ...... 37 2. Technical Description: ...... 37 3. References: ...... 40 4. Proof of performance: ...... 40 5. Deliverables: ...... 41 HD-03 Butts and Seems ...... 42 1. Scope: ...... 42 2. Technical Description: ...... 42 3. References: ...... 43 4: Proof of performance: ...... 44 5: Deliverables: ...... 44 HD-04 Sea Connections ...... 45 1. Scope: ...... 45 2. Technical Description: ...... 45 3. References: ...... 46 4. Proof of performance: ...... 48 5. Deliverables: ...... 48 HD-05 Main Sea Strainers ...... 49 1. Scope: ...... 49 2. Technical Description: ...... 49 3. References: ...... 50 4. Proof of performance: ...... 50 5. Deliverables: ...... 51 HD-06 Sacrificial Anodes ...... 52 1. Scope: ...... 52 2. Technical Description: ...... 52 3. References: ...... 53 4. Proof of performance: ...... 54 5. Deliverables: ...... 54

SPECIFICATION NO. 16-H011-015-1 Page 3 CCGS Hudson Dry-docking Spec 2016/17

HD-07 Cathodic and Sea Bay Anodes ...... 55 1. Scope: ...... 55 2. Technical Description: ...... 55 3. References: ...... 56 4. Proof of performance: ...... 56 5: Deliverables: ...... 57 HD-08 Transducer Inspections ...... 58 1. Scope: ...... 58 2. Technical Description: ...... 58 3. References: ...... 59 4. Proof of performance: ...... 63 5. Deliverables: ...... 63 HD-09 Port and Stbd Tailshafts and Inspections, Bearing and Seal Installation ...... 64 1. Scope: ...... 64 2. Technical Description: ...... 64 3. References: ...... 69 4. Proof of performance: ...... 70 5. Deliverables: ...... 71 HD-10 BT Void Tank Inspection...... 73 1. Scope: ...... 73 2. Technical Description: ...... 73 3. References: ...... 75 4. Proof of performance: ...... 75 5. Deliverables: ...... 76 HD-11 Fuel Oil tanks Survey ...... 77 1. Scope: ...... 77 2: Technical Description: ...... 77 3: References: ...... 80 4: Proof of performance: ...... 80 5. Deliverables: ...... 81 HD-12 Crows Nest Repairs ...... 82 1: Scope: ...... 82 2. Technical Description: ...... 82 3. References: ...... 85 4. Proof of performance: ...... 86 5. Deliverables: ...... 87

SPECIFICATION NO. 16-H011-015-1 Page 4 CCGS Hudson Dry-docking Spec 2016/17

HD-13 Superstructure Blasting and Painting ...... 89 1: Scope: ...... 89 2. Technical Description: ...... 89 3. References: ...... 91 4. Proof of performance: ...... 93 5. Deliverables: ...... 94 HD-14 Exterior Cables & fittings (CANCELLED) ...... 95 HD-15 Tank Vents (CANCELLED) ...... 96 HD-16 Sea Bays & Sea Chests ...... 97 1. Scope: ...... 97 2. Technical Description: ...... 97 3. References: ...... 98 4. Proof of performance: ...... 99 5. Deliverables: ...... 99 HD-17 No. 4 Double Bottom Tank & Tank Top (P & S) ...... 100 1. Scope: ...... 100 2: Technical Description: ...... 100 3. References: ...... 103 4. Proof of performance: ...... 104 5.Deliverables: ...... 105 HD-18 Aft Void Space and Tank Top (Main Deck) ...... 106 1. Scope: ...... 106 2: Technical Description: ...... 106 3. References: ...... 109 4. Proof of performance: ...... 110 5. Deliverables: ...... 111 HD-19 Forepeak Tank ...... 112 1. Scope: ...... 112 2. Technical Description: ...... 112 3. References: ...... 116 4. Proof of performance: ...... 117 5. Deliverables: ...... 118 HD-20 Forward Trim Tank Steel Repairs ...... 119 1. Scope: ...... 119 2. Technical Description: ...... 119 3. References: ...... 123 4. Proof of performance: ...... 124 5. Deliverables: ...... 125

SPECIFICATION NO. 16-H011-015-1 Page 5 CCGS Hudson Dry-docking Spec 2016/17

HD-21 Asdic Compartment and Bilge Wells ...... 126 1. Scope: ...... 126 2: Technical Description: ...... 126 3. References: ...... 129 4. Proof of performance: ...... 130 5. Deliverables: ...... 131 HD-22 No. 1 Double Bottom Tank (P&S)...... 132 1. Scope: ...... 132 2. Technical Description: ...... 132 3. References: ...... 136 4. Proof of performance: ...... 137 5. Deliverables: ...... 137 HD-23 Aft Cofferdam Steel Repairs ...... 139 1. Scope: ...... 139 2. Technical Description: ...... 139 3. References: ...... 143 4. Proof of performance: ...... 145 5. Deliverables: ...... 146 HD-24 No. 3 Double Bottom Tank (P&S)...... 147 1. Scope: ...... 147 2. Technical Description: ...... 147 3. References: ...... 148 4. Proof of performance: ...... 149 5. Deliverables: ...... 150 HD-25 Water Quality Package installation ...... 151 1. Scope: ...... 151 2. Technical Description: ...... 151 3. References: ...... 156 4. Proof of performance: ...... 157 5. Deliverables: ...... 158 HD-26 - Hull Insert Frames 67-68 (Survey Item) ...... 160 1. Scope: ...... 160 2. Technical Description: ...... 160 3. References: ...... 161 4. Proof of performance: ...... 162 5. Deliverables: ...... 162

SPECIFICATION NO. 16-H011-015-1 Page 6 CCGS Hudson Dry-docking Spec 2016/17

HD-27 Docking Plugs Renewal ...... 163 1. Scope: ...... 163 2. Technical Description: ...... 163 3: References: ...... 166 4: Proof of performance: ...... 166 5: Deliverables: ...... 167 HD-28 Shell Plate Renewals between (Starboard) Frames 144-157 ...... 168 1. Scope: ...... 168 2. Technical Description: ...... 168 3. References: ...... 170 4. Proof of performance: ...... 170 5. Deliverables: ...... 172 HD-29 Fuel Monitoring System Install (CANCELLED) ...... 173 HD-30 Centerline Girder Replacement Frames 178-180 ...... 174 1. Scope: ...... 174 2. Technical Description: ...... 174 3. References: ...... 175 4. Proof of performance: ...... 175 5. Deliverables: ...... 176 HD-31 Transducer Cofferdam Valve #37 (CANCELLED) ...... 177 HD-32 Stern Tube Bearing Installation (INCORPORATED IN TO HD - 09) ...... 178 HD-33 Stern Tube Seal Installation (INCORPORATED IN TO HD - 09) ...... 179 HD-34 Fwd. Lab Repairs ...... 180 1. Scope: ...... 180 2. Technical Description: ...... 180 3. References: ...... 182 4. Proof of performance: ...... 182 5. Deliverables: ...... 183 HD-35 Curtain Plate repair Frame #110 ...... 184 1. Scope: ...... 184 2. Technical Description: ...... 184 3. References: ...... 185 4. Proof of performance: ...... 186 5: Deliverables: ...... 186

SPECIFICATION NO. 16-H011-015-1 Page 7 CCGS Hudson Dry-docking Spec 2016/17

HD-36 Fwd. Cargo Hold trunk inserts ...... 188 1. Scope: ...... 188 2. Technical Description: ...... 188 3. References: ...... 190 4. Proof of performance: ...... 191 5. Deliverables: ...... 192 HD-37 Wind and Water Survey Lloyds ...... 193 1. Scope: ...... 193 2. Technical Description: ...... 193 3. References: ...... 194 4. Proof of performance: ...... 194 5. Deliverables: ...... 195 HD-38 #6 D/B Fuel tanks (P&S) Cleaning and Blasting ...... 196 1. Scope: ...... 196 2. Technical Description: ...... 196 3. References: ...... 198 4. Proof of performance: ...... 198 5. Deliverables: ...... 199 HD-39 Aft Trim Tank Steel Repairs ...... 200 1. Scope: ...... 200 2. Technical Description: ...... 200 3. References: ...... 205 4. Proof of performance: ...... 206 5. Deliverables: ...... 207 HD- 40 – Tank Vent Head Replacements (SURVEY) ...... 209 1. Scope: ...... 209 2. Technical Description: ...... 209 3. References: ...... 213 4. Proof of performance: ...... 214 5: Deliverables:...... 214 E-01 Sounding Plug Repairs ...... 216 1. Scope: ...... 216 2. Technical Description: ...... 216 3. References: ...... 218 4. Proof of performance: ...... 218 5. Deliverables: ...... 219

SPECIFICATION NO. 16-H011-015-1 Page 8 CCGS Hudson Dry-docking Spec 2016/17

E-02 Dresser Coupling Replacement ...... 220 1. Scope: ...... 220 2. Technical Description: ...... 220 3. References: ...... 222 4. Proof of performance: ...... 222 5: Deliverables: ...... 223 E-03 Fuel Tank Valves ...... 224 1. Scope: ...... 224 2. Technical Description: ...... 224 3. References: ...... 226 4. Proof of performance: ...... 226 5. Deliverables: ...... 227 E-04 Engineroom Piping(CANCELLED) ...... 228 E-05 Fixed Fire Fighting Systems Inspections ...... 229 1: Scope: ...... 229 2: Technical Description: ...... 229 3: References: ...... 232 4: Proof of performance: ...... 233 5: Deliverables: ...... 233 E-06 Ventilation Ductwork and Fan Cleaning ...... 234 1: Scope: ...... 234 2: Technical Description: ...... 234 3: References: ...... 236 4: Proof of performance: ...... 236 5: Deliverables: ...... 237 E-07 Galley Ranges, Grills, Bake Ovens, Range Hood and Broiler ...... 238 1. Scope: ...... 238 2. Technical Description: ...... 238 3. References: ...... 239 4. Proof of performance: ...... 239 5. Deliverables: ...... 240 E-08 Bilge Cleaning ...... 241 1. Scope: ...... 241 2. Technical Description: ...... 241 3. References: ...... 242 4. Proof of performance: ...... 242 5. Deliverables: ...... 243

SPECIFICATION NO. 16-H011-015-1 Page 9 CCGS Hudson Dry-docking Spec 2016/17

E-09 Miranda Davit Survey ...... 244 1: Scope: ...... 244 2. Technical Description: ...... 244 3. References: ...... 247 4. Proof of performance: ...... 248 5. Deliverables: ...... 249 E-10 Lifeboat Davits Survey ...... 250 1: Scope: ...... 250 2. Technical Description: ...... 250 3. References: ...... 254 4. Proof of performance: ...... 255 5. Deliverables: ...... 256 E- 11 Steering Gear Linkages (CANCELLED) ...... 257 E-12 Windlass Survey ...... 258 1: Scope: ...... 258 2. Technical Description: ...... 258 3. References: ...... 267 4. Proof of performance: ...... 269 5. Deliverables: ...... 270 E-13 Survey item Aft “A” Frame ...... 271 1. Scope: ...... 271 2. Technical Description: ...... 271 3. References: ...... 273 4. Proof of performance: ...... 276 5. Deliverables: ...... 278 L-01 New Searchlights install (CANCELLED) ...... 279 L-02 Fire Detection System ...... 280 1. Scope: ...... 280 2. Technical Description: ...... 280 3: References: ...... 281 4: Proof of performance: ...... 281 5: Deliverables: ...... 282 L-03 Electric Motor Removal and Install ...... 283 1. Scope: ...... 283 2. Technical Description: ...... 283 3: References: ...... 285 4: Proof of performance: ...... 289 5: Deliverables: ...... 289

SPECIFICATION NO. 16-H011-015-1 Page 10 CCGS Hudson Dry-docking Spec 2016/17

1.0 General Notes

1.1 Intent

1.1.1 These project requirements are supplied to the Contractor outlining the objectives, performance, standards and engineering requirements for the Dry-docking of the Canadian Coast Guard Ship (CCGS) Hudson.

1.1.2 General (Manned): The services as described in H-01 Services shall be supplied, fitted and/or connected whenever ship's crew are living aboard the ship. This is expected to include the time period after arrival at Contractor’s facility and prior to formal handover to the Contractor. The services shall also to be provided after the vessel has been returned to the care and custody of the ship's crew until signing of the acceptance document and departure of the ship from Contractor's facilities. Contractor shall be responsible for any additional disconnections and re-connections required when the ship is moved between dock / slipway and any berth at Contractor's premises.

1.1.3 COAST GUARD TECHNICAL AUTHORITY (CGTA): All the specified work, as well as all work arisings, shall be completed to satisfaction of CGTA. Upon completion of each item of the specification, CGTA shall be notified so that he/she may inspect the work prior to the complete closing up of any work. Failure to give notification does not absolve Contractor of the responsibility of providing CGTA the opportunity to inspect any item. Inspection of any item by CGTA does not substitute for any required inspection by Transport Canada Marine Safety & Security (TCMSS), Public Works and Government Services Canada (PSPC) or Health Canada (HC).

1.1.4 Notwithstanding any errors, omissions, discrepancies, duplication or lack of clarity in these project requirements, it must be the responsibility of the Contractor to ensure that:

a) The execution of the work specified herein is to the satisfaction of the CGTA, Inspection Authorities and Regulatory Bodies; b) All items and equipment supplied are deemed necessary for the safe and satisfactory operation and seaworthiness of the vessel, as required for a vessel of this class.

1.1.5 SAFETY: Vessel shall be under the Contractor's Safety Management program while under their Care & Custody. Potential Contractor s shall include with their bids the name of their Safety Manager or Supervisor who will ensure that these requirements for workplace safety are met. When under CCG Care & Custody, the ISM Safety annex shall apply.

1.1.6 Sections H-01 through to Sections L-05 of this Specification define the individual work items that the Contractor must address during the CCGS Hudson’s dry-docking Project.

1.1.7 SUB-CONTRACTORS: All conditions, stipulations etc. listed in the General Notes apply to any Sub- Contractors employed by Main Contractor to carry out work on any Specification item.

SPECIFICATION NO. 16-H011-015-1 Page 11 CCGS Hudson Dry-docking Spec 2016/17

1.1.8 SCHEDULE: At the Pre-Refit Meeting, successful Contractor shall provide a Production Bar Chart or Schedule showing commencement and completion dates for each item in this specification. This document shall highlight any critical dates and be capable of showing the effects of late completion date of the work package. Contractor shall provide updated Production Schedules to the CGTA and PSPC Contracting Officer whenever the schedule is revised.

1.1.9 SAFE WORK CERTIFICATES: Before any cleaning, painting or hot work is commenced in confined spaces or machinery compartments, Contractor and subcontractor personnel issuing these certificates must be fully trained, qualified and certified in accordance with Canada Labour Code requirements and all relevant provincial legislation. Certificates shall clearly state the type of work permitted and shall be renewed as required by the regulations. Contractor and his sub- Contractors are advised that any work carried out in confined spaces as defined by the Canada Labour Code (CLC) and relevant provincial legislation must fully comply with all provisions therein. The Contractor is responsible to provide their own on site Confined Space Rescue team during all Confined space work and activities. This Rescue team shall be made available for use by CGTA and Lloyd’s inspectors during times when access is required to these spaces for inspection purposes

1.1.10 WELDING: Contractor must ensure that welding is performed by a welder certified by the Canadian Welding Bureau (CWB) in accordance with the requirements of the following Canadian Standards Association (CSA) standards:

(a) CSA W47.1, Certification for Companies for Fusion Welding of Steel Structures (Minimum division level 2.0); and

(b) CSA W47.2-M1987 (R2003), Certification for Companies for Fusion Welding of Aluminum (Minimum division level 2.1 ).

1.1.11 All welding in this specification shall be carried out as per CCG Welding Specification, CCG WeldingSpecification n-eng CT-043-eq-eg-001-E. In the event a discrepancy occurs between this specification and the CCG Welding specification, the CCG Welding specification shall be rule.

1.1.12 HOTWORK VENTILATION AND CONTAINMENT: During all known work and work arisings that involve hot work, Contractor shall ensure that all dust, debris, gas and smoke generated by the work is evacuated from the vessel by the most direct method. Each item that involves hot work shall have a defined zone which shall be kept sealed off from the rest of the vessel during the complete work period that involves the generation of welding gases, smoke, and grinding dust etc. These zones shall be indicated in the items contained within the known work package. All extra work arisings that involve hot work shall have a zone determined using the same logic. The zone shall be limited to the space(s) where the hot work is being done, boundary areas where fire watches are required, and the access routes between the zone and the exterior of the vessel for workers, welding and cutting equipment and ventilation ductwork. In areas where accommodations and or workplaces cannot be completely isolated from personal access a double sealed door (air lock) arrangement shall be erected to minimize ingress of the contaminants into

SPECIFICATION NO. 16-H011-015-1 Page 12 CCGS Hudson Dry-docking Spec 2016/17

occupied areas. A ventilation extraction point shall be located as near as practical to the inside door on the worksite side to reduce the egress into the air lock and subsequently the accommodations and/or workspaces. All doorways within the affected area that are not being worked or require access for fire watch activities shall be sealed off to prevent all containments from getting in. Passageway branches that connect to the zone shall be sealed off. Contractor shall completely clean all surfaces and fabrics within a compartment that are not suitably protected.

1.1.13 A ENCLOSURES AND HEATING: Contractor shall provide all enclosures and heating required to carry out all the scheduled work, taking into account the nature of the work, the time of year the refit is, and the weather conditions for that time of year in Contractor's geographic area. Examples of where heating and enclosures could be required include but are not limited to painting, Potable Water coating, and tank cleaning.

1.1.14 SERVICE CONDITIONS: Unless specified otherwise, all components, materials and installations supplied by or carried out by Contractor shall be adequate to meet the following service conditions:

1.1.15 In areas that are exposed to the elements: • outside air temperature of minus (-) 40° C to plus (+) 35° C; • wind velocity of 50 knots; • water temperature of minus(-) 2° C to plus(+) 30° C; • shock loading of 2.5g horizontal, 1.5g vertical. All new components, materials and installations within the ship shall be adequate to withstand the specified shock loading accelerations.

1.1.16 HOTWORK & FIRE WATCHES: Contractor shall abide by their Safety Management Program when performing Hot-work. Contractor shall provide sufficient suitable fire extinguishers and a fire watch during any such heating and until the work has cooled. Ship's extinguishers are not to be used except in an emergency. Should Contractor have to use ship's extinguishers in an emergency they shall be recharged and re-certified by a local facility, of CCG's choice, at Contractor's expense.

1.1.17 Security Watches: During the contract period, Contractor shall provide and maintain a continuous, 24 hour-per-day, 7 day-per-week security watch consisting of at least one (1) mobile security patroller. The patrollers are to provide mobile safety and security checks throughout the vessel. The patrols shall be adequate to ensure integrity against personal injury, fire and flood in accordance with Part II of the Canada Labour Code, as well as to ensure that the ship remains free from damage and/or theft resulting from unauthorized entry or activity.

1.1.18 RELOCATIONS: Any piping, manholes, parts and/or equipment requiring temporary relocation to carry out specified work, or to gain access, shall be refitted upon completion with new jointing, anti-seize compound, clamps and brackets as applicable (Contractor supply). All equipment and systems, so disturbed, shall be tested to prove correct function and fluid integrity upon

SPECIFICATION NO. 16-H011-015-1 Page 13 CCGS Hudson Dry-docking Spec 2016/17

completion. Defects shall be corrected at Contractor's expense. NOTE: It is Contractor's responsibility to identify equipment and systems that shall be tested to verify correct function, prior to being disturbed for required work.

1.1.19 LIGHTING: Temporary lighting and/or temporary ventilation required by Contractor to carry out any item of this specification shall be supplied, installed and maintained in safe working condition by Contractor and removed on completion of the related work. Naked light bulbs or tubes shall not to be used as temporary lighting inside the vessel. All lights used in the vessel shall be supplied with approved guards.

1.1.20 CLEANUP: Contractor to ensure that all spaces, compartments, and areas where work has been carried out, or Shipyard staff has used for transit routes, are left in "as clean a condition as found" when the vessel commenced refit. All rags, debris, and associated garbage generated by the shipyard staff while on board shall be removed to the garbage container(s) each day. The costs associated with the removal of dirt, debris, and garbage shall be included in the quote.

1.1.21 INSPECTION: Contractor shall be responsible for calling in the services of LLOYD’S & HC Inspectors when and as required for survey and inspection items. All LLOYD’S Surveyor called in by Contractor are to sign-off the Chief Engineer's Inspection Log Book for all items surveyed.

1.1.22 PAINTING: Unless specified otherwise, replacement and/or disturbed steelwork shall be given a minimum of two (2) coats of Wasser MC Miozinc. Lead-based paints shall not be used. Prior to painting, all new and disturbed steelwork shall be power tool cleaned as a minimum standard of surface preparation. Contractor shall arrange for the CG Technical Authority (CGTA) to be notified after the first coat of paint is fully cured so that it may be inspected prior to the application of the second coat. Failure to do so shall result in another coat being applied at Contractor's expense.

1.1.23 MATERIALS & TOOLS: All materials, unless otherwise specified, shall be supplied by Contractor. Contractor to supply all necessary tools and equipment to perform the specified work. Special, ship-specific tools, as required, will be issued by and returned to Chief Engineer. Contractor shall be responsible for removing the tools from their stored location aboard the vessel, and returning them and securing them in place when finished. Otherwise, ship's tools and equipment will not be available for Contractor's use.

1.1.24 MEASUREMENTS: All dimensional measurements shall be taken and recorded in inches. Unless otherwise specified, the dimensions shall be taken and reported in thousandths of an inch (0.000"). All measuring devices shall be described on the submitted reporting sheets. All reported dimensions shall be either typed or printed in a neat legible manner, and shall include the name of the person who took the readings.

1.1.25 CO-OPERATION: During the period that the ship is in refit, members of the ship's complement, Coast Guard technical staff, and service specialists may be carrying out repairs to, maintenance of, or modifications of various ships' equipment not covered in this specification. Contractor shall not

SPECIFICATION NO. 16-H011-015-1 Page 14 CCGS Hudson Dry-docking Spec 2016/17

deny access to the vessel to these persons. Every effort will be taken to ensure that this Coast Guard controlled work will not interfere or conflict with that being carried out by Contractor.

1.1.26 SMOKING: The Public Service Smoking Policy forbids smoking in Government ships in all areas inside the ship where shipyard personnel will be working. Contractor shall inform workers of this policy and ensure that it is complied with in all cases.

1.1.27 ACCESS: The following areas are out of bounds to Contractor's personnel except to perform work as required by the specifications: all cabins, offices, workshops, Wheelhouse, Control Room, public washrooms, Officers' and Crew's Messes and Lounges. Contractors shall ensure that no workers bring meals onboard the ship.

1.1.28 INSPECTION & GUIDANCE: During this contract, Ship's Crew and Regional Staff will be onboard conducting inspections and providing guidance to Contractor personnel.

1.1.29 ASBESTOS: There may be locations having Asbestos Containing Materials (ACM). The latest Asbestos Re-Assessment Report (March 2012) is available upon request.

1.1.30 The performance requirements specified in Sections 1 through to Sections 7 of these project specifications must be applicable to Sections H-01 through to Sections L-05 in all respects. The specification in Sections H-01 to L-05 may not specifically reference Sections 1 to 7; however, they must still apply.

1.1.31 All available drawings for the CCGS Hudson will be made available to the contractor at their request. It should be noted that due to the age of the vessel some drawings may not be available.

1.1.32 Abbreviations used in this Specification are provided in Appendix C .

1.1.33 The contractor shall allow the CGTA at least two weeks’ notice prior to sea trials to allow CGTA time to adequately crew the vessel

SPECIFICATION NO. 16-H011-015-1 Page 15 CCGS Hudson Dry-docking Spec 2016/17

1.2 General Particulars of Vessel

Name: CCGS Hudson Type: Offshore Oceanographic Science Vessel Ice Classes Arctic Class 2 Year Built 1963 Voyage Class Unlimited, beyond 2000nm Builder Saint John SB & DD Ltd., Saint John, New Brunswick

Principal Dimensions:

Length: 90.4 m (Meters) Breadth: 15.4 m (Meters) : 6.8 m (Meters) Freeboard: 3.2 m (Metres) Gross Tonnage: 3444.0 t (Tons) : 1033.0 t (Tons) Cruising Range: 23100 nm (Nautical Miles) Endurance: 105 d (Days) Cruising Speed: 10.5 kts (Knots) Maximum Speed: 17.0 kts (Knots) Fresh Water: 105.00 m3 (Cubic Meters) Fuel Capacity: 1268.00 m3 (Cubic Meters) Fuel Consumption: 7.60 m3/d

SPECIFICATION NO. 16-H011-015-1 Page 16 CCGS Hudson Dry-docking Spec 2016/17

1.3 Technical Data Package 1.3.1 The Contractor is provided with the following data packages to fully define the scope of work for the CCGS Hudson Dry-docking Refit Project: • Technical Specifications (This Specification Document and appendixes); • Guidance Drawings – Electronic format; • CCGS HUDSON Drawings – Electronic format; • CCGS Hudson Asbestos Re-Assessment Report 2016 • Applicable CCG Standards and Guidelines – Electronic format. 1.3.2 Supplementary Documentation (not provided by the CCG) • ASTM G82-95 (2003) – Standard Guide for Development and Use of a Galvanic Series for Predicting Galvanic Corrosion Performance • CAN/CGSB-1.193-99 – Canadian General Standards Board for High-Build Epoxy Marine Coating • CAN/CGSB 1.61-2004 – Canadian General Standards Board for Exterior Marine Alkyd Enamels • CAN/CGSB 3-GP-11D – Naval Distillate Fuel, 2002-11-01 • CAN/CGSB 4.155-M88 – Canadian General Standards Board Flammability of Soft Floor Coverings – Sampling Plans • CAN/CGSB 51.53-95 – Poly (vinyl chloride), Jacketing Sheet, for Insulated Pipes, Vessels and Round Ducts • CAN/ULC-S102-03 – Surface Burning Characteristics of Building Materials and Assemblies • CAN/ULC-S109-03 – Flame Tests of Flame-Resistant Fabrics and Films • Canada Shipping Act Machinery and Hull regulations pertaining to a Research Vessel having general particulars as specified under Section 1.2 • CSA C22.1 SB-06 – Canadian Electrical Code Standard Part I Safety Standard for Electrical Installations • CSA C22.2 – No. 0-M91 (R2006) – General Requirements – Canadian Electrical Code Part II • CSA CAN3-Z299.3-85 (R2002) – Quality Assurance Program Category 3 • CSA W47.1 03 – Certification of Companies for fusion welding of steel • CSA W47.2-M1987(R2003) – Certification of Companies for fusion welding of aluminum • IEC 60092-504 ED 3.0 en:2001– Electrical Installations in Ships – Part 504: Special Features – Control and Instrumentation • CAN/CSA-C22.2 No 60529-05 Degrees of protection provided by enclosures (IP Code) • International Association of Classification Societies (IACS) - http://www.iacs.org.uk/ • IEC 60533 Second Edition – Electrical and Electronic Installations in Ships – Electromagnetic Compatibility • IEEE 45 STD -2002 – Recommended Practice for Electrical Installations Shipboard • IEEE STD 315-1975 (Reaffirmed 1993) – Graphic Symbols for Electrical and Electronics Diagrams

SPECIFICATION NO. 16-H011-015-1 Page 17 CCGS Hudson Dry-docking Spec 2016/17

• ISO 4406 – 1999 – Hydraulic fluid power -- Fluids -- Method for coding the level of contamination by solid particles • ISO 18413:2002 – Hydraulic fluid power – Cleanliness of parts and components – Inspection document and principles related to containment collection, analysis, and data reporting • ISO/TR 10949:2002 – Hydraulic fluid power – Component cleanliness – Guidelines for achieving and controlling cleanliness of components from manufacture to installation • ISO/TS 16431:2002 – Hydraulic fluid power – Verification of cleanliness • ISO 15748-1:2002 - Ships and marine technology - Potable water supply on ships and marine structures - Part 1: Planning and design • ISO 15748-2:2002 - Ships and marine technology - Potable water supply on ships and marine structures - Part 2: Method of calculation • ISO 2081 – 1986 – Metallic Coatings – Electroplated Coatings of Zinc on Iron or Steel; • Lloyd’s Classification Society Rules for the Classification of Ships • MOSH (SOR/87-183) – Marine Occupational Safety and Health Regulations • PMBoK 3rd Edition – Project Management Institute guidelines to project management • Provincial Department of Labour Industrial Health Regulations respecting removal of Asbestos • S.N.A.M.E – Rules/Guidelines for Shop and Installation Trials – latest edition • S.N.A.M.E.(3-47)*1989 – Rules/Guidelines for Sea Trials – latest edition • SOLAS recommendations • TP 11469 E – Guide to Structural Fire Protection • TP 127E (2002) – Ship Safety Electrical Standards • TP 11469 – Guide to Structural Fire Protection 1993 • TP 1861E Standards for Navigation Lights, Shapes, Sound Signal Appliances and Radar Reflectors (1991) • TP 2072E Deck Cargo Safety Code 1974 • TP 7301 Stability, Subdivision, and Load Line Standards 1975 • T.C.M.S. Ship Safety Bulletin 06/1989 Grounding Safety in Dry-dock • UL 1309 – Standard for Safety for Marine Shipboard Cable 1.3.3 TP Publications are available at the following web site:

http://www.tc.gc.ca/marinesafety/tp/menu.htm CGSB Standards and publications are available at the following web site: http://www.scc.ca

ULC Standards and publications are available at the following web site: http://www.ulc.ca

Canadian Standards Association Standards are available at the following web site: http://www.csa.ca

SPECIFICATION NO. 16-H011-015-1 Page 18 CCGS Hudson Dry-docking Spec 2016/17

International Standards Organization (ISO) is available at the following web site: http://www.iso.org

IEEE Standards and publications are available at the following web site: http://www.standards.ieee.org

British Standards are available at following web site: http://www.bsi-global.com

ANSI Standards are available at the following web site: http://www.ansi.org

ASTM Standards are available at the following web site: http://www.astm.org

ASME Standards are available at the following web site: http://www.asme.org

S.N.A.M.E. Rules/Guidelines are available at the following web site: http://www.sname.org

Project Management Guidelines are available at the following web site http://pmi.org

1.4 Office and Progress Meetings Contractor must provide an adequate boardroom for Progress Review Meetings (PRM). PRMs must be held monthly or more frequently as determined by the Contract Authority.

1.5 Facilities for Government Personnel 1.5.1 The Contractor must provide a minimum of 500 square feet of secure office space with the following requirements for CG personnel: 1) Two (2) lockable offices with a minimum of 200 square feet each; 2) One (1) boardroom with furnishings to seat ten (10) people (arrangements must consist of one large boardroom table with seating for ten). The boardroom must also be furnished with a 4 foot by 6 foot whiteboard on one wall. 3) Three (3) desks, full size with double pedestals containing drawers: a) Desk drawers must be lockable; b) One (1) desk must be an “L” shaped secretary style desk with side tables; 4) One (1) desk size tables; 5) Ten (10) chairs, of which six (6) must be fully adjustable and fitted with a swivel base and casters (in addition to the boardroom furnishings); 6) Two (2) bookcases – 4 foot wide by 6 foot height;

SPECIFICATION NO. 16-H011-015-1 Page 19 CCGS Hudson Dry-docking Spec 2016/17

7) Three (3) filling cabinets – four (4) drawers per cabinet. All cabinets shall be lockable; 8) Four (4) keys must be provided for each lockable door, desk and filing cabinet; 9) Three (3) direct telephones – one (1) of which must be in the boardroom; 10) Three (3) high speed internet connections; 11) One (1) office copier capable of handling 8.5 by 11 inch paper, 8.5 by 14 inch paper and 11 by 17 inch paper sizes. The copier must be equipped with an auto sheet feeder and serviceable within two (2) hours of any breakdowns.

1.5.2 The offices must be supplied with heating, ventilation/air conditioning, and lighting as per provincial health and occupancy regulations.

1.5.3 Washroom facilities must be located on site.

1.5.4 All of the above equipment and facilities must be clean and in good condition to the full satisfaction of Canada.

1.6 Storage Space 1.6.1 The Contractor must provide 1000 square feet of secure, environmentally controlled storage space for the ship’s equipment. The storage space environment must be maintained at 15 degrees Celsius and at a maximum relative humidity of 70 percent for the duration of the contract period.

1.6.2 All items must be stored in such a manner so as to be easily accessible for inspection. No items must be stored directly on floors.

1.6.3 The storage space must be on the premises of the Contractor’s facility.

1.7 Fees and Costs 1.7.1 The Contractor must include in their bid for the following fees and costs: 1) Services; 2) Tests and Trials of equipment and vessel; 3) Provision of safety services, e.g. gas freeing of tanks, fire protection, cocooning asbestos containing areas; 4) Certification of lifting devices as required; 5) Type approval of equipment to be installed if required. 6) Testing of any watertight penetrations (piping or cableways) that have been added or disturbed, for watertight integrity. Ultrasonic testing is recommended, however a suitable alternative may be used if approved by the CGTA.

SPECIFICATION NO. 16-H011-015-1 Page 20 CCGS Hudson Dry-docking Spec 2016/17

1.7.2 The Contractor shall contact, coordinate and schedule all regulatory inspections and/or class surveys by the applicable authority: i.e. TCMS, HC, Environment Canada Lloyd’s or others as required by the specification. CGTA shall be notified in writing at least 12 hours prior, shall be on site during all regulatory inspections or surveys. 1.7.3 Contractor shall note that CCGS Hudson is now under the inspection authority of Lloyd’s register and all inspections must be coordinated through local Lloyd’s office and CGTA. All required site visit by Lloyd’s shall be pre-approved by CGTA before they are scheduled. Contractor shall make every reasonable effort to minimize the amount of visits by scheduling multiple inspections per visit as practicable. CGTA shall be given 24 hours’ notice prior to any inspections commencing and shall be on site and present during the inspection. The cost of Lloyd’s inspections will be paid as per invoice. 1.7.4 The Contractor must provide unit price for credit purposes for the removal of clean fuel remaining fuel on board at time of dry-dock. For the purposes of this specification the Contractor must quote on removal of 80 m3 of diesel fuel. Contractor shall also provide a separate unit price per m3 of diesel fuel disposal. Any difference in the amount of fuel from the quoted 80 m3 will be adjusted up or down using the 1379 process. (REMOVED AND ADDED IN SERVICES) 1.7.4 The contractor shall include in their bid price the recovery of all grit blasting substrate, this shall include but not be limited to all paint, debris and grit as well as the disposal there of. This recovery and disposal of the substrate shall be completed in accordance with all applicable provincial// federal regulations.

1.8 Quality Assurance

1.8.1. The Contractor must deliver, as part of its bid package, confirmation that they have an established Quality Assurance program in place. This program shall be used conjointly with all guidelines and deliverables set out in section 5 “Quality assurance and Inspection and testing” in section H-01 - services.

1.8.2. Canada may audit the Quality Assurance program.

1.9 “As Delivered” Inspection 1.9.1 The Contractor must, with the Technical Authority and the Inspection Authority, carry out an “As delivered” inspection of the vessel. All parties must sign off on the assessment of vessel’s equipment and systems. This activity must be carried out before hand-over of the vessel to the Contractor. The Contractor must provide a photographic survey of the inspection to the Inspection Authority and the Technical Authority.

1.9.2 This inspection must meet the requirements of Section 3 “Photographs and Images” in the Services section of this Specification.

SPECIFICATION NO. 16-H011-015-1 Page 21 CCGS Hudson Dry-docking Spec 2016/17

1.10 Project Management

1.10.1 Introduction 1.10.1.1 Project management refers to system integration and technical control as well as business management of the CCGS Hudson Dry-docking refit project.

1.10.1.2 NOTE: Items below marked with an asterisk * must be delivered with the bidder's proposal, i.e. 1.13.2, 1.13.3, 1.13.4, 1.13.5, and 1.13.6.

1.10.2 Project Action Plan (PAP)* 1.10.2.1 The Contractor must document the project management for the work in a Project Action Plan and must update this plan at Bi-weekly intervals or more frequently as required by the Contracting Authority.

1.10.2.2 The PAP must comprise organization structure charts, a master schedule, support schedules, sub-Contractor schedules and work, Government Furnished Equipment (GFE), and Contractor Furnished Equipment (CFE) delivery dates as a minimum.

1.10.2.3 The monthly updates to the PAP must comprise schedule updates, a progress report and review meetings. The components of the PAP and its updates are described in the following sub-sections.

1.10.3 Project Integration Management* The Contractor must provide an overall project organizational chart identifying all key personnel and sub-Contractors. Further, the Contractor must identify the contract-related work each sub- Contractor is responsible for.

1.10.4 Change Management Log* 1.10.4.1 The Contractor must provide a Change Management Log that must be used for the duration of the project to manage project changes.

1.10.4.2 The Change Management Log must track project issues with the following criteria: 1) Individual tracking number; 2) Date issue was raised; 3) Expected resolution date; 4) Date issue was resolved; 5) Brief note of resolution on issue; 6) Individual who raised issue; 7) Individual assigned to resolve issue; 8) Risk Factor.

1.10.4.3 If issues require a change in the work they must be dealt by submitting a PSPC 1379 Form.

SPECIFICATION NO. 16-H011-015-1 Page 22 CCGS Hudson Dry-docking Spec 2016/17

1.10.5 Risk Management* The Contractor must identify emergent risks and rank these risks by impact on the work. Mitigation strategies must be identified for all “High” risks. The “Risk Management Plan” must be updated at least weekly and provided to the Technical and Contracting Authorities. The “Risk Management Plan” must be included in the Bi-weekly progress meeting Record of Decisions.

1.10.6 Scheduling* 1.10.6.1 The Contractor must provide a schedule(s) that breaks the work down to the system and component level. The schedule must include sub-Contractor schedules to the same level. The Contractor must update the schedule(s) on a Bi-weekly basis and the updates must be provided to the Contract Authority, the Inspection Authority and the Technical Authority.

1.10.6.2 The schedule(s) must identify all work in the project. It must include long lead items, GFE, strip outs, production, assembly, installation, bench testing, system commissioning and tests and trials, as well as all scheduled and required resources.

1.10.6.3 The schedule(s) must identify the major milestones, critical path and all interrelationships between tasks. The schedule(s) must be baseline.

1.10.6.4 The initial schedule(s) must be delivered 21 calendar days after contract award.

1.10.6.5 A milestone schedule must be supplied with the bidder’s tender package.

1.10.6.6 The PMBoK 2000 must be used as the reference for scheduling.

1.10.7 Project Reporting The Contractor must provide a Bi-weekly (every two weeks) Progress Report describing the status of the project Time Line, Cost and Performance as an introduction. Time, Cost and Performance must then be addressed in detail. The report must identify significant risks to the program and the actions taken to resolve these risks. The risk analysis must identify any impact upon delivery and actions taken to recover any slippage that may affect the contract delivery date. The report, either in hard copy or in electronic format, must be delivered monthly, three (3) working days prior to the progress review meeting to the Contract Manager, the Inspection Authority and the Technical Authority. The progress report must include sub-Contractor and major component supplier activity.

SPECIFICATION NO. 16-H011-015-1 Page 23 CCGS Hudson Dry-docking Spec 2016/17

H-01 Services

1. General:

1.1 The following services shall be supplied, fitted and/or connected upon arrival at the Contractor’s facility, maintained throughout the docking / contract period, and removed from the vessel on completion of the work. Contractor shall be responsible for any additional connections required when ship is moved between dock/slipway and alongside berth at Contractor's premises.

2. Prices:

2.1 Contractor shall quote a global price and a separate daily or unit cost rates for all services supplied to the vessel during the refit period.

3. Documentation:

3.1 Contractor shall provide all documentation, including reports and permits, associated with this statement of work in English. This shall include but not be limited to, the Inspection and Test plan documents required as per section 5 of “Services”, all job acceptance documents, all posted hot work, man aloft and gas free permits. CCGS Hudson is a unilingual vessel, and for record keeping and historical reference, the vessel is required to retain all documentation in English.

3.2 Refit Reports: Contractor shall prepare two (2) bound reports of all specified readings and measurements during this refit period and one electronic copy of documentation in Adobe PDF format. Readings shall be indexed by specification number. Volume shall have page numbers and be dated on every page

The copies shall be delivered to: Canadian Coast Guard Technical Services, Attention: Tim Matthews – Vessel Maintenance Manager PO Box 1035 / 50 Discovery Drive – CCG Building Dartmouth, , B2Y 4T3 / B2Y 4A2

4. Photographs and Images – General

4.1 “As Delivered” Photographs/Image The Contractor must supply a professional photographer to deliver 1000 high resolution (minimum 8 Mega Pixel) digital images in JPEG format. Images must be clear and all details must be legible. Images must be stored on CD-ROM media. The Inspection Authority and the Technical Authority must be in attendance for all images. The entire ship must be photographed with enough detail to point out specific parts and/or pieces. If Canada requests more images to be taken, the price must be prorated.

SPECIFICATION NO. 16-H011-015-1 Page 24 CCGS Hudson Dry-docking Spec 2016/17

4.2 The Contractor must fulfill this requirement in conjunction with Section 1.9 of this Specification. The Contractor must provide two (2) copies of all “As Delivered” digital images on individual CD-ROMs to the Inspection Authority and the Technical Authority at the first progress meeting after the delivery of the vessel to the Contractor’s facility.

4.3 Progress Photographs/Images The Contractor must provide high-resolution (minimum 8 Mega Pixel) JPEG digital images on CD-ROM media of the work in progress during each phase of the project. The photographs must commence when the work on the vessel begins and continue as long as work is in progress.

4.4 The Contractor must take sufficient exposures during the modernization project to ensure that an adequate record of work progress is captured. The date of exposure must be automatically recorded for all images.

4.5 The Contractor must provide two (2) copies of all progress photographs on individual CD-ROM media in JPEG format to the Inspection Authority and the Technical Authority at monthly progress meetings.

5. Quality Assurance and Inspection and Testing:

5.1 The contractor shall assign at a minimum, one full time quality assurance inspector to the vessel for the duration of the refit. The name of this inspector shall be submitted with the deliverables in this section along with the contractors bid.

5.2 The contractor shall be responsible for developing an Inspection and testing plan (ITP) and the implementation of this plan for the duration of the refit. Contractor shall provide with their bid, an electronic copy of the contractor’s ITP as it applies to this refit for CGTA approval.

5.3 The contractor shall be responsible for developing a Lloyd’s Inspection plan and ensure the implementation of this plan for the duration of the refit. The contractor shall be responsible for developing a checklist of inspections to be carried out over the duration of this refit and shall have the attending Lloyd’s surveyor sign the check list after each inspection item as confirmation the inspection was completed. Contractor shall provide with their bid, an electronic copy of the above mentioned plan and check list as it applies to this refit for CGTA approval.

5.4 The contractor shall provide documentation throughout the refit of inspections and testing of items to ensure the scope of work is completed to the required specifications at each relevant stage. The documentation shall be signed during the inspection and testing stages by the QA representative and the CGTA.

5.5 QA representative shall note all observations made during testing and inspections. They shall provide updates and review the documentation during the in-process production work and during the scope of the work on each specification item.

SPECIFICATION NO. 16-H011-015-1 Page 25 CCGS Hudson Dry-docking Spec 2016/17

5.6 QA representative shall schedule and ensure that all pre-determined check/stop points, as determined by this specification and the contractor’s ITP, are witnessed by any required regulatory body and CGTA.

5.7 Canada may audit the Quality Management/ Quality Assurance plan and ITP. Failure to comply with the plan as presented will result in a Non-conformance report.

5.8 All QA plans and documents must be in English

6. Gangways:

6.1 Contractor shall supply and install two (2) gangways complete with safety net, while the ship is on the dock or slipway. Contractor to supply and install two (2) gangways, complete with safety nets, as directed by the CGTA, while the ship is berthed alongside at the Contractor’s facilities.

6.2 Safety nets shall be in compliance with the Canada Labour Code. Gangways shall be safe, well-lit and structurally suitable for the passage of shipyard personnel and the ship's crew. Contractor shall maintain gangways in a safe condition throughout the duration of the refit while the ship is out of the water.

6.3 Initial installation and later removal of gangways shall be included in quote, as well as maintenance and upkeep while vessel is in Contractor's yard. Any movement of gangway(s) required by the Contractor shall be at his cost.

7. Electric Power:

7.1 Contractor shall connect and quote on supplying electrical power at 440 VAC, 3 PH, 60 Hz at 400 Amp rating upon ship's arrival at Contractor's facilities. Power shall be supplied on two (2) services; these services shall be separate and independent of one another, each one having its own 400 amp Breaker. One service will supply the vessels hotel load and one service will supply the vessels heat. It shall be supplied for the support of the vessel's systems and the exclusive use of ship's crew.

7.2 Contractor shall bid on the supply of 6500 kWh per day for refit period. The actual consumption shall be pro-rated up or down as per power used as indicated by vessel's kWh meter. The power meter shall be read and recorded by CGTA and Contractor's Representative together at the start and end of contracted period. The kWh unit price shall be quoted for PSPC 1379 adjustment purposes. Cost of connection, maintenance of connection and supply as well as disconnection shall be included in the quote.

7.3 If no kW consumption meter is available, a daily consumption (amps) shall be negotiated and power requirement determined by the following formula:

KWh = I x E x P.F. x 1.73 x 24/1000.

SPECIFICATION NO. 16-H011-015-1 Page 26 CCGS Hudson Dry-docking Spec 2016/17

8. Fire Main:

8.1 Contractor shall connect a two (2) inch diameter fresh water line to the ship's fire main, with an isolation valve placed onboard. ** Fire main will be dry and ready for emergency operation

9. Potable & Sanitary Water:

9.1 Two (2) Portable toilets will be placed in the Helo hangar for duration of contract and emptied weekly for the duration of the contract. **These toilets will be for the use of CCG employees only.

9.2 Potable fresh and sanitary water at 415 kPa (60 PSI) constant pressure shall be connected to ship's systems complete with pressure regulator and shut-off valves. These connections will be maintained at all times while the ship is manned, The contractor will include in their bid, as well as a separate unit price, the supply of 2 tonnes/day for a duration of 20 days for a total of 40 metric tonnes.

9.3 If the water supply is disconnected during the unmanned portion of the refit, it shall be re-connected at least two day prior the return of the ships complement, until such time as it is deemed unnecessary by the CGTA. All connections and disconnections will be made at the contractors own expense. Any deviation from the 40 tonne supply will be added or subtracted at a pro-rated amount. If for any reason the ship is tied up alongside for an extended period of time before or after dry docking, connections will be made at the ships location and water will be provided as stated above. Any water required supplied to the vessel due to an extended period alongside tie up within the specified dates that are provided as “Dry-dock” in the schedule presented as per 1.10.6.4 of this specification, will be supplied at the contractor’s expense. This will include all hook-ups, maintenance and disconnections required to maintain the service.

9.4 Contractor shall supply and connect a water meter to the ship’s inlet line. Contractor shall quote a unit rate for PSPC 1379 adjustments, and include all connection / disconnection costs in bid price. Contractor shall make arrangements to prevent the potable water supply piping/hoses are protected against freezing.

9.5 Contractor shall provide to CGTA at the Pre-Refit Meeting a certificate of potable water quality before water service is connected to the vessel.

10. Garbage:

10.1 A garbage container, 6 m3 (215 Ft.3) minimum capacity, strictly for ship's use shall be placed in a convenient location as close as possible to the ship's gangway. The Contractor shall provide this service only for the duration of CCG Custody and when the majority of crew is aboard.

SPECIFICATION NO. 16-H011-015-1 Page 27 CCGS Hudson Dry-docking Spec 2016/17

11. Cranage:

11.1 Contractor shall bid on supplying general services of a dockside crane, driver and rigger for five (5) hours during the dry-docking period as and when requested by the CGTA, plus an hourly rate for PSPC 1379 adjustment purposes.

12. Waste oil:

12.1 Contractor shall bid on removal and disposal of 20,000 liters of waste oil / water mixture from the vessel during the refit period, and quote a unit rate for PSPC 1379 adjustment purposes. Removal and disposal shall be performed by an identified licensed waste oil disposal company in full compliance with regulatory requirements.

13. Cleaning:

13.1 Contractor shall ensure that all spaces, compartments and areas of the ship where work has been carried out, or Shipyard staff has used for transit routes, are “as clean as found” when work is completed. The cost of clean-up work shall be included in the quote for each specification item.

14. Parking:

14.1 Sufficient parking for DFO/CCG and PSPC Contract Authority shall be provided conveniently close to the berthed or docked vessel and CCG office facility. The Contractor shall provide three (3) clearly designated “for DFO/CCG and PSPC use only” parking spaces for the duration of the docking period and provide CGTA with the required passes.

15. Deck Protection:

15.1 Masonite 1/8" (3 mm) shall be fitted to all access alleyways throughout the ship as indicated by the Chief Engineer and/or Chief Officer. All edges and joints shall be taped with duct tape or equal to prevent the ingress of dirt, etc. Contractor shall quote on supplying and installing 230 m2 (3,220 ft.2) of Masonite. Masonite and duct tape shall be lifted upon completion of refit, and left on board as indicated by Chief Engineer. Contractor shall quote a unit price for PSPC 1379 adjustment purposes. Areas covered shall include Bridge, Upper Deck alleyways, Main Deck alleyways, Chief Engineer's cabin, Senior Engineer's cabin, Engineer's Office, Electrician's Cabin, and Lower Deck alleyways to Engine Room. All deck covering shall be installed within 2 days of contract commencement. All edges and joints are shall be securely duct taped down. Any deck coverings damaged by Contractor's personnel shall be replaced at contract's expense. Weekly inspection of covering shall be made with ship's officer present and all areas of loose covering shall be secured with new tape.

SPECIFICATION NO. 16-H011-015-1 Page 28 CCGS Hudson Dry-docking Spec 2016/17

16. Bulkhead Protection:

16.1 Kraft paper shall be supplied and applied with non-marking tape to all "lsolamin" panels as listed below. Contractor shall quote a unit price per square meter for PSPC 1379 adjustment purposes.

16.2 Main Deck: All areas accept the Port Passageway. 250 m2 (2,690 ft2) of Coverage is required.

16.3 Upper Deck: Fwd. Passageway between the Quartermasters Stations and the Starboard passageway. 140 m2 (1,506 ft2) of coverage is required.

16.4 Stairwells: The forward and aft stairwells between the Main Deck and Upper Deck. 40 m2 (430 ft2) of coverage is required.

16.5 All deck and bulkhead coverings shall be installed within 2 days of contract commencement. All edges and joints are shall be securely taped down. Any coverings damaged by Contractor's personnel shall be replaced at his expense. Weekly inspection of covering shall be made with ship's officer present and all areas of loose covering shall be secured with new tape.

17. Removal and Disposal of Clean Diesel:

17.1 The Contractor must provide unit price for credit purposes for the removal of remaining clean fuel on board at time of dry-dock. For the purposes of this specification the Contractor must quote on removal of 200 m3 of diesel fuel. Contractor shall also provide a separate unit price per m3 of diesel fuel disposal. Any difference in the amount of fuel from the quoted 200 m3 will be adjusted up or down using the 1379 process.

18. Highspeed / WiFi Internet on the vessel

18.1 The contractor must provide a high-speed internet connection to the vessel to be hooked into the ships server. Price shall include all connection and disconnection fees incurred and must be available for the entire duration of the contract.

SPECIFICATION NO. 16-H011-015-1 Page 29 CCGS Hudson Dry-docking Spec 2016/17

H-02 Life raft Servicing 1. Scope:

The intention of this specification is to service and certify the Ships Life rafts. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The following thirteen (13) inflatable life rafts shall be removed from vessel within the first seven days of refit and delivered to the service depots certified by each applicable raft manufacturer for inspection, repair and re-certification of the rafts. On completion of work, Life rafts shall be returned to the vessel, stowed in place, in racks and secured on board the vessel.

2.1.3 Contractor shall be responsible for removal, transportation, and crane services to and from ship to an OEM certified service facilities.

2.1.4 Repairs and/or replenishment requirements identified after initial inspection to be adjusted by PSPC 1379 action and will require a service facility invoice before the final price is agreed upon.

SPECIFICATION NO. 16-H011-015-1 Page 30 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location:

Man. Next Service Hydro Location Make Type Capacity Raft Serial Date (Annual) Exp 2 Zodiac SOLAS A 25 XDC8FV23F516 06/15 04/17 01/17

1 Zodiac SOLAS A 25 XDC9FV15F516 07/15 04/17 01/17 Port rack 4 Zodiac SOLAS A 25 XDC9FV17F516 07/15 04/17 01/17

3 Zodiac SOLAS A 25 XDC9FV75F516 06/15 04/17 01/17

Zodiac SOLAS A 25 XDC1FR03H415 08/14 02/17 01/17 Port on 10DK+S30- deck Viking SOLAS A 10 02/06 03/17 01/17 10526863 4 Zodiac SOLAS A 25 XDC8FV22F516 06/15 04/17 05/17

Starboard 3 Zodiac SOLAS A 25 XDC9FV16F516 07/15 04/17 01/17 rack 2 Zodiac SOLAS A 25 XDC8FV21F516 06/15 04/17 01/17

1 Zodiac SOLAS A 25 XDC2FV10F516 05/15 04/17 01/17 12DK+S30- Viking SOLAS A 12 02/06 03/17 01/17 10526864 Starboard 12DK+S30- Viking SOLAS A 12 02/06 03/17 01/17 on deck 10526865 RFD SOLAS A 25 P-7634 11/04 02/17 01/17 Life raft Locations, make, Serial numbers and due date table.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL”

SPECIFICATION NO. 16-H011-015-1 Page 31 CCGS Hudson Dry-docking Spec 2016/17

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 See Life raft Table under 2.2 Location.

3.2 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection 4.1.1 All Inspections shall be completed as per OEM requirements for Certification

4.2 Testing

4.1.1 All Testing shall be completed as per OEM requirements for Certification.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5: Deliverables:

5.1.1 All Certificates for each raft shall be given to the CGTA on the completion of Inspections and Testing.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 32 CCGS Hudson Dry-docking Spec 2016/17

HD-01 – Docking and Undocking

1. Scope:

The intention of this specification is safely dock and undock the CCGS Hudson allowing access to the underwater hull section of the vessel and facilitate the work package included in this document.

2. Technical Description:

2.1 General

2.1.1 The vessel shall NOT be docked with any other ship for any part of the contract period in such a way that will interfere with its scheduled re-floating.

2.1.2 A docking plan shall be provided to the successful Contractor if required. The vessel's principal particulars are as follows:

VESSEL PARTICULARS Length, Overall 90.4 m Length, Between Perpendiculars 80.8 m Breadth, Moulded 15.4 m Depth, Moulded 9.1 m Mean Draft, Extreme 6.3 m Displacement, Light Op’s Arrival 3766.55 L. Tons Displacement, Extreme 4773 L. Tons

It is estimated that the drafts will be 6 meters aft and 5.7 meters fwd. at the time of docking

2.1.3 Contractor shall prepare blocks and necessary shoring to maintain true alignment of the vessel’s hull and machinery throughout the work period.

2.1.4 The vessel shall be docked so that all docking plugs, transducers, anodes and sea inlet grids are clear and accessible. Contractor’s Docking Master shall note the position of the transducers and drain plugs as noted on the Docking Plan drawing provided in order to avoid these from coming in contact with the keel and/or bilge blocks. If any hull fittings are covered, Contractor shall be responsible for all labour and materials required for making corrective arrangements to drain tanks or move blocks to gain access to areas of specified work.

SPECIFICATION NO. 16-H011-015-1 Page 33 CCGS Hudson Dry-docking Spec 2016/17

2.1.5 The Contractor shall be responsible for the safe transfer of the ship during all movements between berthing locations and docking blocks. During docking and undocking of the ship, radio contact is to be maintained between the vessel's Commanding Officer and the Contractor's Docking Master. Contractor shall include in their pricing the cost of any tug and/or pilot services required to safely complete this requirement.

2.1.6 Tank Soundings

(a) Prior to docking, the contractor shall complete sounding on all tanks. These sounding shall be witnessed by CGTA and the results recorded. (b) Prior to undocking all fuel tanks will be returned to the same levels as at the time of the original docking. When this has been completed, the tanks shall be sounded and recorded. (c) In each case, a Ship Condition Report shall be prepared by Contractor and signed-off by the Commanding Officer (or his representative), the Chief Engineer and the Contractor's Docking Master. In each case, two (2) copies of the signed-off Ship Condition Report shall be given to Chief Engineer, and one (1) copy is to be given to Coast Guard Technical Authority. (d) During the docking period, all fluid movements shall be noted and recorded. This record will be kept by Chief Engineer, and signed by Chief Engineer and a representative of the Contractor as events occur. At all times, Contractor shall give Chief Engineer a minimum of four (4) hours’ notice of movement of fluids to/from the ship’s tanks

2.1.7 Within two (2) hours of docking completion, Contractor shall commence cleaning the entire ship's hull and underwater appendages by high-pressure fresh water washing [Class 1: 345 Bar (5000 psi) maximum] to remove all marine growth and salt deposits, and allow preliminary inspection. This high pressure cleaning shall extend vertically from the keel to a line 7.6 meters (25 feet) above the keel, to the level of the Main Deck [Surface Area = 1695.5 m2 (18,250 ft2)]. Once started, cleaning shall carry on continuously until completed.

2.1.8 TRANSDUCER FACES: All transducer faces on the underwater hull shall be effectively protected from damage during the entire docking period unless they are being worked on (HD-14 Transducer Inspections). Prior to re-floating, all transducers shall be washed off with a mild liquid detergent / water solution to rid them of all contaminants. After washing, Contractor shall rinse with clean fresh water to remove all soap residues.

2.1.9 Upon completion of the specified work, the vessel shall be undocked and moved to a safe berth. The vessel will require tugs for this movement.

2.2 Location

N/A

SPECIFICATION NO. 16-H011-015-1 Page 34 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences This work shall be done in conjunction with the following Specification Items: o HD-02 “UNDERWATER HULL” o HD-03 “BUTTS & SEAMS” o HD-04 “SEA CONNECTIONS” o HD-05 “MAIN SEA STRAINERS “ o HD-06 “SACRIFICIAL ANODES” o HD-07 “CATHODIC & SEA BAY ANODES” o HD-08 “TRANSDUCER INSPECTIONS” o HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” o HD-10 “BT VOID TANK INSPECTIONS” o HD-16 “SEA BAYS AND SEA CHESTS” o HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS o HD-18 “AFT VOID & TK TOP REPAIRS” o HD-19 “FWD PEAK TK STEEL REPAIRS” o HD-20 “FWD TRIM TK REPAIRS” o HD-21 “ASDIC COMPARTMENT & BILGE WELLS” o HD-22 “#1 DOUBLE BOTTOM TK (P&S) o HD-23 “AFT COFFERDAM STEEL REPAIRS” o HD-24 “# 3 DOUBLE BOTTOM TK (P&S) o HD-26 “HULL INSERT FRAMES 67-68” o HD-27 “DOCKING PLUG RECESS REPAIRS” o HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” o HD-32 “STERN TUBE BEARING INSTALLATION” o HD-33 “STERN TUBE SEAL INSTALLATION” o HD-37 “WIND &WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing #E-G CCGS Hudson Docking Plan

3.1.2 Drawing #A-4 CCGS Hudson Capacity Plan

3.2 Standards and Regulations

N/A

SPECIFICATION NO. 16-H011-015-1 Page 35 CCGS Hudson Dry-docking Spec 2016/17

3.4 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 CGTA will require inspection of Block placement and all protected areas once underwater hull is exposed. Incorrect placement of blocks or inadequate protective measures will be corrected at the contractor’s expense.

4.2 Testing

N/A

4.3 Certification 4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Contractor shall provide the Ship Condition Report as described in Section 2.1.6 Tank Soundings section (c).

N/A

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 36 CCGS Hudson Dry-docking Spec 2016/17

HD-02 – Underwater Hull 1. Scope:

The intention of this specification is to perform a completed underwater Hull inspection and prep and paint the Hull.

2. Technical Description:

2.1 General All staging, cranage, screens, heaters, and other environmental control equipment, lighting and other support services, equipment and material necessary to perform the tasks set out in this specification shall be supplied by Contractor. The Contractor shall build and maintain a full enclosure around the vessel’s hull to permit the preparation and application of the International coatings.

2.1.1 As noted in paragraph 2.1.7 of Specification Item HD-01, the entire underwater hull shall be cleaned of all marine growth and salts by high-pressure fresh water washing. This work shall be scheduled to commence within 2 hours of completing the initial dry-docking. NOTE: This item is not to be quoted twice. Prior to painting, contractor shall Repair any damaged corroded areas to an SSPC –SP 10, feather the edges to min 2” to promote adhesion of the new coating. Any exposed epoxy in good condition should have a sweep blast to ensure the new coatings have anchor profile to adhere to.

2.1.2 After completion of cleaning, the underwater hull area shall be inspected for loose paint and bare areas. Contractor shall arrange for LLOYD’S Surveyor to survey the external hull.

2.1.3 Contractor shall utilize a Quality Assurance (QA) system during all phases of the specified work. As a minimum, this QA system shall include the measurement and/or recording of the following data:

a) The batch numbers of all coatings with corresponding dates of manufacture. b) The type and quantity of any solvents added. c) The ambient conditions during all phases of coatings application. d) Surface profile measurements taken after completion of surface preparation. e) Surface contamination measurements, particularly chloride (salt) readings. f) Details of spray tips and pressures.

2.1.4 In addition to the specified QA system, Contractor shall include in his quotation all costs for the attendance of a NACE approved “International Paints” Technical Representative, who shall monitor application and ensure complete, consistent coverage. Contractor shall include in their bid price an allowance of $4,000 for the paint representative, and payable upon proof of receipt / invoice received from International Paints and to be adjusted by PSPC 1379 Action.

SPECIFICATION NO. 16-H011-015-1 Page 37 CCGS Hudson Dry-docking Spec 2016/17

2.1.5 All shell areas containing loose paint and/or bared steel shall be abrasive blasted to bare steel (SSPC- SP10) using copper slag, edges feathered back to a minimum of 150 mm, and blown clean with compressed air. Surface profile shall have a minimum roughness of 3 mils.

2.1.6 Underwater hull is defined by a straight line connecting a forward draft of 4.3 meters (14 ft.) to an aft draft of 5.5 meters (18 ft.). Contractor shall bid on abrasive blasting to bare steel and re-coating 175 meter2 (1,880 ft.2) of the approximate 10% of underwater hull, up to the 5.5 meter waterline. For PSPC 1379 adjustment purposes, Contractor shall also provide a unit rate for blasting and another unit rate for painting the underwater hull.

2.1.7 On completion of abrasive blasting, the affected areas (m2) shall be surveyed by a Contractor’s Representative and CGTA. The surface area of bared steel shall be agreed upon, recorded and signed- off by all parties with copies of the document for each.

2.1.8 All water inlet grid holes for the main sea bay system and the bow thruster inlets shall be reamed out clean. After cleaning all debris, including blasting grit, is to be removed from the sea chest and sea bays areas. This includes the main system and the bow thruster system. All surfaces of the inlet grids shall be painted, all over, as per the external underwater hull.

FIRST COAT: Contractor to quote on applying one coat of Intershield 300 Bronze @ 6mils to all bare metal (175 m2)of the hull area as described in Section 6 of this Specification Item.

SECOND COAT: Contractor to quote on applying one (1) coat of Intershield 300 Aluminium @ 6 mils, to all spots previously coated with Interhsield 300 Bronze, and areas of exposed epoxy that were given a sweep blast as per paragraph 2.1.1 of this specification. The bid shall be for 25% (440 m2) of the hull area and will included in the global price as well as priced separately. This price shall be prorated and be adjusted up or down once exact area is known.

THIRD COAT: Contractor to quote on applying one (1) coat of Intergard 263@ 3 mils to all areas coated with Intershield 300 Aluminium.

FOURTH COAT: Contractor to quote on applying one (1) spot coat of Interspeed 6200 @ 4mils to all areas coated with Intergard 263

FIFTH COAT: Contractor to quote on applying one (1) overall full coat of Interspeed 6200@ 4 mils to the Total underwater hull area 1,695.5 m2 (18,250 ft2)

2.1.8 New coatings shall be applied in full compliance with manufacturer’s requirements to provide a finished coat of no less than 26 mil D.F.T. overall. Any shelters and heating required to meet the coating manufacturer’s specifications shall be supplied by the Contractor and included in the bid price.

SPECIFICATION NO. 16-H011-015-1 Page 38 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 All draught marks, load line marks, and other underwater hull markings (e.g.: Transverse Bulkhead Frame Numbers) shall be given a fresh coat of white paint (CGSB # 513-101), INTERFINE 979 or, depending on weather conditions, an International Paints approved alternative.

2.1.10 All hull-mounted equipment such as anodes, reference electrodes, echo sounders, speed log, transducers, etc. shall be suitably protected against damage during cleaning of the hull and application of the coatings. Contractor shall be responsible for repair/replacement of any damaged items to the satisfaction of CGTA.

2.1.11 Contractor shall take measures to ensure that no damage, unnecessary cleaning or repairs, result from abrasive blasting and/or the application of coatings. Grit used for blast cleaning shall not be permitted to enter into any part of the vessel or its equipment. Contractor shall ensure that each and every opening into the vessel where sand or grit may gain ingress and cause damage shall be suitably protected.

2.1.12 Measures shall be taken to ensure that application of coatings does not take place to surfaces or equipment other than those areas specified, and that the coating shall not block any inlets or discharges in the shell. All deck machinery shall be protected against grit, dust, overspray, and coatings.

2.1.13 Contractor shall plug deck scuppers and discharges and take any measures necessary to prevent water or other liquids from contaminating the areas of plating being coated or prepared for coating.

2.1.14 Contractor shall install and connect drain lines from the ship’s sewage and grey water discharges. If ambient temperature is below freezing during the docking period, Contractor will ensure that these drains do not freeze. Electric heat trace tape or steam lines will be so employed to accomplish this.

2.1.15 All work shall be to the satisfaction of CGTA and International Paints Rep.

2.1 Location

Exterior Underwater Hull

2.2 Interferences 2.2.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 39 CCGS Hudson Dry-docking Spec 2016/17

2.2.2 This work shall be done in conjunction with the following Specification Items: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “BUTTS & SEAMS” vi. HD-06 “SACRIFICIAL ANODES” vii. HD-07 “CATHODIC & SEA BAY ANODES” viii. HD-08 “TRANSDUCER INSPECTIONS” ix. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” x. HD-16 “SEA BAYS & CHESTS” xi. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS” xii. HD-20 “FWD TRIM TK REPAIRS” xiii. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” xiv. HD-22 “# 1 DOUBLE BOTTOM TK (P&S)” xv. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)” xvi. HD-26 “HULL INSERT FRAMES 67-68” xvii. HD-27 “DOCKING PLUG RECESS REPAIRS” xviii. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” xix. HD-37 “WIND &WATER SURVEY - LLOYDS” 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

3.1.2 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.2 Standards and Regulations

3.2.1 All cleaning and painting shall be in compliance with the referenced NACE standards

3.4 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Testing

SPECIFICATION NO. 16-H011-015-1 Page 40 CCGS Hudson Dry-docking Spec 2016/17

4.1.1 Wet Film Thickness (WFT) gauge readings shall be taken on a regular basis during coatings application. A minimum of fifty (50) well distributed WFT paint thickness measurements shall be taken. The WFT measurements shall be recorded with locations referenced to a sketch of the ship.

4.1.2 Dry Film Thickness (DFT) gauge readings: a minimum of fifty (50) DFT paint thickness measurements shall be taken as directed and witnessed by the Coast Guard Technical Authority (or delegate). The DFT measurements shall be recorded with locations referenced to a sketch of the ship. Un-witnessed measurements will not be accepted.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 All recorded information shall be typewritten in report form by Contractor. Two (2) copies of the Painting QA Report shall be given to Chief Engineer, and one (1) copy shall be given to CGTA.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 41 CCGS Hudson Dry-docking Spec 2016/17

HD-03 Butts and Seems 1. Scope:

The intention of this specification is to survey the Butts and Seams on the ship’s hull and repair as required. 2. Technical Description:

2.1 General

2.1.5 All staging, cranage, screens, heaters and other environmental control equipment, coating repairs, lighting and any other support services, equipment and material necessary to perform the tasks set out in this specification shall be supplied by Contractor.

2.1.6 Hull plate welding butts and seams shall be repaired as determined at the time of the hull plating survey by the Lloyd’s Surveyor and CGTA.

2.1.7 Eroded butts and seams shall be grit blasted and carbon arc gouged to sound metal and brought up to original level by welding using LLOYD’S approved welding techniques and materials.

2.1.8 The completed weld repair build up to ensure that the weld reinforcement does not exceed 3mm, that there are no valleys or grooves between individual weld beads (stringer technique), and that the weld toe blends smoothly into the base metal without undercut or overlap.

2.1.9 Contractor shall base his bid price for 1,500 single pass bead meters (4,921 bead feet). Contractor shall include in their bid all preparation required to complete the above work in the base price. Additionally the contractor shall include a separate unit rate per bead meter for all gouging, surface preparation and repair welding inclusively. Additionally, the contractor shall provide a unit rate per bead meter for PSPC 1379 adjustment purposes. This per unit rate shall also be inclusive of all work required to complete the job. Coatings shall be completed in conjunction with HD-02.

2.1.10 The Contractor shall ensure this work is completed prior to the painting outlined in spec item HD-02 Underwater Hull.

2.1.11 Contractor shall prime all bare areas as per Spec Item HD-02 Underwater Hull paint scheme.

2.1.12 Any tanks that require Tank Entry for this scope of work shall be LLOYD’S surveyed for inspection and accredited for 5 year survey.

2.1.13 Contractor shall use the unit cost to strip out the fuel tanks as specified in “HD-11 FUEL TANKS” shall be quoted in that specification

SPECIFICATION NO. 16-H011-015-1 Page 42 CCGS Hudson Dry-docking Spec 2016/17

2.1.14 Butts and seams shall be repaired in way of any fuel tanks will require these tanks to be emptied, cleaned, gas-freed and certified safe for hot work. Contractor shall provide a unit price for Gas-freeing “Safe for Entry” and “Safe for Hot Work”. Cleaning, gas freeing and certifying of tanks, if needed, for tanks other than those identified in HD-11 will be unscheduled work.

2.1.15 Butts and seams shall be repaired in way of any ballast or void tanks will require interior paint work to be touched up in way of damage. Contractor shall use para. 8 unit costs for “Hot-Work” and “Safe for Entry”. Contractor shall also provide a unit price for internal coating repairs and recoating.

2.2 Location

N/A

2.3 Interferences

2.3.3 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.4 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-04 “SEA CONNECTIONS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-08 “TRANSDUCER INSPECTIONS” vi. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” vii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) viii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) ix. HD-26 “HULL INSERT FRAMES 67-68” x. HD-27 “DOCKING PLUG RECESS REPAIRS” xi. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156”

3. References:

3.2 Guidance Drawings/Nameplate data

3.2.1 Shell expansion drawing H-11-1051 Rev. 7 page 1

3.2.2 Shell Expansion Drawing No. 40

3.2.3 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

SPECIFICATION NO. 16-H011-015-1 Page 43 CCGS Hudson Dry-docking Spec 2016/17

3.2.4 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.2 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

Contractor shall arrange for inspection as per the section 1.7.2 of the General Notes of this specification.

4.2 Testing

4.2.1 The Contractor shall visually inspect all welds for proper size, contour, good appearance and freedom from excessive porosity.

4.2.2 The Contractor shall conduct NDT on all repair areas using Magnetic Particle Inspection method. All detected defects shall be cut out, re-welded and re-tested.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Reports, Drawings and Manuals

5.1.2 The Contractor will clearly identify locate any newly welded butts and seams on the Shell expansion drawing H-11-1051 Rev. 7 page 1 and provide CGTA one (1) copy in pdf.

5.2 Spares N/A

5.4 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 44 CCGS Hudson Dry-docking Spec 2016/17

HD-04 Sea Connections 1. Scope:

The intention of this specification is to overhaul and test several, sea suction and overboard valves as outlined below. 2. Technical Description:

2.1 General

2.1.1 Suction, discharge, de-icing and storm valves shown on the attached lists and sketch shall be opened up for inspection. Valves shall be surveyed by LLOYD’S are those that have a LLOYD’S field number beside them.

2.1.2 All valves shall be identified with brass metal stamped tags. Where applicable, the locations they are removed from shall be labeled with a similar tag while they are out for work. Valves shall also be identified as to orientation in which they are now fitted. Upon re-installation of valves, metal tags which were used to mark locations shall be turned over to CGTA. Tags fitted to valves shall remain affixed to valves after installation. Tags shall be secured with baling wire or equivalent.

2.1.3 Where applicable, according to paragraphs 2.1.1 and 2.1.2 of this specification item, valves shall be removed to Contractor’s shore facilities, where they shall be disassembled, internally de-scaled, all components cleaned (both internal and external), and laid out for inspection. Each valve's components shall be effectively kept separated so that they cannot be mixed-up. Two 20” valves may stay aboard in lieu of removal from vessel.

2.1.4 Contractor shall bid on skimming valve seats and discs, and lapping them in, for all valves that are opened up for LLOYD’S survey.

2.1.5 Ferrous internals of all valves shall be coated with a bitumastic compound, applied so as not to interfere with the operation of valve.

2.1.6 All disassembled valves shall be re-assembled in good working order with new packing and gaskets suitable for salt water service. All valve stem packing shall be coated with an anti-seize compound prior to installation.

2.1.7 All valves shall be re-installed in their original locations and orientations using new gaskets, suitable for salt water service. New cadmium plated fasteners shall be used to re-install valves after protective tape has been removed from mating flanges. Anti-seize compound shall be applied to threads of all fasteners.

2.2 Location As seen in Table 3.1.1a and figure 3.1.1b below

SPECIFICATION NO. 16-H011-015-1 Page 45 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences 2.3.1 Any guidance provided by CCG should in not anyway be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items:

i. HD-02 “UNDERWATER HULL” ii. HD-03 “BUTTS & SEAMS” iii. HD-05 “MAIN SEA STRAINERS “ iv. HD-06 “SACRIFICIAL ANODES” v. HD-07 “CATHODIC & SEA BAY ANODES” vi. HD-08 “TRANSDUCER INSPECTIONS” vii. HD-16 “SEA BAYS AND SEA CHESTS” viii. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS ix. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 List of valves and a guidance drawing for locations to assist Contractor

SHIP # FIELD # DESCRIPTION AND LOCATION SIZE 1 3LL110-01 SUCT – PORT MAIN BEFORE STRAINER – PORT – FR 20” 93 4 3LL110-02 SUCT – STARBOARD MAIN BEFORE STRAINER – 20” STARBOARD – FR 93 7 3LL110-03-1 SUCT – #1 ME – ENG RM – PORT – FR 92 6” 8 3LL110-03-2 SUCT – #2 ME – ENG RM – PORT – FR 90 6” 9 3LL110-03-3 SUCT – #3 ME – ENG RM – STARBOARD – FR 91 6” 10 3LL110-03-4 SUCT – #4 ME – ENG RM – STARBOARD – FR 90 6” 11 3LL110-04-1 SUCT – #1 SS – ENG RM – STARBOARD – FR 95 4” 12 3LL110-04-2 SUCT – #2 SS – ENG RM – STARBOARD – FR 97 4” 14 3LL110-04-3 SUCT – PROP MOTORS – CTR – FR 90 4” 38 3LL110-10- OVBD – STARBOARD ME – PORT AFT– FR 66 6” 10 39 3LL110-1-9 OVBD – PORT ME – PORT AFT – FR 67 6” 41 3LL110-16 OVBD – SS GEN – PORT – FR 93 5” Table 3.1.1

SPECIFICATION NO. 16-H011-015-1 Page 46 CCGS Hudson Dry-docking Spec 2016/17

Figure 3.1.1b

SPECIFICATION NO. 16-H011-015-1 Page 47 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

All work is to be completed to the satisfaction of the CGTA and the attending surveyor.

3.4 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 After valves are disassembled and all parts cleaned the Contractor shall notify CTGA and Lloyds Inspector to conduct a visual inspection of all parts. Any parts to be renewed will be determined at the time of this inspection. The cost for any required repairs shall be adjusted by 1379 action.

4.2 Testing

4.2.1 All re-assembled valves shall be pressure tested to 4 bar (60 psi). CGTA shall be notified a minimum four (4) hours before testing begins. Each pressurized valve must be shown to hold test pressure for a minimum period of fifteen minutes.

4.2.2 Valves shall be tested for correct function during undocking and sea trials. All costs resulting from repair of a failed valve shall be Contractor’s responsibility.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Each valve shall have a separate work sheet generated. All inspection notes, repairs, etc. shall be indicated on the work sheet. Contractor shall note how many turns of packing are removed from each valve. All work sheets shall be turned over to CGTA, in typewritten form, upon completion of the work.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 48 CCGS Hudson Dry-docking Spec 2016/17

HD-05 Main Sea Strainers 1. Scope:

The intent of this specification is to clean, prep and paint the Main Sea strainers and housings.

2. Technical Description:

2.1 General

2.1.1 Two Main Sea Suction Strainers shall be opened up for survey by Lloyd’s onsite inspector.

2.1.2 Each Main Sea Suction Strainer chamber is 30” wide x 38” long x 32” deep, for an approximate internal volume of 21 ft3, each. Access to each is by a bolted cover located on top.

2.1.3 Strainer chambers shall be opened up, scraped, and cleaned of all marine growth, scale, rust, and any deposits resulting from “Cathodic” protection system. Contractor shall remove and dispose of all dirt, debris, mud, scale, and other residue.

2.1.4 Inlet and outlet piping, from Main Sea Suction Strainers to adjacent valves, shall be cleaned as described in line 2.1.3.

2.1.5 All holes in both strainer baskets shall be mechanically reamed-out, and baskets shall be cleaned as described in line 2.1.3.

2.1.6 Each Main Sea Suction Strainer chamber cover is secured by thirty-six (36) studs. Contractor shall note that one on the port side and five on Starboard side are oversize from the original size which is 2” x ½” NC. Studs and securing nuts shall be cleaned and inspected for defects.

2.1.7 All bared areas of steel in way of strainer chambers, baskets, covers and adjacent piping, including that found after de-scaling, shall be power-tool-cleaned to SSPC-SP-3 standard, and given two (2) coats of Apexior Number 3® - Suitable for Submersion in Seawater.

2.2 Location

2.2.1 These strainers are located beneath deck plates, forward of main engines, at frames 91 ½ and 93 ½. Port strainer is transversely located between #1 and #2 main engines, and starboard strainer is positioned between #3 and #4 main engines.

SPECIFICATION NO. 16-H011-015-1 Page 49 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-04 “SEA CONNECTIONS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-16 “SEA BAYS & CHESTS” vi. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS” vii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)” 3. References:

3.1 Guidance Drawings/Nameplate data

N/A

3.2 Standards and Regulations

3.4 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 Contractor shall inform CGTA and LLOYD’S Surveyor when Main Sea Suction Strainers are ready for inspection. (survey) There will be two inspections. The first inspection will take place after the Strainers are cleaned up and prior to applying any coatings. The second inspection will take place after the coatings are applied.

4.1.2 After above work is completed, strainer baskets shall be re-installed, and strainer covers shall be re- 3 secured with new /16”-thick neoprene gaskets. Threads on fasteners shall be coated with anti-seize compound prior to re-assembly.

SPECIFICATION NO. 16-H011-015-1 Page 50 CCGS Hudson Dry-docking Spec 2016/17

4.1.3 Once dock is flooded the contractor shall complete a visual inspection along with CGTA to ensure all covers are watertight.

4.2 Testing

N/A

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals N/A

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 51 CCGS Hudson Dry-docking Spec 2016/17

HD-06 Sacrificial Anodes 1. Scope:

The intent of this specification is to replace the bolt on and weld on anodes located on the ship’s Hull.

2. Technical Description:

2.1 General

1 2.2.1 Contractor shall quote on installing thirty-sixty (36) 22 lb. zinc anodes, type Z 22 (1 /2” thick x 14” long 1 x 6 /2” wide).

2.2.2 In addition, Contractor shall quote on installing twenty-four (24) bolt on anodes. Anodes shall be “ALCHEMY” # P5B2 zinc bar anodes, bolt on type (2 strap) 24” x 3” x 1.25” (23.5 lbs each). These bolt- on anodes shall be installed exclusively in way of fuel tanks, to replace existing units. After completion of hull coating applications, all bolt-on anodes shall be secured in place following removal of 5 protective materials from threads. Stainless steel /8" Diameter locknuts, SS lock-washers and SS plain washers shall be used to secure the anodes in way of each stud, with anti-seize compound applied to all threads.

2.2.3 Price of removal of existing anodes, surface preparation and painting of all disturbed steel prior to installation of new anodes shall be included in bid price. In addition, for PSPC 1379 adjustment purposes, Contractor shall provide a unit price for supply, removal of existing, surface preparation and painting, and installation of one new anode of the specified type.

2.2.4 Anodes located in Bow Thruster Tunnel will require removal of a grating. Grating shall be re-installed and fasteners secured upon completion of work.

2.2.5 Anodes required to be renewed shall be removed flush with hull. Disturbed area shall be ground smooth and clean. Removed anodes shall be disposed of by Contractor.

2.2.6 Anode with straps, or mounting studs as applicable, shall be welded in place.

2.2.7 Hull areas disturbed by removal and installation shall be re-coated as required by Specification Item # HD-02 “UNDERWATER HULL”.

2.2.8 Anodes shall be protected during all painting and blasting. Upon completion of work all anodes shall be uncovered / cleaned prior to undocking of vessel.

SPECIFICATION NO. 16-H011-015-1 Page 52 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 As a guide, the anodes shall be distributed, port and starboard, according to the following list:

QUANTITY LOCATION 10 Bow Thruster 26 Rudder and Sternframe 24 Beneath line of removed Bilge Keels

2.3 Interferences

2.3.1 Any guidance provided by CCG should in not anyway be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with following Specification.

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “BUTTS & SEAMS” vi. HD-07 “CATHODIC & SEA BAY ANODES” vii. HD-08 “TRANSDUCER INSPECTIONS” viii. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” ix. HD-16 “SEA BAYS & CHESTS” x. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS” xi. HD-20 “FWD TRIM TK REPAIRS” xii. HD-22 “# 1 DOUBLE BOTTOM TK (P&S)” xiii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)” xiv. HD-26 “HULL INSERT FRAMES 67-68” xv. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” xvi. HD-37 “WIND &WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data 3.1.1 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

SPECIFICATION NO. 16-H011-015-1 Page 53 CCGS Hudson Dry-docking Spec 2016/17

3.1.2 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.1.3 Drawing #A-4 CCGS Hudson Capacity Plan

3.3 Standards and Regulations N/A

3.4 Owner Furnished Equipment

3.3.1 All Anodes will be CCG supplied. 4. Proof of performance:

4.1 Inspection

4.1.1 Prior to the removal of the Anodes presently secured to the Vessel; The Contractor shall notify CGTA to examine and determine which anodes which shall be renewed.

4.1.2 On completion of installation of all Anodes the Contactor shall notify CGTA and an inspection shall be completed to ensure all Anodes and properly located and secured.

4.2 Testing N/A

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals N/A

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 54 CCGS Hudson Dry-docking Spec 2016/17

HD-07 Cathodic and Sea Bay Anodes

1. Scope:

The intentions of this specification are to service the Cathodic Anodes and replace the Sea Bay Anodes. 2. Technical Description:

2.1 General

2.1.1 Anodes in vessel’s “CATHELCO” anti-fouling system shall be serviced and the sacrificial anodes within Main Sea Bay and Sea Chests shall be renewed.

2.1.2 Contractor shall provide the services of an Authorised manufacturer’s Field Service Representative (FSR) to oversee the removal of the existing anode elements and installation, connection, set-up, and functional test of replacement anode elements. Contractor shall obtain the services of a qualified “Cathelco” Field Service Representative. Contractor shall provide all equipment, hardware, personnel, etc. to carry out the required work on the “Cathelco” anodes under the direction and guidance of the FSR. Contractor shall include an allowance of $5,000 for to cover expenses of a “Cathelco” FSR. The FSR will be reimbursed for the authorized travel and living expenses reasonably and properly incurred in the performance of the work. Allowance shall form part of the overall bid and shall be adjusted by 1379 action upon proof of final invoice. Contractor shall not exceed the $5000 allowance unless written approval has been granted by the CTGA.

2.1.3 “CATHELCO” system consists of two each MG120/610 anodes, and two each TC 120/610 anodes.

2.1.4 When the vessel is floated, FSR shall re-commission system and perform initial set-up.

2.1.5 Contractor shall bid to install 10 (10) sacrificial zinc anodes, 26 lbs. One each, in port and starboard sea chests, one in each cell. Remaining anodes in Main Sea Bay shall be left as-is. Contractor shall quote a unit rate to install these anodes for PSPC 1379 Adjustment purposes.

2.1.6 Anodes required to be renewed shall be removed flush with the sea chest surface and the area to be ground smooth and clean to the standard described in item HD-16 “SEA BAYS AND SEA CHESTS”. Removed anodes shall be disposed of by Contractor.

2.1.7 All Anodes shall be welded in place.

2.1.8 Area disturbed by removal and installation shall be re-coated as required by Specification Item # HD- 16 “SEA BAYS AND SEA CHESTS”.

2.1.9 All anodes shall be protected during all painting and blasting. Upon completion of work all anodes shall be uncovered / cleaned prior to undocking of vessel.

SPECIFICATION NO. 16-H011-015-1 Page 55 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 “CATHELO” are accessible at tank top in Engine Room, IWO ship’s main sea bay at Frames 91-94.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be done in conjunction with Specification Items:

i. HD-02 “UNDERWATER HULL” ii. HD-12 “SACRIFICAL ANODES’ iii. HD-16 “SEA BAYS & SEA CHESTS” iv. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS” v. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)”

3. References: 3.1 Guidance Drawings/Nameplate data

N/A

3.5 Standards and Regulations

N/A

3.6 Owner Furnished Equipment

3.3.1 All anodes shall be GSM

4. Proof of performance:

4.1 Inspection

FSR will complete an in water assessment of the cathodic protection once the vessel has been undocked.

SPECIFICATION NO. 16-H011-015-1 Page 56 CCGS Hudson Dry-docking Spec 2016/17

4.2 Testing

As required by FSR

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Reports, Drawings and Manuals

FSR shall provide a written report outlining that cathodic protection has been adequately installed and that the vessel is fully protected.

5.5 Spares

N/A

5.6 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 57 CCGS Hudson Dry-docking Spec 2016/17

HD-08 Transducer Inspections 1. Scope:

The Intention of this specification is to clean the Transducers and to provide Dockyard workers to assist DFO Science personnel to conduct their inspections of the Transducers. 2. Technical Description:

2.1 General

2.1.1 Contractor shall start this work within the first week of docking as DFO Science technical personnel shall provide guidance to Contractor in this spec item.

2.1.2 Contractor shall lower by chain falls and hand & power tool clean SSPC-SP2&3 the Vessel-mounted Acoustic Doppler Current Profiler (ADCP) Transducer (75KHZ). This ADCP transducer is mounted on a dedicated ram in Asdic Space. Transducer needs to be inspected by DFO Science personnel.

2.1.3 Contractor shall lower and hand & power tool clean SSPC-SP2&3 the pod on the end of the main ram including the Teledyne Benthos Acoustic Release Transducer, the EDO Western 323B 12kHz transducer and the Airmar CS234 12kHz transducer. The Benthos transducer needs to have anodes renewed and be inspected by DFO Science technical personnel. The Benthos Transducer is the smaller of the transducers. Care must be taken during cleaning to prevent damage to the transducer faces. The two larger 12kHz transducers require testing and possible service/repair that will be conducted by DFO Science personnel with the assistance of yard personnel.

2.1.4 Contractor shall assist with the removal and reinstallation of the pod from the ram if required to complete repairs and testing. Removal of the pod to conduct repairs includes the lowering of the ram and supporting the pod with blocking, and after work is complete reattaching the ram to the pod, and retracting back into place. Assistance manoeuvring the pod during repairs will be required. Replacement of the cable would require access to the top of the Ram through the access hatch in the Officers Pantry.

2.1.5 DFO Science shall return Transducers for re-installation one week before undocking is scheduled.

2.1.6 Contractor shall quote on supplying two personnel for eight weekdays (8 AM to 5 PM) labour for cleaning, lowering, removing and reinstalling transducers for DFO Science technicians. This work may not require the full number of requested personnel days depending on the outcome of testing procedures.

2.1.7 Contractor shall note that the recessed area where the transducers are located will be treated as part of the Hull and will be cleaned and coated as in HD-02 Underwater Hull.

SPECIFICATION NO. 16-H011-015-1 Page 58 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 Acoustic Doppler Current Profiler (ADCP) Transducer (75KHZ), located between frames 151 and 156.

2.2.2 The Teledyne Benthos Acoustic Release Transducer (12KHZ), the EDO Western 323B 12kHz transducer and the Airmar CS234 12kHz transducer are mounted on Main Ram between frames 111 and 121

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “BUTTS & SEAMS” vi. HD-16 “SEA BAYS AND SEA CHESTS” vii. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” viii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) ix. HD-37 “WIND &WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.2.1 Drawing #E-G CCGS Hudson Docking Plan

SPECIFICATION NO. 16-H011-015-1 Page 59 CCGS Hudson Dry-docking Spec 2016/17

Bottom of Ram as discussed in 2.1.3

Pod removed from Ram as discussed in 2.1.4

SPECIFICATION NO. 16-H011-015-1 Page 60 CCGS Hudson Dry-docking Spec 2016/17

Benthos Transducer Anodes as discussed in 2.1.3

Teledyne Benthos Acoustic Release Transducer (12KHZ) as described in 2.1.3

SPECIFICATION NO. 16-H011-015-1 Page 61 CCGS Hudson Dry-docking Spec 2016/17

Housing for Teledyne Benthos Acoustic Release Transducer (12KHZ)

3.2 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

3.4.1 CGTA will supply any Transducer related parts required for this spec item.

SPECIFICATION NO. 16-H011-015-1 Page 62 CCGS Hudson Dry-docking Spec 2016/17

Proof of performance:

4.1 Inspection

4.1.1 Work to be carried out to the satisfaction of the CGTA.

4.2 Testing

N/A

4.3 Certification

N/A

4. Deliverables:

5.1 Reports, Drawings and Manuals

N/A

5.2 Spares

N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 63 CCGS Hudson Dry-docking Spec 2016/17

HD-09 Port and Stbd Tailshafts and Propeller Inspections, Bearing and Seal Installation 1. Scope:

1.1 The intention of this specification is for the Contractor to disassemble, removed, clean, and inspect Port and Stbd and tailshafts for survey credit by Lloyds. The existing Thordon bearing Staves are to be changed out with Thordon XL Full form stern tube bearings and two (2) new mechanical seals, one on each shaft.

2. Technical Description:

2.1 General

2.1.1 Contractor shall note there is significant steel replacement taking place in the Shaft tunnel area, see detailed list in section 2.3.2. The Contractor shall take all precautions and measures to ensure and maintain the correct alignment of the Vessel’s shafting. The Contractor shall develop an alignment plan and present it to CGTA for approval.

2.1.2 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.3 While the vessel is afloat the Contractor shall release both port and stbd inboard tailshaft couplings. Fitted bolts and nuts shall be identified as to location prior to removal to ensure correct replacement. Once the bolts have been removed, coupling alignment measurements (gap and sag) shall be taken and recorded. CGTA shall be present while alignment readings are taken. See paragraph 5.1.1 for details. Copies of the original, hand-written results of these measurements shall be turned over to CGTA immediately.

2.1.4 Port and starboard rope guards shall be removed by arc-gouging or grinding out the attachment welds. Disturbed steel surfaces shall be cleaned and rope guards retained for later re-installation.

2.1.5 Port and starboard propeller cones shall be removed. Cement pockets (8 on each propeller) shall be chipped-out and the welded fasteners removed. Cones shall be removed to Contractor's shop, power tool cleaned internally and externally and inspected by Lloyds Inspector and CGTA. See paragraph 4.1.1 for inspection details.

2.1.6 Two diametrically opposite propeller nut locking arrangements shall be removed from each propeller, and the nuts removed. Contractor shall ensure propeller nuts are identified for location prior to removal to ensure correct replacement. Propeller nut threads on both tailshafts shall be wrapped for protection with rubber sheathing. Nuts and locking plates shall be removed to Contractor's shop, power tool cleaned and inspected by Lloyds Inspector and CGTA.

SPECIFICATION NO. 16-H011-015-1 Page 64 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 Witness marks shall be scribed on each tailshaft prior to propeller removal. Propellers (5 long Tons each) shall be withdrawn and lowered to dock for cleaning and inspection. Propellers shall be removed to Contractor's shop for re-fitting to the tailshafts following inspections. Rubber O-Ring seals shall be removed, cleaned, inspected, and stored until required. Contractor may opt to conduct the propeller fits once Tailshafts have been re-installed.

2.1.8 After intermediate shafts shall be removed and supported. The aftermost shaft bearings (Cooper split- roller type, 14 1/8”) shall be opened up, and internal components removed. All removed bearing components shall be labeled as to location and orientation, removed to Contractor's shop, cleaned, and laid out for Lloyd’s and CGTA inspection.

2.1.9 Port and starboard stern packing glands shall be removed and the packing pulled. Inner most row of packing on each side is designed to butt against a lantern ring. Lantern rings or backing rings shall be removed.

2.1.10 Gland studs shall be removed in preparation of the new Thordon Seal Thigor shaft seals. All removed gland parts shall be handed over to CGTA.

2.1.11 Witness marks shall be applied to tailshafts prior to letting go of couplings. Port and Starboard tailshafts shall be withdrawn enough to allow for the disassembly of both muff couplings. Couplings shall be let go, cleaned and inspected.

2.1.12 Couplings and coupling nuts shall be removed to Contractor's shop for cleaning and inspection. Coupling nut threads on shafts shall be protected with rubber sheathing. The Contractor shall remove the coupling and nuts through the same hole in the Hull used for the stern tube bushing removal, see section 2.1.21.

2.1.13 Port and starboard tailshafts (10 L. Tons, 33’-6 21/32” long, each) shall be withdrawn and removed to Contractor's machine shop for cleaning and inspection. Tailshafts shall be water-lubricated during the removal and re-installation process to prevent damage to the staves and liners. Wire straps shall not to be used during the withdrawal, transport, handling and installation of the shafts. Only wide nylon slings shall be used. Area between the bronze shaft liners is covered with a fiberglass resin coating. This area shall be protected during all phases of the work, and weight of shaft shall not be taken in this area. During all times while tailshafts are out of the stern tubes, shafts shall be suitably supported and protected.

2.1.14 Both tailshafts shall be checked for trueness in a lathe. Run-out readings shall be taken and recorded and witnessed by the CGTA. In addition, tailshaft diameters shall be taken at 6 separate locations (at the 12, 3, 6 and 9 oclock positions) and recorded on a sketch.

2.1.15 Tailshafts and liners shall be completely cleaned and liner ridges removed. Lloyds Surveyor and CGTA shall be notified when the tailshafts are ready for inspection.

SPECIFICATION NO. 16-H011-015-1 Page 65 CCGS Hudson Dry-docking Spec 2016/17

2.1.16 Shaft liners in way of the packing are now grooved. Contractor shall allow for machining and dressing returning the liners to a suitable profile. Exact sizes shall be determined by Thordon Representative and CGTA.

2.1.17 All keyways in shafts, propellers, and muff couplings shall be crack detection tested using dye penetrant by a certified NDE Technician level II. The entire liner/shaft interface areas of both shafts shall be Non-Destructively-Tested as required by Lloyds.

2.1.18 A visual inspection shall be carried out to ascertain the integrity of the welded steel plugs that seal the drilled-holes in sterntubes. Holes are located approximately 3 meters (10 ft) forward of the aft end of the stern tubes and were used to support a steady bearing during original construction of ship. There are four (4) 1” diameter plugs in each stern tube, located at the 12, 3, 6, and 9 o’clock positions.

2.1.19 Forward and after Stern tube bushings in the Port and Stbd stern tubes shall be removed from the ship and taken to the Contractors facilities. Details on the bushing are shown on Drawing # D-0862-01 CCGS Hudson Tailshaft Assembly and Details.

2.1.20 The Contractor shall cut a hole in the hull of the vessel in order to remove the forward bushings from the Shaft Tunnel area. The exact area will be determined by the Contractor and CTGA prior to removal of the forward bushings.

2.1.21 The Contractor shall remove the staves from the bushings and clean them of all debris and prepare and crate them for shipping. Suitable wooden crates shall be fabricated with built in supports to enable the crates to be shipped to Thordon’s machine shop facility. CCG shall inform the Contractor where to ship the bushings.

2.1.22 Midsection of the sterntubes shall be cleaned of loose coatings which shall be removed. All bared areas and pits (total area by 5mm depth = 5 m2) shall be re-coated with Belzona 1311 Ceramic R- Metal.

2.1.23 Contractor shall mechanically clean the landings, studs and nuts on the fwd and aft ends of the Port and Stbd Stern tubes in preparation of the stern tube bushings and Bearings. The inside of the stern tubes in way of the removed bushings shall also be mechanically cleaned and inspected. CGTA shall witness the cleaned landings and inside the stern tubes prior to the installation of the stern tube bushings. See Section 4 Proof of Performance 4.1 Inspections.

2.1.24 The Contractor shall then coat the sterntubes with the Wasser Ballast coat system as described below. Each Sterntube has a surface area of 7 m2 (75 ft.2) for a total area of 15 m2 (161 ft. 2) for both port and starboard. Contractor shall bid on coating Wasser Ballast Coat of 15 m2 (161 ft.2), plus a unit rate (m2) for PWGSC 1379 adjustment purposes.

2.1.25 The Port and Stbd Stern Tubes shall be prepared and painted as per Wasser Coating system specification guidelines for tanks available in the data package of this specification. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets

SPECIFICATION NO. 16-H011-015-1 Page 66 CCGS Hudson Dry-docking Spec 2016/17

(attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System is described below:

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

V. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.26 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.27 For paint thickness testing see section: 4 Proof of Performance.

2.1.28 On the return of the stern tube bushings and new Thordon Bearings the Contractor shall return them to the vessel and install them in the stern tubes. CCG will arrange to have the Thordon representative present to oversee the install of the bushings. Bearing clearances shall be taken between all four (4) new bearing segments and shafts. Readings recorded as per Section 4 Proof of Performance 4.1 Inspections.

2.1.29 Contractor shall re-fit the propellers and muff couplings to tailshafts to meet manufacture specifications, and to the satisfaction of Lloyds Inspector and CGTA who shall witness the final fit. Contractors shall perform as many fits as necessary until contact mating surfaces meet manufactures specifications.

2.1.30 Once all tailshaft components have passed inspection by Lloyds Inspector & CGTA, they shall be returned to ship for re-installation.

2.1.31 Tailshafts shall be re-installed in stern tubes, port and starboard. Muff couplings shall be reassembled with securing nuts and locking arrangements installed. CGTA shall be notified when locking arrangements have been started and completed so that they can be witnessed. Failure to have this witnessed by CGTA shall require securing arrangement to be exposed for CGTA inspection at Contractor’s expense.

SPECIFICATION NO. 16-H011-015-1 Page 67 CCGS Hudson Dry-docking Spec 2016/17

2.1.32 Cooper split-roller shaft bearings shall be re-assembled according to manufacturer’s instructions with new UNIREX EP-2 supplied grease applied.

2.1.33 Rubber O-Rings, previously removed, shall be re-fitted to port and starboard tailshafts and both propellers shall be re-installed. Propeller nuts shall be hardened up and any propeller advance shall be measured, recorded and reported to CGTA immediately. Silicon sealant shall be applied around outside of each O-Ring. Propeller nut securing arrangement shall be installed and witnessed by CGTA prior to installation of propeller cones. Failure to allow inspection by CGTA will result in Contractor having to remove cones for inspection again followed by re-installation of cones at Contractor’s expense.

2.1.34 Contractor shall ensure that all propeller cone studs are secure in propeller hub prior to installation of cones. Contractors shall quote a unit price for removal of one (1) loose stud, which shall be cleaned overall and re-installed with LOCTITE® Product 073 "Stud Lock.

2.1.35 Contractor shall pack both propeller cones with tallow and installed with new gaskets. Eight (8) x ¾" diameter castellated nuts shall be hardened up, and secured with new stainless steel cotter pins on each propeller. Recessed pockets in way of each nut shall be filled with cement and shall be faired smooth to surface of propeller cones. Contractor shall allow a full 24 hours for cement to harden prior to vessel undocking.

2.1.36 Port and starboard rope guards shall be welded back into position. All disturbed paint work shall be power tool cleaned and painted as per the HD-02 Underwater Hull specification.

2.1.37 On completion of all work, inspections and alignment checks the Contractor shall fabricate and install a new insert in the shaft tunnel area and any framing that was removed for the hole that was cut in the hull to remove the Stern tube bushings. Steel to be Lloyds Grade “A”. The inside of the insert and all disturbed steel shall be prepared and painted as per Wasser MC-Luster. The outside of the new insert and all disturbed steel shall be coated as part of HD-02 Underwater Hull.

2.1.38 After vessel has been afloat for a minimum of twenty-four (24) hours, tailshaft coupling alignment measurements shall be taken and recorded. CGTA shall witness alignment readings being taken. Copies of the original, hand-written results of these measurements shall be turned over to CGTA immediately and, in typewritten form as per section 5.1.5.

2.1.39 All coupling bolts and nuts shall be re-installed in their original locations, hardened up, and fitted with new cotter pins after CGTA has accepted the alignment measurements are within tolerance.

2.1.40 After the shafts are fully assembled and all checks are completed the Contractor shall provide thirty- two (32) hours of labour for a mechanic to assist the Thordon Representative to install two (2) new mechanical seals. The number of hours shall be adjusted up or down with a PWGSC 1379 action on the approval of the CGTA.

SPECIFICATION NO. 16-H011-015-1 Page 68 CCGS Hudson Dry-docking Spec 2016/17

2.1.41 Contractor shall quote for supply three (3) personnel for a “Sea Trial” of a minimum of eight (8) hours duration. Contractor’s personnel shall have extensive knowledge and knowledge and experience of all hull valves and shaft repairs completed during this contract, to facilitate necessary adjustments during sea trials.

2.2 Location

2.2.1 Tailshafts and propellers are located from Frames 2-27. Shaft couplings are located in the aft end of the Shaft Tunnel area.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-23 “AFT COFFERDAM STEEL REPAIRS” vi. HD-25 ‘ WATER QUALITY PACKAGE INSTALLATION’ vii. HD-27 “DOCKING PLUG RECESS REPAIRS” viii. HD-32 “STERN TUBE BEARING INSTALLATION” ix. HD-33 “STERN TUBE SEAL INSTALLATION” x. HD-37 “WIND & WATER SURVEY - LLOYDS” xi. HD-38 “#6 D/B FUEL TANK CLEANING AND BLASTING” xii. HD-39 “AFT TRIM TANK STEEL REPAIRS"

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing # D-0862-01 CCGS Hudson Tailshaft Assembly and Details.PDF

3.1.2 Drawing # 312 CCGS Hudson Sterntube & Tailshaft Assembly & Details_Rev7.pdf

3.1.3 Drawing #E-G -177 CCGS Hudson Docking Plan

SPECIFICATION NO. 16-H011-015-1 Page 69 CCGS Hudson Dry-docking Spec 2016/17

3.1.4 Wasser MC-Miozinc 100 Product Description Sheet

3.1.5 Wasser MC-Tar 100 Product Description Sheet

3.1.6 Wasser MC-Ballast Coat Product Description Sheet

3.1.7 Coatings- Wasser Paint Procedures

3.1.8 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.9 Holdtight 102 Product Description Sheet

3.1.10 Easy Prep Technical Data Sheet

3.1.11 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All Contractor shall notify CGTA and Lloyds Inspector for the following Inspections:

1. Visual Inspection of Port & Stbd Propeller Cones (see par. 2.1.5) 2. Visual Inspection of Propeller nuts and locking plates (see par. 2.1.6) 3. Visual inspection of the Port & Stbd propellers after they are cleaned (see par. 2.1.7) 4. Visual inspection of all Cooper Bearings (see par. 2.1.8)

SPECIFICATION NO. 16-H011-015-1 Page 70 CCGS Hudson Dry-docking Spec 2016/17

5. Visual inspection of Port & Stbd tailshafts after cleaning is completed (see par. 2.1.14 & 2.1.15) 6. Visual inspection of the fitting of the Port & Stbd propellers to the tailshaft ( see par. 2.1.29 and par. 2.1.33) 7. Visual Inspection of forward and after stern tube bushing landings and inside the stern tubes on both Port and Stbd sides prior to bushing installation. (see par. 2.1.23) 8. Visual inspection of Port & Stbd Muff Couplings (see par. 2.1.29 and par. 2.1.31.) 9. Visual inspection on propeller cones secured as described in par. 2.1.35. 10. Visual inspection of welded on rope Guards as described in par. 2.1.36. 11. Visual inspection and witness of coupling alignment measurement taken by Contractor as described in par. 2.1.38.

4.1.2 The Contractor and CGTA will conduct a visual inspection of the steel welded plugs located in both stern tunes described in par. 2.1.18.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 The Contractor will take and record run-out readings on both Port & Stbd tail shafts as described in paragraph 2.1.14.

4.2.2 The Contractor shall conduct NDT (dye penetrant) on both Port & Stbd tailshafts as described in par. 2.1.17.

4.2.3 Tailshaft coupling alignment measurements shall be taken and recorded as described in par. 2.2.38”

4.2.4 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All Non Destructive Testing must be carried out by a certified NDE Technician level II.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

SPECIFICATION NO. 16-H011-015-1 Page 71 CCGS Hudson Dry-docking Spec 2016/17

5.1.1 Contractor shall take Tail shaft coupling Gap and Sag readings and present them to CGTA prior to drydocking the Vessel. Copies of the original, hand-written results of these measurements shall be turned over to CGTA immediately and, in typewritten form, as soon as possible thereafter.

5.1.2 Tailshaft weardowns shall be taken and recorded within four (4) hours of docking. Copies of the original, hand-written results of these measurements shall be turned over to CGTA immediately and, in typewritten form, prior to tailshaft withdrawal.

5.1.3 Propeller nuts shall be hardened up and any propeller advance shall be measured, recorded and witnessed by CGTA.

5.1.4 Bearing clearances shall be taken between all four (4) new bearing segments and shafts. Readings recorded as part of the Final report.

5.1.5 Tailshaft coupling alignment measurements shall be taken and recorded as described in par. 2.2.38.

5.1.6 Two (2) paper copies and one (1) PDF copy of the results of all readings and measurements taken during this specification shall be submitted in report form to the CGTA.

5.1.7 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.8 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 72 CCGS Hudson Dry-docking Spec 2016/17

HD-10 BT Void Tank Inspection 1. Scope:

The intention of this specification is to perform inspection and test of the Port and Starboard Bow Thruster Void tanks as per Lloyds requirements and apply coatings as described below.

2. Technical Description:

1.1 General

2.1.1 All coatings shall be Contractor supplied.

2.1.2 Contractor shall perform inspections on areas of Port & Starboard. Bow Thruster Void Tanks and Bow Thruster Pump Compartment internal stiffeners.

2.1.3 Prior to entering or working in spaces, Contractor shall obtain necessary gas-free certificates for Safe for Entry or Hot Work as appropriate. At all times, copies of certificates shall be posted at point of entry to tanks with a second copy given to CGTA. These certificates shall be renewed in compliance with LLOYD’S and provincial regulations.

2.1.4 Contractor shall open up the three (3) manholes to allow for access to spaces. Contractor is responsible for all opening and closing up of manholes during all work.

2.1.5 When final close up is being done, new 3/16” thick rubber gaskets shall be installed that are suitable for the application. Contractor shall wire brush clean and examine all manhole studs for wastage and other defects. All defects found shall be brought to attention of CGTA. An anti-seize compound is to be applied to all stud threads prior to final closing up.

2.1.6 Contractor shall remove contents of Bow Thruster Void Tanks and Compartment by pumping out through manhole covers. Contents of tanks are presently sea water. Total volume of expected fluid in the order of 2M3. Spaces contain outlet piping for Bow Thruster system, so maneuverability within the area is restricted.

2.1.7 Upon completion of inspection the void spaces, internal surfaces including bow thruster outlet piping, internal stiffening, bulkheads, deckhead, deck, and ship’s side shell shall be prepared and painted as per Wasser Coating system. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification. The Coating System be as described below:

I. 1st Coat: MC-Miozinc 3.0-5.0 mils DFT

II. 2nd Coat: MC- Tar 5.0-7.0 mils DFT

SPECIFICATION NO. 16-H011-015-1 Page 73 CCGS Hudson Dry-docking Spec 2016/17

III. 3rd Coat: MC-BallastCoat 3.0-4.0 mils DFT

IV. Total System DFT: 11.0-16.0 mils DFT

2.1.8 Each void has an internal surface area of 48.2 m2. Bow Thruster Pumping compartment has an internal surface area of 33.3 m2. These areas include bow thruster outlet piping, internal stiffening, bulkheads, deckhead, deck, and ship’s side shell. Total area to be prepared and coated is 130 m2.

2.1.9 On completion of successful hydrostatic tests, tanks shall be emptied, opened up, ventilated, re- certified gas-free, and remaining water removed. All removed water shall be disposed of by Contractor. All Tank internals shall be wiped dry with clean, lint-free cloths.

2.2 Location

2.4.1 Aft bulkheads are located at frame 180 and forward bulkheads are at frame 186.

2.4.2 Access to voids and compartment are via manholes at frame 182 on Tween Deck in Fwd. Cargo Hold.

2.3 Interferences

2.5.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.5.2 The work is to be done in conjunction with Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-11 “FUEL OIL TKS - SURVEY” vi. HD-16 “SEA BAYS AND SEA CHESTS” vii. HD-19 “FWD PEAK TK STEEL REPAIRS” viii. HD-20 “FWD TRIM TK REPAIRS” ix. HD-22 “#1 DOUBLE BOTTOM TK (P&S) x. HD-37 “WIND &WATER SURVEY - LLOYDS

SPECIFICATION NO. 16-H011-015-1 Page 74 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Bow Manoeuvring Compartment

3.1.2 Drawing #001 CCGS Hudson Manhole Locations Layout.

3.1.3 Wasser MC-Miozinc 100 Product Description Sheet

3.1.4 Wasser MC-Tar 100 Product Description Sheet

3.1.5 Wasser MC-Ballast Coat Product Description Sheet

3.1.6 Coatings- Wasser Paint Procedures

3.1.7 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.8 Holdtight 102 Product Description Sheet

3.1.9 Easy Prep Technical Data Sheet

3.1 Standards and Regulation

3.2.1 All Coatings shall be applied as per Manufactures recommendations.

3.2 Owner Furnished Equipment N/A

4. Proof of performance:

4.1 Inspection

4.1.1 On completion of descaling the Bow Thruster Void spaces and prior to applying any coatings the Contractor shall notify CGTA and LLOYD’S for an inspection of all the areas.

4.1.2 The Contractor shall notify CGTA for an inspection after each coat of coating is applied to the areas identified in this specification.

4.2 Testing

SPECIFICATION NO. 16-H011-015-1 Page 75 CCGS Hudson Dry-docking Spec 2016/17

4.2.1 Prior to painting, tanks shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor shall provide two (2) paper copies and one (1) PDF copy of all coating thickness readings taken as per section 3.2 of services.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 76 CCGS Hudson Dry-docking Spec 2016/17

HD-11 Fuel Oil tanks Survey

1. Scope:

The intention of this specification is to open up, ventilate, certify for gas free entry, strip of all remaining fluids, steam clean and remove all dirt and debris in preparation for inspection and testing by LLOYD’S for Survey credit.

2: Technical Description:

2.1 General

2.1.1 The following tanks shall be opened up, ventilated, certified gas-free for entry, stripped of all remaining fluids, steam cleaned, and all dirt and debris removed in preparation for inspection and testing by LLOYD’S for Survey credit: Tank 100% Vol m3 Remaining Est. Sludge m3 a) #1 Dbl. Btm. Port 54.3 5.0 b) #1 Dbl. Btm. Starboard. 54.3 5.0 c) #2 Dbl. Btm. Port 75.3 6.0 d) #2 Dbl. Btm. Starboard. 75.3 6.0 e) #3 Dbl. Btm. Port 61.4 5.0 f) #3 Dbl. Btm. Starboard. 60.4 5.0 g) #4 Dbl. Btm Port 46.1 4.0 h) #4 Dbl.Btm Starboard 46.1 4.0

2.1.2 Contractor shall transfer fuel from tanks to be worked until the fuel oil transfer pump loses suction. Volume remaining shall be dealt with by Contractor is reflected in the table above under “Est. Sludge m3” (40 m3) and is not part of Waste Oil Services H-01.

2.1.3 Contractor shall open up tanks by removing manhole cover(s). Manhole studs shall be examined and defects brought to the attention of CGTA. Inside of manhole covers and mating flanges shall be power wire-brushed clean. Upon closing up, new neoprene gaskets of original thickness shall be installed.

SPECIFICATION NO. 16-H011-015-1 Page 77 CCGS Hudson Dry-docking Spec 2016/17

2.1.4 Tanks shall be mechanically ventilated with approved equipment for this purpose. Tanks shall be ventilated and certified as gas-free “Safe for Entry”. Tanks are NOT to be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.5 Contractor shall provide a copy of certificates to CGTA.

2.1.6 Contractor shall maintain the tanks in a gas-free state by maintaining adequate ventilation for the duration of the work. Contractor shall renew Certificates as required by the regulations.

2.1.7 Sludge as indicated above shall be removed, as well as any dirt and debris found inside the tanks. Sludge, dirt, and debris shall be removed from the vessel and disposed of by Contractor in accordance with provincial environmental requirements.

2.1.8 Contractor shall clear all limber holes. Contractor shall ensure that tank outlets, inlets, and sounding tubes are free of any dirt, debris, and obstructions.

2.1.9 Once the hydrostatic tests are complete to the satisfaction of the LLOYD’S Surveyor, Contractor shall empty, open up, re-ventilate, re-certified gas-free, and remove remaining water from all the tanks. All removed water shall be disposed of by Contractor.

2.1.10 Upon successful LLOYD’S Credit for each tank, Contractor shall re-enter and remove all blanks from each of the tanks.

2.1.11 On completion of all inspections and LLOYD’S credits the Contractor shall steam cleaned and wiped dry with clean, lint-free cloths all tanks. Tanks shall then be wiped down with a thin coat of mineral oil to prevent flash corrosion from occurring.

2.1.12 Tank manholes with new gaskets shall be re-secured. Anti-seize compound shall be applied to all threaded securing fittings.

2.1.13 Tank vents shall be re-installed using new gaskets and secure new stainless steel fasteners with anti- seize compound applied.

2.1.14 All work shall be carried out and completed to the satisfaction of CGTA and LLOYD’S Surveyor.

SPECIFICATION NO. 16-H011-015-1 Page 78 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 Fuel tank locations:

Tank Frames Location i) #1 Dbl. Btm. Port 143-176 Fwd. Cargo Hold j) #1 Dbl. Btm. Starboard. 143-176 Fwd. Cargo Hold k) #2 Dbl. Btm. Port 115-143 Asdic Space l) #2 Dbl. Btm. Starboard. 115-147 Asdic Space m) #3 Dbl. Btm. Port 94-11 Engine Room n) #3 Dbl. Btm. Starboard. 94-115 Engine room o) #4 Dbl. Btm Port 70-91 Engine room p) #4 Dbl.Btm Starboard 70-91 Engine room

2.2.2 For Manhole cover locations see drawing “#001 CCGS Hudson Manhole Locations Layout”.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-04 “SEA CONNECTIONS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-08 “TRANSDUCER INSPECTIONS” vi. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS vii. HD-20 “FWD TRIM TK REPAIRS” viii. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” ix. HD-22 “# 1 DOUBLE BOTTOM TK (P&S) x. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) xi. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” xii. HD-37 “WIND &WATER SURVEY - LLOYDS”

SPECIFICATION NO. 16-H011-015-1 Page 79 CCGS Hudson Dry-docking Spec 2016/17

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing #001 CCGS Hudson Manhole Locations Layout

3.1.2 Drawing #A-4 CCGS Hudson Capacity Plan

3.3 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

4.1.1 Contractor shall call in LLOYD’S Inspector to survey the tanks as required. CGTA shall be informed immediately when LLOYD’S Inspector comes aboard to inspect these tanks.

4.1.2 The Contractor shall notify CGTA just prior to installing the manhole covers. CGTA and the Contractor will inspect the tanks to ensure no rags or debris remains inside the tank. The manhole covers will immediately be placed on the tanks after this inspection.

4.2 Testing

4.2.1 After visual inspection is completed by CGTA and LLOYD’S and is satisfactory all tanks shall be hydrostatically tested using fresh water. Contractor shall temporarily blank off all openings for each tank to perform hydrostatic testing. Weather Deck vent pipes shall be removed at their flanges and tanks shall be filled to this point. Contractor shall notify CGTA a minimum of two (2) hours prior to filling of each tank.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 80 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Copies of all waste oil disposal documents, including waste generator numbers, receiving certificates, shall be given to Chief Engineer for Oil Record Book entries and CGTA.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 81 CCGS Hudson Dry-docking Spec 2016/17

HD-12 Crows Nest Repairs 1: Scope:

The intent of this specification is to carry out steel replacement of the Crow’s Nest deck and Hatch cover. NOTE: The Contractor is required to paint the outside of the Crow’s Nest as part of specification HD-13 Superstructure Blasting and Painted. As part of specification HD-13, the Contractor is required to build a shelter which encompasses the crow’s nest. The Contractor shall ensure this shelter is sufficient to carry out the work specified below in addition to the painting required in HD-13. The Crown shall not be charged twice for the crow’s nest paining or the shelter required to encompass the crow’s nest.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work unless otherwise stated.

2.1.2 The Contractor shall carry out the following repairs.

2.1.3 Several areas of the Crow’s Nest deck show excessive corrosion and holes. The entire deck needs to be cropped and renewed with new plate. All rigging and electrical cables shall be disconnected, coiled and protected clear of the work area. All seats shall be removed for reinstallation as per original after repairs are complete.

2.1.4 To maintain the integrity and support of the Crow’s Nest structure the deck replacement may need to be done in multiple phases. The existing bulkheads and gussets below shall be cut loose in way of the deck. The aluminum Crow’s Nest sides are to be cut free just above the steel riveted upstand and prepared for welding.

2.1.5 New deck plating 5/16” thick, sized to match the original deck, is to be installed. The edges of the existing gusset and bulkhead shall be prepped for welding where they have been removed from the original deck plating and re-welded using a double continuous fillet weld to the new deck plating. Around the perimeter of the deck in line with the existing house sides a 5/16” thick upstand is to be welded using a double continuous fillet. See Lengkeek Guidance Drawing J16017-S-12 R0.

2.1.6 A bimetallic strip (1” x 1-5/16”) is to be installed as an interface between the aluminum house sides and the new steel upstand. The bimetallic strip is to be “Triplate” or equivalent and installed as per manufacturer’s recommendations. The bimetallic strip must be Class approved and the steel section must be composed on the same material as the deck, Lloyds Class A steel.

SPECIFICATION NO. 16-H011-015-1 Page 82 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 Deck stiffeners (3”x3”x5/16” OA) located as per original deck shall be welded to the underside of the new deck using a double continuous fillet weld.

2.1.8 The face flats of the three forward gussets shall be removed and replaced with new 3”x 5/16” flat bar welded using a double continuous fillet weld.

2.1.9 The Contractor shall construct and install a Hatch cover complete with hinges and latch as per original. See picture “A” below. Hatch size is 22 ½” long by 19 ½”. Construction is aluminum.

Picture “A” Aluminum Hatch Cover

2.1.10 The following deck penetrations and standpipes complete with glandnuts and packing shall be fabricated and installed as per original in the deck. All standpipes shall be 8” high.

1. 2 standpipes 1 ½” diameter 2. 11 standpipes ¾ “ diameter 3. 2 standpipes 2 ½” diameter indicated in picture “B” with red arrows. 4. 1 – deck penetration and connection for a ½” airline.

SPECIFICATION NO. 16-H011-015-1 Page 83 CCGS Hudson Dry-docking Spec 2016/17

Picture “B” Crows Nest Deck penetrations

2.1.11 CCG document “Crows Nest deck replacement interference items” list the details for the wiring, cabling and other interference items to take into account when replacing the deck.

2.1.12 Upon completion of all structural repairs, all seats shall be reinstalled and all required cable penetrations added. Finally, cables and rigging shall be reinstalled as per original and tested as described in Section 4. Proof of Performance.

2.1.13 See accompanying guidance Drawing No. J16017-S12 for structural details.

2.1.14 On completion of all welding testing and inspections the Contractor shall coat all new and disturbed metal as outline below:

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. III. An intermediate coat of MC-CR White (DFT 3-5mil) IV. A topcoat of MC Luster 100 –RAL 9004 Black (DFT 3-5mil) for all components that are normally painted black.

SPECIFICATION NO. 16-H011-015-1 Page 84 CCGS Hudson Dry-docking Spec 2016/17

V. A topcoat of Wasser MC Luster 100, RAL 070-7040 Buff, (DFT 3-5mil) for the areas that are normally painted buff. VI. A topcoat of Wasser MC Luster 100, RAL 7042 Deck Grey, (DFT 3-5mil) for the deck areas that are normally painted deck grey.

2.1.15 The Contractor must refer to the technical data sheets for this product included in the Technical Data Package for application and curing instructions of the coating system.

2.1.16 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.17 On completion of all blasting, painting, inspections and testing the Contractor shall remove the temporary structure.

2.2 Location

2.2.1 The Crow’s Nest is located on Monkeys Island approximately from Frames 139-148.

2.3 Interferences

2.3.3 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.4 See CCGS Hudson Document “Crows Nest Interference Items”

2.3.5 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iii. HD-37 “WIND & WATER SURVEY - LLOYDS” iv. L-02 “FIRE DETECTION SYSTEM”

3. References:

3.1 Guidance Drawings/Nameplate data

SPECIFICATION NO. 16-H011-015-1 Page 85 CCGS Hudson Dry-docking Spec 2016/17

3.4.1 Lengkeek Guidance Drawing Crow’s Nest Mast Structural Repairs J16017-S12 Rev0 Sheet 1 of 1.

3.4.2 CCG document “Crows Nest deck replacement interference items”

3.4.3 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STBD SIDE

3.4.4 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.4.5 CCGS Hudson Drawing H-11-051 Sht 3 of 5 Profile WH Top Bridge & Boat decks

3.4.6 Wasser MC-Miozinc 100 Product Description Sheet

3.4.7 Coatings- Wasser Paint Procedures

3.4.8 Wasser MC-Luster Product Description Sheet

3.4.9 Holdtight 102 Product Description Sheet

3.4.10 Easy Prep Technical Data Sheet

3.4.11 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 The Contractor shall notify CCG for an inspection upon completion of preparation and each coat of paint.

SPECIFICATION NO. 16-H011-015-1 Page 86 CCGS Hudson Dry-docking Spec 2016/17

4.1.2 Contractor shall notify CGTA prior to each phase of the deck removal as outlined in Section 2.1.4 to carry out a visual inspection.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1”. The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 The Contractor shall test all electrical lines, cabling, and wires disconnected during the scope of work to ensure proper connections are completed.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.3 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

4.3.4 All welders must be certified as per General Notes section 1.1.10 Welding.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing are to be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

SPECIFICATION NO. 16-H011-015-1 Page 87 CCGS Hudson Dry-docking Spec 2016/17

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 88 CCGS Hudson Dry-docking Spec 2016/17

HD-13 Superstructure Blasting and Painting 1: Scope:

The intention of this specification is to GeoBlast, and completely recoat the Superstructure of the Vessel. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work unless otherwise stated.

2.1.2 The Superstructure consists of the following :

I. All superstructure on the “E” Deck (upper deck) II. All superstructure on the “F” Deck (boat deck) III. All superstructure on the “G” Deck (Bridge Deck) IV. All superstructure on the “H” Deck (wheelhouse top) V. Fwd mast and Crows nest on “H” Deck VI. Ships Stack on “G” Deck VII. Aft Mast on hanger top or “G” Deck VIII. Hanger on “F” Deck IX. All railings, brackets, ladders, stairs and bulwarks on and attached to all decks “E” to “H” inclusive. X. Port and Stbd Liferaft Launching stations.

2.1.3 The Contractor shall build and maintain a full enclosure around the Superstructure and areas described in this specification to permit the preparation and application of the Wasser coatings.

2.1.4 The Contractor must ensure that all items not being blasted or being painted shall be protected during the execution of this specification item. In particular, care must be taken to protect all deck machinery, cables, antenna, light fixtures, sidelights, scuttles etc. These must be identified and clearly marked and covered to protect them from the blasting process. All equipment protection must be removed at the completion of this specification item. Where blasting material and/or paint overspray damages equipment and/or other paint coatings, these defects must be rectified by the Contractor at the Contractor’s expense prior to the completion of the contract.

2.1.5 The Contractor must ensure no ingress of blasting material and/or overspray into the accommodation area of the vessel. All openings must be sealed or closed off to prevent the ingress of blasting material and/or overspray. The Contractor must be responsible for the cleanup of all blasting material, debris and overspray from the vessel's interior and exterior decks. All grit blasting material and debris must be disposed of ashore in accordance with all Federal, Provincial and Municipal regulations in effect.

SPECIFICATION NO. 16-H011-015-1 Page 89 CCGS Hudson Dry-docking Spec 2016/17

2.1.6 The Contractor shall blast the superstructure areas identified in Section 2.1.2 of this specification. The blasting must use GeoBlast technology with Holdtight in the slurry mix to achieve SSPC-SP6 surface conditions.

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. III. An intermediate coat of MC-CR White (DFT 3-5mil) IV. A topcoat of MC Luster 100 –RAL 9003 White (DFT 3-5mil) for all superstructure sides normally painted white. V. A topcoat of MC Luster 100 –RAL 9004 Black (DFT 3-5mil) for all components that are normally painted black. VI. A topcoat of Wasser MC Luster 100, RAL 070-7040 Buff, (DFT 3-5mil) for the main mast and other deck fittings that are normally painted buff. VII. A topcoat of Wasser MC Luster 100, RAL 7042 Deck Grey, (DFT 3-5mil) for the deck areas that are normally painted deck grey.

2.1.7 The Contractor shall refer to the technical data sheets for this product included in the Technical Data Package for application and curing instructions of the coating system.

Recommended Distributor for all above products: K&D Pratt Limited 55 Akerley Blvd Dartmouth NS B3B 1M3 Ph: (902)468-1955 Product representative: Barry Schnare (902) 456-9238cell Email: [email protected]

2.1.8 The Contractor shall adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.9 On completion of all blasting, painting, inspections and testing the Contractor shall remove the temporary structure.

2.2 Location

2.2.1 Areas to be grit blasted and painted referenced in Section Technical Description 2.1.2.

SPECIFICATION NO. 16-H011-015-1 Page 90 CCGS Hudson Dry-docking Spec 2016/17

2.4 Interferences

2.3.6 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.7 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-12 “CROWS NEST REPAIRS” iv. HD-37 “WIND & WATER SURVEY - LLOYDS” v. E-09 “MIRANDA DAVIT” vi. E-10 “LIFEBOAT DAVITS” vii. E-12 “WINDLASS OVERHAUL SURVEY” viii. L-03 “ELECTRIC MOTOR REMOVAL AND INSTALL”

3. References:

3.4 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STBD SIDE

3.1.2 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.1.3 CCGS Hudson Drawing H-11-051 Sht 3 of 5 Profile WH Top Bridge & Boat decks

3.1.4 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.1.5 Pictures “A” and “B” below show the stbd Life raft launching system. The launching system on the Port side is similar.

SPECIFICATION NO. 16-H011-015-1 Page 91 CCGS Hudson Dry-docking Spec 2016/17

Picture “A” Stbd liferaft launching system.

Picture “B” Stbd liferaft launching system looking up from the deck

SPECIFICATION NO. 16-H011-015-1 Page 92 CCGS Hudson Dry-docking Spec 2016/17

3.1.6 Wasser MC-Miozinc 100 Product Description Sheet

3.1.7 Coatings- Wasser Paint Procedures

3.1.8 Wasser MC-Luster Product Description Sheet

3.1.9 Holdtight 102 Product Description Sheet

3.1.10 Easy Prep Technical Data Sheet

3.1.11 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.5 Standards and Regulations

3.2.4 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.6 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 The Contractor shall notify CCG for an inspection upon completion of preparation and each coat of paint.

4.2 Testing

4.2.1 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 93 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 94 CCGS Hudson Dry-docking Spec 2016/17

HD-14 Exterior Cables & fittings (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 95 CCGS Hudson Dry-docking Spec 2016/17

HD-15 Tank Vents (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 96 CCGS Hudson Dry-docking Spec 2016/17

HD-16 Sea Bays & Sea Chests 1. Scope:

The intention of this specification is to open up the Sea Bays and Sea Chests for LLOYD’S Survey.

2. Technical Description:

2.1 General

2.1.1 Main Sea Bay and Sea Chests shall be opened up for LLOYD’S Survey.

2.1.2 Total volume of system is 26.5 m3. Each Sea Chest, located port and starboard, are same size, 6.6 m3 each. Sea Bay, located between Sea Chests has a volume of 13.3 m3. A total external measurement of combined spaces is 15.25m Width x 1.82m Height x 1.15m Length. Total internal area is 250 m2 including internal stiffeners.

2.1.3 Bow Thruster Sea Chest and discharge tunnels shall be opened up for survey by Lloyd’s. Internal volume is 10m3. Internal area is 40m2.

2.1.4 All above Sea Chests and Main Sea Bay shall be opened up, scraped, and cleaned of all marine growth, scale, rust, and any deposits resulting from “Cathodic” protection system. Contractor shall remove and dispose of all dirt, debris, mud, scale, and other residue. Contractor shall be responsible for providing steam as required to effectively clean Sea Chests and Sea Bay and shall remove water which may freeze due to cold weather.

2.1.5 All holes in gratings shall be mechanically reamed-out. All surfaces shall be prepared and painted as per Specification Item HD-02, "UNDERWATER HULL".

2.1.6 Bared areas of steel in Sea Chests and Sea Bay, including that found after de-scaling, shall be power- tool-cleaned to SSPC-SP-3 standard, and given two (2) coats of Amercoat 235, each of contrasting colour.

2.1.7 After all work is completed to satisfaction of CGTA and LLOYD’S Surveyor, access manhole covers to Bow Thruster Sea Chest, and between Starboard Sea Chest and Main Sea Bay shall be re-installed complete with new neoprene gaskets. Access grids shall be re-installed and their fasteners secured as per original method.

SPECIFICATION NO. 16-H011-015-1 Page 97 CCGS Hudson Dry-docking Spec 2016/17

2.3 Location

2.2.1 Main Sea Bay and Sea Chests are located at (Frames 91 – 94) in the Engine room.

2.2.2 Access to Sea Chests is through grids located port and starboard. Access to Sea Bay is through a manhole located on inboard bulkhead of Starboard Sea Chest.

2.2.3 Bow Thruster Sea Chest are located at (Frames 176 – 186) in the Cargo Hold.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.1 This work shall be carried out in conjunction with the following Specification Items:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “BUTTS & SEAMS” vi. HD-06 “SACRIFICIAL ANODES” vii. HD-07 “CATHODIC & SEA BAY ANODES” viii. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS” ix. HD-22 “# 1 DOUBLE BOTTOM TK (P&S)” x. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)” xi. HD-37 “WIND &WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data N/A

3.2 Standards and Regulations

As per the requirement of the attending Lloyd’s surveyor.

3.5 Owner Furnished Equipment N/A

SPECIFICATION NO. 16-H011-015-1 Page 98 CCGS Hudson Dry-docking Spec 2016/17

4. Proof of performance:

4.1 Inspection

4.1.1 On completion of descaling the Sea Chests and Sea Bays and prior to applying any coatings the Contractor shall notify CGTA and LLOYD’S for an inspection of all the areas.

4.1.2 The Contractor shall notify CGTA for an inspection after each coat of coating is applied to the areas identified in this specification.

4.2 Testing

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals

N/A

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 99 CCGS Hudson Dry-docking Spec 2016/17

HD-17 No. 4 Double Bottom Tank & Tank Top (P & S) 1. Scope:

1.1 The intent of this specification is to repair several areas of defective steel on the tank tops, shell and inside the Port and Starboard #4 D/B fuels tanks.

2: Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 This scope of work must be completed concurrently with the Fuel Tank Survey spec HD-11.

2.1.3 All welding in this specification shall be carried out as per CCG Welding Specification, CCG WeldingSpecification n-eng CT-043-eq-eg-001-E. In the event a discrepancy occurs between this specification and the CCG Welding specification, the CCG Welding specification shall be rule.

2.1.4 The tank top plating at Double Bottom Fuel Oil Tanks No. 4 port and starboard has several areas of severe pitting that need to be repaired. A guidance drawing, J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 1, has been prepared in order to show the locations of the required repairs.

2.1.5 The contractor shall clean entire tank top area to SSPC-10 standard prior to the commencement of any repair work. The contractor shall steam clean the entire bilge and tank top area and ensure the area is clear of all contaminates. The area shall be cleaned to a SSPC-SP3 standard prior to the application of any coatings.

2.1.6 As per guidance drawing, J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 1, some localized deep pits are shown, as well as some Areas of more widespread pitting. The contractor shall repair pitted areas of plating by bead on plate welding techniques using filler metal having comparable chemistry and strength as the base metal. Repaired areas must be ground flush with the surrounding base metal prior to inspection.

2.1.7 At locations, as indicated by guidance drawing, J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 1, areas of severely corroded plating at the tank top, port and starboard, will be required to be fitted and replace with insert plates. . The insert plates sizes and shapes are detailed on the guidance drawing, and the corners are to have a minimum 4” radius, as per the IACS repair guidelines. The insert plates shall be welded into place with a full penetration bevel groove weld to the existing tank top plating and with a double continuous fillet welds to the transverse floors below and any foundations above.

SPECIFICATION NO. 16-H011-015-1 Page 100 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 As per guidance drawing noted above, J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 2, the contractor shall crop out and replace shell plating in the No. 4 Double Bottom Tanks. There are four particular areas of corroded plating that need to be replaced. All areas to be replaced are 5/8” thickness, and are located between existing longitudinal girders. The areas of corroded shell plate that require replacement are located between frames 74 and 75 (between the second and third girders off centerline), between frames 80 and 81 (between the first and second, and the third and fourth girders off centerline) and between frame 90 and the transverse bulkhead at frame 91 (between the second and third girders off centerline).

2.1.9 At the tank top plating, twenty seven linear feet of seam welds have corroded and need to be replaced. The contractor shall repair corroded welds shall be by grinding smooth down to bare metal and re-welded with full penetration welds.

2.1.10 Approximately five linear feet of welds where the transverse floors meet underside of the tank top plating have corroded and require replacement. The contractor shall repair corroded welds shall be by grinding smooth to bare metal and re-welding. The replacement weld is to be a ¼” continuous fillet weld at either side of the floor to the underside of the tank top plating.

2.1.11 The longitudinal butt welds of the shell plating running the entire length of the tank and fillet weld connections of transverse floors to bottom shell in several areas show signs of pitting and corrosion. The welds at these locations shall be gouged out, ground to sound metal, cleaned up and replaced. The Contractor should allow for the replacement of 135 feet butt of weld.

2.1.12 The Contractor shall provide a unit rate for the following: These rates shall apply to all steel repairs taken place inside the Vessel. I. Price per linear foot (single pass) for seam welding as described in para. 2.1.9 II. Price per linear foot (single pass) for fillet welding as described in para. 2.1.10 III. Price per linear foot (single pass) for butt welding as described in para. 2.1.11

2.1.13 On completion of all welding inspection and testing the Contrator shall clean Port and Stbd #4 D/B tanks of all dirt, debris. Steam cleaning and coating the tanks with mineral oil shall be carried out as in Specification HD-11 Fuel tank survey.

2.1.14 Upon completion of welding, inspection and testing of tank tops on the Port and Stbd #4 D/B tanks shall be prepared and painted with INTERZONE 954 as per International Coating system. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached-Interzone 954). The Contractor shall also follow the International Paint (Interzone 954) serface preparation and application instructions as per the manufactures recommendations and specifications (attached). The Coating System be as described below:

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, -

SPECIFICATION NO. 16-H011-015-1 Page 101 CCGS Hudson Dry-docking Spec 2016/17

III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

V. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.15 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.2 Location

2.2.1 The location of the #4 D/B tanks is in the Engine Room between frames #70 to #91.

2.3 Interferences

2.3.1 There are several piping systems that are distributed on top of the #4 D/B tanks. These include, S/W cooling piping, ballast piping, lube oil piping, airline tubing and piping, potable water piping and electrical lines.

2.3.2 The Contractor shall isolate and remove any and all piping, brackets, and electrical lines and other items that interfere with this scope of work.

2.3.3 The Contractor shall clearly mark all piping and electrical lines prior to removal to ensure they are reinstalled in their same position on completion of the work. The Contractor shall make sketches of all removed piping and electrical lines which shall form part of a deliverable in Deliverables section, para. 5.1.2.

2.3.4 On completion of all work, inspections and testing the Contractor shall reinstall all removed piping, electrical lines and other interference items. All new gaskets, compatible with the piping systems shall be fabricated and installed on all piping flanges.

2.3.5 All flanges, mating surfaces and bolts to be hand tool cleaned prior to reassembly.

2.3.6 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in an as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 102 CCGS Hudson Dry-docking Spec 2016/17

2.3.7 This work shall be carried out in conjunction with the following Specification Items:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “MAIN SEA STRAINERS” vi. HD-06 “SACRIFICIAL ANODES” vii. HD-07 “CATHODIC & SEA BAY ANODES” viii. HD-08 “TRANSDUCER INSPECTIONS”” ix. HD-11 “FUEL OIL TKS - SURVEY” x. HD-15 “TANK VENTS’ xi. HD-16 “SEA BAYS AND SEA CHESTS” xii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) xiii. HD-37 “WIND & WATER SURVEY - LLOYDS” xiv. E-03 “FUEL TANK VALVES” xv. E-05 “FIXED FIRE FIGHTING SYSTEMS” xvi. E-08 “BIILGE CLEANING” xvii. L-02 “FIRE DETECTION SYSTEM”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Guidance Drawing J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 1

3.1.2 Guidance Drawing J16017-S02-R1 No. 4 D/B Tank Structural Repair sheet 2

3.1.3 CCGS Hudson Drawing Tank Top Double Bottom #130.019

3.1.4 CCGS Hudson Welding Inspection and Test Plan Revision 1 The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 CCG Welding Specification, CCG WeldingSpecification n-eng CT-043-eq-eg-001-E

3.3 Owner Furnished Equipment

SPECIFICATION NO. 16-H011-015-1 Page 103 CCGS Hudson Dry-docking Spec 2016/17

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.1 Hydro testing will form part of spec item E-03 Fuel Oil Tanks Survey, Testing para. 4.2.1.

4.2.2 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.3 On completion of the reinstalled piping systems and when deemed practical by CGTA and the Contractor, the Contractor shall notify CGTA to witness the start-up and testing all of the systems that had been disturbed.

4.2.4 All Repaired areas must be subjected to 100% Visual and Magnetic Particle Examination.

4.2.5 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 in attached data package. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 104 CCGS Hudson Dry-docking Spec 2016/17

5.Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the Chief Engineer.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 105 CCGS Hudson Dry-docking Spec 2016/17

HD-18 Aft Void Space and Tank Top (Main Deck) 1. Scope:

1.2 The intent of this specification is to replace a wasted section of tank top plating and sections of wasted bulkhead located in the aft void space and coat the entire space. 2: Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall make the after void accessible by removing manhole cover(s). Inside of manhole covers and mating flanges shall be power wire-brushed clean. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA.

2.1.3 Aft Void shall be mechanically ventilated with approved equipment. The void shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting the void shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.4 The Contractor is responsible to provide their own on site Confined Space Rescue team during all Confined space work and activities. This Rescue team shall be made available for use by CGTA and Lloyd’s inspectors during times when access is required to these spaces for inspection purposes.

2.1.5 Contractor shall provide copies of all gas free, safe Entry and safe for hot work certificates to CGTA as well as be clearly displayed at all space entry sites.

2.1.6 Aft Void space shall be cleaned and all debris removed prior to starting work, to enable all specified work to be carried out.

2.1.7 All steel work in section two of this specification shall be carried out as directed in see guidance drawing J16017-S04 Sheet 1 and sheet 2. Any discrepancies in work stated in this specification and drawing J16017-S04 Sheet 1 and sheet 2 shall be brought to the CGTA immediately.

2.1.8 The aft end of the Main Deck in the Steering Gear Compartment which serves as the tank top plating of the Aft Void Space shows severe corrosion and shall be cropped out and renewed with a new 5/16” thick insert plate at centerline. For details of the insert plate, see guidance drawing J16017-S04 Sheet 1.

SPECIFICATION NO. 16-H011-015-1 Page 106 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 The existing shell stiffeners port and starboard above the deck shall be cut loose in way of the area of the plating to be replaced. These will need to be prepped for welding where they have been removed from the plating and re-welded to the new insert plate once it has been installed. The insert plate is to be welded into place with a full penetration bevel groove weld to the Main Deck plating and with a double continuous fillet weld where it meets the shell and anchor pocket. For details of the insert plate, see guidance drawing J16017-S04 Sheet 1.

2.1.10 The starboard side of the forward bulkhead at Frame 0 of the Aft Void Space shows corrosion and needs to be cropped and renewed with a new ½” thick insert plate. The existing 4”x3/8” flat bar vertical stiffeners on the bulkhead will have to be cut loose in way of the area of plating to be replaced. These will need to be prepped for welding where they have been removed from the plating and re-welded to the new insert plating once it has been installed. For details of the insert plate, see guidance drawing J16017-S04 Sheet 2.

2.1.11 The insert plate is to be welded into place with a full penetration bevel groove weld to the existing bulkhead plating and with a double continuous fillet weld where it meets the shell and Main Deck. For details of the insert plate, see guidance drawing J16017-S04 Sheet 2.

2.1.12 At the port side, the extreme outboard end of the bulkhead plating at frame 0 is corroded, and needs to be replaced. For bidding purposes the Contractor shall bid on an insert that extends inboard 36” from the Hull. The exact extent of plating will need to be determined on site. The existing outboard bulkhead stiffener will need to be cut loose in way of the area of plating to be replaced. This will need to be prepped for welding where it has been removed from the plating and re-welded to the new insert plate once it has been installed. The insert plate is to be welded into place with a full penetration bevel groove weld to the Main Deck plating and the existing bulkhead plating, and with a double continuous fillet weld where it meets the shell. For a detail of the insert plate, see guidance drawing J16017-S04 Sheet 2.

2.1.13 The Contractor shall include in their bid price the cost for taking 50 UT shots in the area to determine the exact size of the insert. The extent of the insert will be determined by Lloyds Inspector and CGTA. If an insert larger than that described in para. 2.1.12 is required then costing shall be adjusted via a PSPC 1379 on approval of the CGTA.

2.1.14 After work is completed all sludge shall be removed, as well as any dirt and debris found inside the tanks. Sludge, dirt, and debris shall be removed from the vessel and disposed of by Contractor in accordance with provincial environmental requirements.

2.1.15 The Contractor shall then hydrostatically test the Aft Void Tank as per Section: Testing, paragraph. 4.2.2.

2.1.16 After all testing is completed the Contractor shall remove and dispose of all the water used for testing in accordance with provincial environmental requirements.

SPECIFICATION NO. 16-H011-015-1 Page 107 CCGS Hudson Dry-docking Spec 2016/17

2.1.17 Upon completion of welding, inspection and testing of the aft void space, all internal surfaces shall be prepared and painted as per Wasser Coating system. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System be as described below:

VI. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

VII. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

VIII. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IX. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

X. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.18 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.19 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.20 Once all work is complete CGTA shall be given the opportunity to complete a final inspection prior to the re-installation of manhole covers. Once final inspection is complete, contractor shall install new neoprene gaskets of original thickness and manhole cover shall be re-installed.

2.2 Location

2.2.2 The location of the aft void space is below the steering gear compartment on the Main Deck aft. The forward bulkhead of the Aft Void space is at Frame 0. The Aft Trim tank is forward of the Aft Void space.

2.2.3 Manhole locations are indicated on Drawing #001 CCGS Hudson Manhole Locations Layout.

2.2.4 Tank Vent locations are indicated on CCGS Hudson Drawing HUD-Vents Version “0”

SPECIFICATION NO. 16-H011-015-1 Page 108 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-37 “WIND & WATER SURVEY - LLOYDS” v. E-05 “FIXED FIRE FIGHTING SYSTEMS” vi. L-02 “FIRE DETECTION SYSTEM” vii. HD-39 “AFT TRIM TANK STEEL REPAIRS” 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-S04 R1 Sheet 1 Aft Void Structural Repair Sheet 1

3.1.2 Lengkeek Guidance drawing J16017-S04 R2 Sheet 2 Aft Void Structural Repair Sheet 2

3.1.3 Hudson drawing 120.16 After end Framing

3.1.4 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.5 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.6 Wasser MC-Miozinc 100 Product Description Sheet

3.1.7 Wasser MC-Tar 100 Product Description Sheet

3.1.8 Wasser MC-Ballast Coat Product Description Sheet

3.1.9 Coatings- Wasser Paint Procedures

3.1.10 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.11 Holdtight 102 Product Description Sheet

3.1.12 Easy Prep Technical Data Sheet

SPECIFICATION NO. 16-H011-015-1 Page 109 CCGS Hudson Dry-docking Spec 2016/17

3.1.13 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA. Any re-work will be completed at the contractors own expense.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Prior to painting, the Aft Void Tank shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

SPECIFICATION NO. 16-H011-015-1 Page 110 CCGS Hudson Dry-docking Spec 2016/17

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 111 CCGS Hudson Dry-docking Spec 2016/17

HD-19 Forepeak Tank 1. Scope:

1.1 The intent of this specification is to replace wasted steel, hydrostatically test and to apply a new coating system to the Forepeak Tank. 2. Technical Description:

2.2 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall make the Forepeak Tank accessible by removing manhole cover(s). Inside of manhole covers and mating flanges shall be power wire-brushed clean. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA. shall be shall be

2.1.3 Forepeak Tank shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.4 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as they shall be clearly displayed at all tank entry sites.

2.1.5 Prior to Dry-docking the forepeak tank will be pumped down to minimum levels. There will be 1m3 of seawater remaining that will have to be removed by the Contractor. CCG suggests the Contractor remove this water as soon as practical once the Ship is in the Dry-dock to mitigated the chance of freezing. The Contractor is responsible for this removal of water regardless if it is frozen or not. Contractor is responsible for all costs associated with the removal including but not limited to pumping, heating, disposal and/or treatment of frozen water.

2.1.6 The Contractor shall clean the tank and remove all debris to enable the work to be carried out.

SPECIFICATION NO. 16-H011-015-1 Page 112 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 The vertical stiffeners on the centreline bulkhead in the Forepeak Tank are severely corroded and are in need of replacement. The existing stiffeners shall be cut free from the bulkhead plating and the area ground smooth, in readiness for the attachment of the new stiffeners. The stiffeners are at frames 202, 204, 206 and 208. The brackets at the top ends of the stiffeners, attaching them to the beams at the underside of the main deck, will also be required to be cut free and replaced.

2.1.8 At the intersection of the plate floors in the tank, the existing stiffeners are lapped on to the floors for a distance of 6” and sniped. The stiffeners shall be cut free from the plate floors and the plate floors ground smooth in order to accept new bulkhead stiffeners.

2.1.9 The new stiffeners shall be made from 4”x3”x5/16” angle bars, and shall be bracketed at the top end with new, 3/8” plate brackets, 8” x 8” in size. These brackets shall be lapped on to the stiffeners and the deck beams. At the bottom end, the bulkhead stiffeners shall be lapped on to the open floors for a depth of 6”, similar to the existing arrangement.

2.1.10 The length of 4”x3”x5/16” angle required for replacement of the bulkhead stiffeners is 42’-0”, and the amount of 3/8” plate required to fabricate the brackets is 2.2 sq. ft. per bracket.

2.1.11 The repair shall be completed as outlined on the guidance drawing, J16017-S07.

2.1.12 At the existing transverse floor at frame 202, the 3” x ¾” top flange at the starboard side has suffered from corrosion, and requires replacement with new steel. The exact length of new steel flat bar will need to be determined at the ship, once the corroded section has been identified and removed. For guidance, see drawing J16017-S07. For the purpose of this bid, the contractor shall bid on the replacement of 15 linear feet of replacement bar to be included in the overall price and broken out for adjustment purposes. This number will be pro-rated and used once actual length is determined. Adjustments will be made up or down using 1379 action.

2.1.13 There are several areas of corrosion evident on the centreline bulkhead, and these areas shall be cropped out locally, and the corroded areas of plating replaced with 5/16” thick insert plates, full penetration welded into the existing bulkhead. The above listed areas requiring attention are shall be completed as per guidance drawing, J16017-S07.

2.1.14 There are two additional areas of corrosion evident at the transverse collision bulkhead at frame 200. They are both to port of centreline, and both requiring cropping and replacement with 5/16” thick insert plating. These shall be trimmed to suit the resultant openings after cutting out the existing corroded plating, and welded into the bulkhead with full penetration welds. These areas of the centreline bulkhead and the collision bulkhead requiring attention shall be repaired as per guidance drawing, J16017-S07.

2.1.15 The Contractor shall adhere to “CCGS Hudson Welding Inspection and Test Plan Revision 1”. The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

SPECIFICATION NO. 16-H011-015-1 Page 113 CCGS Hudson Dry-docking Spec 2016/17

2.1.16 Upon completion of all welding, inspections and testing the Contractor shall hydrostatically test the Fore Peak tank using fresh water as per Testing Section 4.2.2.

2.1.17 The tank vent for the Fore Peak tank is located on drawing CCGS Hudson Drawing HUD-Vents Version “0”. This vent is to be removed to perform the hydrostatic test and the Contractor shall reinstall it using a new neoprene gasket. All fasteners to be mechanically cleaned and a marine grade anti-seize compound shall be applied to all fasteners.

2.1.18 Once the hydrostatic test is completed to the satisfaction of CGTA and Lloyds Inspector, the Contractor shall empty, open up, re-ventilate, recertified gas-free and remove all remaining water from the tank. All removed water shall be disposed of by the Contractor in accordance with provincial environmental requirements.

2.1.19 Upon completion of welding, inspection and testing of the aft void space, all internal surfaces shall be prepared and painted as per Wasser Coating system. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System is described below:

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

V. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.20 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

SPECIFICATION NO. 16-H011-015-1 Page 114 CCGS Hudson Dry-docking Spec 2016/17

2.1.21 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.22 Once all work is complete CGTA shall be given the opportunity to complete a final inspection prior to the re-installation of manhole covers. Once final inspection is complete, contractor shall install new neoprene gaskets of original thickness and manhole cover shall be re-installed.

2.2 Location

2.2.5 The location of the forepeak tank is between frames #200 and #217. Access to the Forepeak tank is from the manhole located Starboard side frame # 202 on the main deck.

2.2.6 Manhole locations are indicated on Drawing #001 CCGS Hudson Manhole Locations Layout.

2.2.7 Tank Vent locations are indicated on CCGS Hudson Drawing HUD-Vents Version “0”

2.4 Interferences

2.3.8 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.9 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-19 “FWD PEAK TK STEEL REPAIRS” v. HD-37 “WIND & WATER SURVEY - LLOYDS” vi. E-01 “SOUNDING PLUG REPAIRS” vii. L-02 “FIRE DETECTION SYSTEM”

SPECIFICATION NO. 16-H011-015-1 Page 115 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.12 Lengkeek Guidance drawing J16017-S07 R-01 Forepeak tank structural repairs centerline bulkhead.

3.1.13 Hudson Drawing VGAF2-48 Fore End Framing

3.1.14 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.15 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.16 Wasser MC-Miozinc 100 Product Description Sheet

3.1.17 Wasser MC-Tar 100 Product Description Sheet

3.1.18 Wasser MC-Ballast Coat Product Description Sheet

3.1.19 Coatings- Wasser Paint Procedures

3.1.20 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.21 Holdtight 102 Product Description Sheet

3.1.22 Easy Prep Technical Data Sheet

3.1.23 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.4 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.5 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.6 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A

SPECIFICATION NO. 16-H011-015-1 Page 116 CCGS Hudson Dry-docking Spec 2016/17

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Prior to painting, the Fwd. Peak Tank shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.5 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.6 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

SPECIFICATION NO. 16-H011-015-1 Page 117 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.9 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.10 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 118 CCGS Hudson Dry-docking Spec 2016/17

HD-20 Forward Trim Tank Steel Repairs 1. Scope:

1.2 The intent of this specification is to carry out various steel repairs in the Forward Trim Tank, hydrostatically test and to apply a new coating system to the Forepeak Tank. 2. Technical Description:

2.3 General

2.1.42 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.43 Contractor shall make the Forward Trim Tank accessible by removing manhole cover(s). Inside of manhole covers and mating flanges shall be power wire-brushed clean. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA.

2.1.44 Forward Trim Tank shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.45 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as be clearly displayed at all tank entry sites.

2.1.46 Prior to Dry-docking the Forward Trim Tank will be pumped down to minimum levels. There will be 1m3 of seawater remaining that will have to be removed by the Contractor. CCG suggests the Contractor remove this water as soon as practical once the Ship is in the Dry-dock to mitigate the chance of freezing. The Contractor is responsible for this removal of water regardless if it is frozen or not. Contractor is responsible for all costs associated with the removal including but not limited to pumping, heating and/or treatment of frozen water.

2.1.47 The Contractor shall clean the tank and remove all debris to enable the work to be carried out.

SPECIFICATION NO. 16-H011-015-1 Page 119 CCGS Hudson Dry-docking Spec 2016/17

2.1.48 All deck beams of the Lower Deck from Frame 187 to 193 inclusive have excessive corrosion and need to be removed and replaced with new ones. The existing beams shall be cut free from the deck plating and the areas ground smooth, in readiness for the attachment of the new beams. The brackets at the ends of the beams, attaching them to the shell stiffeners, shall be cut free and retained. The new deck beams shall be 5”x3”x5/16” angle bars, and shall be bracketed at the ends with the retained brackets similar to the existing arrangement. Work shall be completed as per guidance drawing J16017-S05 R0 Sheets 1 & 2.

2.1.49 All port and starboard shell stiffeners from Frame 187 to 190 inclusive and from Frame 192 to 194 inclusive have excessive corrosion and need to be removed and replaced with new. The existing stiffeners shall be cropped three inches below the Lower Deck, cut free from the shell plating and the transverse floors. The remaining areas shall be ground smooth, in readiness for the attachment of new stiffeners. The brackets attaching the stiffeners to the Lower Deck beams shall be cut free and retained. The new shell stiffeners shall be 9-3/4”x6-1/4” Tees cut from S510x98.2 S-Beams and shall be bracketed to the Lower Deck beams with the retained brackets similar to the existing arrangement. Work shall be completed as per guidance drawing J16017-S05 R0 Sheet 1.

2.1.50 The face flats of the transverse floor at Frame 191 have excessive corrosion and shall be cropped out for replacement. The starboard face flat is to be removed from three inches below the Lower Deck, to the center line wash plate. The port face flat is to be removed from three inches below the web-floor weld seam to the center line wash plate. The remaining web plating edges will need to be prepped where the face flats have been removed, except where the web plating is to be replaced. After installation of new web plating (as noted in section 2.1.10 of this specification), a new 6”x3/4” flange shall be installed similar to those removed. Work shall be completed as per guidance drawing J16017- S05 R0 Sheet 2.

2.1.51 The starboard web plating above the transverse floor at Frame 191 has excessive corrosion and is required to be cropped and replaced. The existing shell stringer shall be cut loose from both sides in way of the web plating being removed. The ends will require to be prepped where they have been removed from the web plating in preparation for welding to the new plate, once it has been installed. The replacement ½” web plate will be welded into place with a full penetration bevel groove weld to the remaining web plating and with a double continuous fillet weld where it meets the shell. Work shall be completed as per guidance drawing J16017-S05 R0 Sheet 2.

SPECIFICATION NO. 16-H011-015-1 Page 120 CCGS Hudson Dry-docking Spec 2016/17

2.1.52 The vertical stiffener on the centreline wash plate at Frame 191 is corroded and requires replacement. The existing stiffener shall be cut free from the wash plate and the area ground smooth in preparation for attachment of the new stiffener. The bracket at the top end of the stiffener, attaching it to the deck above, shall be cut free, prepped and retained for re-installation. The stiffener will be cut free from the transverse floor and the floor ground smooth to accept a new stiffener. The new stiffener shall be 5”x3”x5/16” angle bars, and will be bracketed at the top end with the retained bracket. At the bottom end, the bulkhead stiffener shall be lapped on to the transverse floor for a depth of 6”, similar to the existing arrangement. Work shall be completed as per guidance drawing J16017-S05 R0 Sheet 2.

2.1.53 The port side of the transverse floor at Frame 197 shows corrosion and is required to be cropped and renewed with new plate. The shell, chain locker bottom and centerline bulkhead will be prepped for welding the new floor plating where the existing floor has been removed. A new ½” floor plate is to be welded into place with double continuous fillet weld where it meets the shell, chain locker bottom and centerline bulkhead. Work shall be completed as per guidance drawing J16017-S05 R0 Sheet 3.

2.1.54 The webs of the Lower Deck longitudinal girders, located 6’-0” off centerline both port and starboard, have corrosion between Frames 190 & 191. These areas shall be cropped and renewed with new plate. All areas of the removed web will be prepped for welding the new web plating. New 3/8” web plates shall be welded into place with a full penetration bevel groove welds to the girder web and with double continuous fillet weld where it meets the deck above and face flat. Work shall be completed as per guidance drawing J16017-S05 R0 Sheet 4.

2.1.55 The Contractor shall adhere to “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4and all work shall be completed to bring the Forward Trim tank back to the original configuration or a CGTA approved alternative.

2.1.56 Upon completion of all welding, inspections and testing the Contractor shall hydrostatically test the Forward Trim tank using fresh water as per Testing Section 4.2.2.

2.1.57 The tank vent for the Forward Trim tank is located on drawing CCGS Hudson Drawing HUD-Vents Version “0”. This vent is to be removed to perform the hydrostatic test. Upon completion of testing, the afore mentioned vent shall be re-installed using new neoprene gasket material. All fasteners shall be mechanically cleaned and a marine grade anti-seize compound shall be applied to all fasteners.

2.1.58 Once the hydrostatic test is completed to the satisfaction of CGTA and Lloyds Inspector, the Contractor shall empty, open up, re-ventilate, recertified gas-free and remove all remaining water from the tank. All removed water shall be disposed of by the Contractor in accordance with provincial environmental requirements.

SPECIFICATION NO. 16-H011-015-1 Page 121 CCGS Hudson Dry-docking Spec 2016/17

2.1.59 Upon completion of welding, inspection and testing of the Forward Trim Tank all internal surfaces shall be prepared and painted as per Wasser Coating system specification guidelines for tanks available in the data package of this specification. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System is described below:

VI. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

VII. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

VIII. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IX. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

X. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.60 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.61 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.62 All coatings applied shall be to the satisfaction of the attending Wasser representative and the CGTA.

2.1.63 Once all work is complete CGTA shall be given the opportunity to complete a final inspection prior to the re-installation of manhole covers. Once final inspection is complete, contractor shall install new neoprene gaskets of original thickness and manhole cover shall be re-installed.

2.2 Location

2.2.2 The location of the Forward Trim Tank is between frames #186 and #195 on the lower deck.

2.2.3 The manhole access is in the Carpenters shop frame #193.

2.2.4 Manhole locations are indicated on Drawing #001 CCGS Hudson Manhole Locations Layout.

2.2.5 Tank Vent locations are indicated on CCGS Hudson Drawing HUD-Vents Version “0”

2.5 Interferences

SPECIFICATION NO. 16-H011-015-1 Page 122 CCGS Hudson Dry-docking Spec 2016/17

2.3.10 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.11 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-10 “BT VOID TANK INSPECTIONS” vi. HD-19 “FWD PEAK TK STEEL REPAIRS” vii. HD-30 “ CTR LINE GIRDER REPLACEMENT FRAMES 178-180” viii. HD-37 “WIND & WATER SURVEY - LLOYDS” ix. E-01 “SOUNDING PLUG REPAIRS” x. L-02 “FIRE DETECTION SYSTEM”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.12 Lengkeek Guidance drawing J16017-S05-R0 Sheet 1 of 4. Forward Trim Tank structural Repairs Deck Beams and Shell Stiffeners. 3.1.13 Lengkeek Guidance drawing J16017-S05- R0 Sheet 2 of 4. Forward Trim Tank structural Repair Web Frame #191. 3.1.14 Lengkeek Guidance drawing J16017-S05-R0 Sheet 3 of 4. Forward Trim Tank structural Repair Floor Frame #197. 3.1.15 Lengkeek Guidance drawing J16017-S05-R0 Sheet 4 of 4. Forward Trim Tank structural Repair Lower Deck Giders 6’-0” off CL. 3.1.16 Hudson Drawing VGAF2-48 Fore End Framing

3.1.17 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.18 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.19 Wasser MC-Miozinc 100 Product Description Sheet

3.1.20 Wasser MC-Tar 100 Product Description Sheet

3.1.21 Wasser MC-Ballast Coat Product Description Sheet

SPECIFICATION NO. 16-H011-015-1 Page 123 CCGS Hudson Dry-docking Spec 2016/17

3.1.22 Coatings- Wasser Paint Procedures

3.1.23 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.24 Holdtight 102 Product Description Sheet

3.1.25 Easy Prep Technical Data Sheet

3.1.26 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.7 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.8 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.9 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.4 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.5 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.6 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

SPECIFICATION NO. 16-H011-015-1 Page 124 CCGS Hudson Dry-docking Spec 2016/17

4.2.4 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.5 Prior to painting, the Fwd. Peak Tank shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.2.6 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.2.7 Repaired areas shall be subjected to 100% Visual and Magnetic Particle Examination on completion of grinding

4.3 Certification

4.3.7 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.8 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.11 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.12 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 125 CCGS Hudson Dry-docking Spec 2016/17

HD-21 Asdic Compartment and Bilge Wells 1. Scope:

1.1 The intent of this specification is to replace a section of corroded bulkhead plating and bilge wells located in the Asdic Space.

2: Technical Description:

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The Contractor shall empty and dispose of the remaining fuel from the Port Deep, Center Deep and Starboard Deep fuel tanks. For bidding purposes the contractor shall use the quantities listed under “Est. Remaining Fuel” in section 2.1.6 of this specification. These numbers shall be included in the overall bid as well as broken out for use for adjustments purposes. The numbers will be pro-rated and used for adjustment by 1379 one actual amounts have been confirmed. Invoices from pumping company will be required once pumping is complete.

2.1.3 Contractor shall make the three (3) Deep tanks accessible by removing manhole cover(s). Inside of manhole covers and mating flanges shall be power wire-brushed clean. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA.

2.1.4 Three (3) Deep tanks shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.5 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA and should also be clearly displayed at all tank entry sites.

2.1.6 The locations and estimated remaining fuel is indicated below:

Tank Frames 100% Volume Est. Remaining Fuel I Port Fwd. Deep 115-143 183.2 6.0 m3 II Center Fwd. Deep 115-143 277.5 8.0 m3 III Starboard Fwd. Deep 115-143 203.8 6.0 m3

2.1.7 The Contractor shall note that this scope of work is directly related to Spec HD-11 Fuel Tank Survey as the work area is directly above the #1 D/B fuel tanks.

SPECIFICATION NO. 16-H011-015-1 Page 126 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 All work in the following sections of this specification shall be completed as per guidance drawing J16017-A01.

2.1.9 The bulkhead plating at frame 143, where it connects to the tank top plating, is severely corroded in several areas and requires renewal. The plating at the starboard side of the bulkhead, from centerline to the side shell, shall be replaced at a width of 15”, and for the same width at the port side to where it intersects with the inboard vertical seam of the existing insert plate in way of the pipe tunnel. The total replacement plating shall be an area of 15” x 30’ and will be replaced with 3/8” in thick steel as per original.

2.1.10 The tank top plating in way of the bulkhead at frame 143 is severely corroded and requires replacement. There is an existing plate seam shown on the ship’s original drawings which is 3” aft of frame 143. At the starboard side, the plating shall be removed and renewed from this plate seam forward for a distance of 15”.

2.1.11 At the port side, from the centerline for a distance 14’-6” to port (inboard of the third girder off centerline) the plating shall be removed and renewed for a distance of 30” forward from the existing plate seam 3” aft of frame 143 (to 3” aft of frame 145.) A minimum 4” radius should be maintained at the corners where the new 3/8” insert plating is welded into the existing plating.

2.1.12 The bulkhead at frame 143 has vertical stiffeners on the aft side. In order to replace the bottom 15” of plating as noted above, the stiffeners have to be cut free from the existing plating. The existing plate brackets at the bottom end of the stiffeners, attaching them to the tank top, shall need to be cut off; these brackets shall be replaced with new ones.

2.1.13 The bulkhead stiffeners affected shall be re-welded to the bulkhead plating once it is in place. If the bottom ends of the stiffeners, after removal from the existing plating, are found to be unsuitable for re-welding to the new bulkhead plating, the Contractor shall note that new lengths of 4”x3”x5/16” angle bar will need to be welded in line with the removed sections of existing angle. This will apply to fourteen (14) bulkhead stiffeners, each for a length of 18”.

2.1.14 The existing centreline bulkhead on the aft side of the bulkhead at frame 143 will need to be cut free from the transverse bulkhead also, for the depth of the bulkhead plating to be cut out and renewed (15”). This longitudinal centreline bulkhead will need to be re-welded to the new transverse bulkhead plating, and the new section of tank top plating, once it is all in place.

2.1.15 The existing bilge wells port and starboard between frames 143 and 144 have some areas of corroded plating, which will need to be replaced.

2.1.16 At the port side, the outboard end of the aft bulkhead of the bilge well needs to be replaced; this section of plating is 3’-0” in length, measured at the tank top. The exact size and shape will need to be lifted at the ship, taken from the section of plate that is to be replaced; the plating thickness is ½”.

SPECIFICATION NO. 16-H011-015-1 Page 127 CCGS Hudson Dry-docking Spec 2016/17

2.1.17 At both sides, port and starboard, the forward bulkhead of the bilge well at frame 144 needs to be replaced. The exact size and shape will need to be lifted at the ship, taken from the section of plate that is to be replaced; the plating thickness is 3/8”.

2.1.18 Also at the starboard side, the inboard longitudinal bulkhead of the bilge well needs to be replaced; this bulkhead is 15” in length, and 3’-6” in depth. The exact size and shape will need to be lifted at the ship, taken from the section of plate that is to be replaced; the plating thickness is 3/8”

2.1.19 The welding of all the watertight and/or oil tight bulkheads and decks will require full penetration welds, and the welding of stiffeners and brackets to bulkheads and decks will be carried out with double continuous fillet welds. See the guidance drawing J16017- S09-R1 for details of the above noted modifications to this area.

2.1.20 On completion of the Inspection and Testing Procedures as outlined in Section 4. The Contractor shall empty, open up, re-ventilate, recertify gas free and dispose of all water used in hydrostatically testing the tanks in accordance with provincial regulations.

2.1.21 Upon successful LLOYD’S Credit for each tank, Contractor shall re-enter and remove any and all blanks from each of the tanks used for hydrostatically testing.

2.1.22 On completion of all inspections and LLOYD’S credits the Contractor shall steam cleaned and wiped dry with clean, lint-free cloths all tanks. Tanks shall then be wiped down with a thin coat of mineral oil to prevent flash corrosion from occurring.

2.1.23 Tank manholes with new gaskets shall be re-secured. Anti-seize compound shall be applied to all threaded securing fittings.

2.1.24 Tank vents shall be re-installed using new gaskets and secure new stainless steel fasteners with anti- seize compound applied.

2.1.25 All other new or disturbed steel on the bulkheads shall receive two (2) coats of Wasser MC-Miozinc 100 primer.

2.1.26 The Contractor shall be clean and prepped the entire deck in the Asdic space to a SSPC-SP6 surface condition and coat as per Wasser paint system:

VIII. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. IX. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. X. An intermediate coat of MC-CR White (DFT 3-5mil) XI. A topcoat of MC Luster 100 –RAL 7042 Deck Grey (DFT 3-5mil) for all deck areas.

SPECIFICATION NO. 16-H011-015-1 Page 128 CCGS Hudson Dry-docking Spec 2016/17

2.1.27 The Contractor must refer to the technical data sheets for this product included in the Technical Data Package for application and curing instructions of the coating system.

2.1.28 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.2 Location

2.2.1 The location of the Asdic Space is between frames #143 to #156.

2.2.2 The manhole access is in the Carpenters shop frame #193.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference item.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-04 “SEA CONNECTIONS” iv. HD-07 “CATHODIC & SEA BAY ANODES” v. HD-08 “TRANSDUCER INSPECTIONS” vi. HD-11 “FUEL OIL TKS - SURVEY” vii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) viii. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” ix. E-01 “SOUNDING PLUG REPAIRS” x. E-06 “VENTILATION CLEANING” xi. L-02 “FIRE DETECTION SYSTEM” 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-S09 –R1 Asdic Compartment

3.1.2 CCGS Hudson Drawing Tank Top Double Bottom 130.019

3.1.3 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

SPECIFICATION NO. 16-H011-015-1 Page 129 CCGS Hudson Dry-docking Spec 2016/17

3.1.4 CCGS Hudson Drawing H-11-051 Sht 5 of 5 Lower, Below Lower & tank top decks

3.1.5 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.6 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.7 Wasser MC-Miozinc 100 Product Description Sheet

3.1.8 Coatings- Wasser Paint Procedures

3.1.9 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.10 Holdtight 102 Product Description Sheet

3.1.11 Easy Prep Technical Data Sheet

3.1.12 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.3 Owner Furnished Equipment

N/A

4. Proof of performance: 4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

SPECIFICATION NO. 16-H011-015-1 Page 130 CCGS Hudson Dry-docking Spec 2016/17

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Prior to priming and painting, the Port Center and Deep Tanks shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Tests shall be witnessed by LLOYD’S Surveyor and CGTA. Tank vents to be removed for testing purposes.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 131 CCGS Hudson Dry-docking Spec 2016/17

HD-22 No. 1 Double Bottom Tank (P&S) 1. Scope:

1.1 The intent of this specification is to replace (repair) several areas of wasted steel on the tank top, hull and floors in the #1 D/B tanks and coat the tank tops with a “Wasser” coating system.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 This scope of work must be completed at the same time as the Fuel Tank Survey spec HD-11 Fuel Tank Survey and HD-21 Asdic Compartment and Bilge Wells.

2.1.3 Corrosion at the tank top in the area of the bulkhead at frame 143 has been dealt with under Spec item HD-21 Asdic Compartment and Bilge wells.

2.1.4 Several areas of repair in this specification will require further UT readings and the size of the steel inserts, in some cases increase. The Contractor shall include in his bid price an allowance for four hundred (400) UT thickness readings and a price per additional 50 UT readings to be adjusted by a PWGC 1379 action on the approval of the CGTA. These further readings may also be used in the following specifications:

I. HD-17 #4 D/B Tanks P&S Steel repairs II. HD-18 Aft Void & Tank top repairs III. HD-19 Forward Peak Tk steel repairs IV. HD-20 Forward Trim Tk repairs V. HD-21 Asdic Compartment and Bilge wells VI. HD-23 Aft Cofferdam Steel repairs VII. HD-24 #3 D/B P&S steel repairs

SPECIFICATION NO. 16-H011-015-1 Page 132 CCGS Hudson Dry-docking Spec 2016/17

2.1.5 The total areas to be replaced in this section are as follows:

1 ½” Plate = 5 sq.ft

1 ¼” Plate = 105 sq.ft

5/8” Plate = 18 sq.ft

½” Plate = 25 sq.ft

3/8” Plate = 5 sq.ft

2.1.6 There is an area of excessive corrosion at the tank top (port) between frames 163 and 164, between centreline and the first longitudinal girder off centreline. The Contractor shall crop out and replace a 12” x 45” section of the 3/8” tank top. Prior to crop out, the contractor shall have UT shots taken around the perimeter to ensure the area of crop out is sufficient.

2.1.7 There are areas of considerable corrosion at several locations on the bottom shell plate in way of this double bottom tank, at both port and starboard sides.

2.1.8 At the port side of the tank, between frames 157 and 158, and between frames 163 and 164, there is corrosion of the bottom shell between the centreline and the outboard edge of the tank. In both cases the exact extent of the area of corroded plate is not known, but in each case the Contractor should allow for a rectangular section of replacement plate of 1¼” thickness. The sections of replacement plate are to have well radiused corners with a minimum radius of 4”. The contractor shall provide a separate unit price for an area 12” x 12” for this repair; this price shall be used for adjustment purposes if the area is larger or smaller than speced area.

2.1.9 At these locations, the corroded shell plate can be replaced from below in a single plate strip rather than individual pieces, if that method of repair is more preferable and/or practical.

2.1.10 The bottom shell plate at the port side in way of the Bilge Well between frames 143 and 145 is corroded and requires replacement. At the starboard side of the tank, there is corrosion of the bottom shell plating between frames 157 and 158, from the centerline out to the starboard edge of the tank. There is similar corrosion between frames 160 and 161, from the centerline out to the starboard edge of the tank. At these locations, the corroded shell plate can be replaced from below in a single plate strip rather than individual pieces, if that method of repair is more preferable and/or practical.

2.1.11 Between frames 163 and 164, there is corrosion of the bottom shell plating between the centreline and the first girder off centerline to starboard, and from the third girder off centreline to starboard out to the starboard edge of the tank.

SPECIFICATION NO. 16-H011-015-1 Page 133 CCGS Hudson Dry-docking Spec 2016/17

2.1.12 Between frames 168 and 169, there is corrosion of the bottom shell plating between the centreline and the first girder off centreline to starboard.

2.1.13 The bottom shell plate at the starboard side in way of the Bilge Well between frames 143 and 145 is corroded and needs to be replaced.

2.1.14 The striker plates welded to the bottom shell in way of the ends of the sounding tubes port and starboard are both heavily corroded and require replacement.

2.1.15 There is considerable pitting of the bottom shell plate in way of the bilge suction bell mouth at each tank. Wherever deep pitting has occurred, the area shall be blast cleaned the pits to be filled with weld and then ground smooth.

2.1.16 The inboard section of the floor at frame 171 starboard has been previously modified into a watertight bulkhead. This section of plating has excessive corrosion and requires replacement. The plating is 5/8” thickness, and the area of new plating required is 16 sq. ft. The existing corroded plating shall be removed, and the edges cleaned up and ground smooth ready to accept the new plating. The new section of plating is to be welded all around with a full penetration weld.

2.1.17 Also at the starboard side, the first girder off centreline, between frames 167 and 171, is corroded and needs to be replaced.

2.1.18 For all these modifications and repairs, see the applicable guidance drawing accompanying this specification, J16017-S01-R1 Sheets 1-3 for details.

2.1.19 Contractor shall be clean and prepped the entire deck in the Fwd cargo hold including the Bow Thruster sea chest top and sides to a SSPC-SP6 surface condition and coat as per Wasser paint system:

XII. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. XIII. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. XIV. An intermediate coat of MC-CR White (DFT 3-5mil) XV. A topcoat of MC Luster 100 –RAL 7042 Deck Grey (DFT 3-5mil) for all deck areas

2.1.20 The Contractor must refer to the technical data sheets for this product included in the Technical Data Package for application and curing instructions of the coating system.

2.1.21 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

SPECIFICATION NO. 16-H011-015-1 Page 134 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 The location of the #1 D/B tanks is between frames #143 and #178.

2.2.2 For manhole locations see CCGS Hudson Drawing #001 Manhole Locations Layout

2.2.3 For Vent locations see CCGS Hudson Drawing HUD-Vents Version “0”

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference item.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-06 “SACRIFICIAL ANODES” vi. HD-08 “TRANSDUCER INSPECTIONS” vii. HD-10 “BT VOID TANK INSPECTIONS” viii. HD-11 “FUEL OIL TKS - SURVEY” ix. HD-16 “SEA BAYS AND SEA CHESTS” x. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” xi. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” xii. HD-30 “ CTR LINE GIRDER REPLACEMENT FRAMES 178-180” xiii. HD-37 “WIND & WATER SURVEY - LLOYDS” xiv. E-01 “SOUNDING PLUG REPAIRS” xv. E-02 “DRESSER COUPLING REPLACEMENT” xvi. L-02 “FIRE DETECTION SYSTEM”

SPECIFICATION NO. 16-H011-015-1 Page 135 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance Drawing J16017-S01 –R1 #1 D/B tank top Sheet 1 of 3

3.1.2 Lengkeek Guidance Drawing J16017-S01 –R1 #1 D/B tank top Sheet 2 of 3

3.1.3 Lengkeek Guidance Drawing J16017-S01 –R1 #1 D/B tank top Sheet 3 of 3

3.1.4 CCGS Hudson Drawing Tank Top Double Bottom 130.019

3.1.5 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

3.1.6 CCGS Hudson Drawing H-11-051 Sht 5 of 5 Lower, Below Lower & tank top decks

3.1.7 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.8 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.9 Wasser MC-Miozinc 100 Product Description Sheet

3.1.10 Wasser MC-Tar 100 Product Description Sheet

3.1.11 Wasser MC-Ballast Coat Product Description Sheet

3.1.12 Coatings- Wasser Paint Procedures

3.1.13 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.14 Holdtight 102 Product Description Sheet

3.1.15 Easy Prep Technical Data Sheet

3.1.16 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

SPECIFICATION NO. 16-H011-015-1 Page 136 CCGS Hudson Dry-docking Spec 2016/17

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Hydro-testing #1 D/B tanks Port and Starboard are included in the scope of work HD-11 Fuel Tank Survey.

4.2.3 Prior to priming and painting, the #1 D/B tanks Port and Starboard shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Tests shall be witnessed by LLOYD’S Surveyor and CGTA. Tank vents to be removed for testing purposes.

4.2.4 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

SPECIFICATION NO. 16-H011-015-1 Page 137 CCGS Hudson Dry-docking Spec 2016/17

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 138 CCGS Hudson Dry-docking Spec 2016/17

HD-23 Aft Cofferdam Steel Repairs 1. Scope:

1.1 The intent of this specification is to replace wasted steel in the Aft Cofferdam/Avgas tank, hydrostatically test and to apply a new coating system to the both the Avgas tank and the cofferdam. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall make the Aft Cofferdam/Avgas tank accessible by removing manhole cover(s). Inside of manhole covers and mating flanges shall be power wire-brushed clean. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA.

2.1.3 Aft Cofferdam/Avgas tank shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.4 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as be clearly displayed at all tank entry sites.

2.1.5 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as they shall be clearly displayed at all tank entry sites.

2.1.6 CCG will pump any remaining water from the aft cofferdam prior to Dry-docking.

2.1.7 The Contractor shall clean both the Aft Cofferdam and Avgas tank and remove all debris to enable the work to be carried out.

2.1.8 The Contractor shall adhere to “CCGS Hudson Welding Inspection and Test Plan Revision 1”. The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

2.1.9 An increase change in any insert size indicated in this specification shall be adjusted with a PSPC 1379 action on approval of the CGTA.

2.1.10 Areas throughout the Aft Cofferdam, surrounding the disused Av Gas Tank, are corroded and in need of replacement. The Contractor shall carry out the following repairs.

SPECIFICATION NO. 16-H011-015-1 Page 139 CCGS Hudson Dry-docking Spec 2016/17

2.1.11 Frame 15: The deck transverse at the upper part of the cofferdam, between the Lower Deck and the Av Gas Tank Top on the starboard side, has suffered excessive corrosion. This area shall be cropped out and replaced. The new plating shall be 5/16” thick, and shall have a 24” x 13” access hole cut in it similar to the existing plating. The Contractor shall quote on an insert 2’ X 4’ as indicated on Lengkeek Guidance Drawing J16017-S08 R0 Sheet 2 of 5 Section 2-5A.

2.1.12 Areas of the web plates of the cofferdam, located between the sides of the Av Gas Tank and the sideshell plating, has suffered excessive corrosion. This area shall be cropped out and replaced. At the port side, the plating shall be cropped and replaced for a width 2’-0”, from the underside of the Lower Deck. At the starboard side, the plating shall be cropped and replaced for a width of 4’-6”. The Contractor shall quote on two inserts, Port insert 2’ X 4’ Stbd insert 4’-6” X 5’ to be scribed and fitted as indicated on Lengkeek Guidance Drawing J16017-S08 R0 Sheet 2 of 5 Section 2-5A .

2.1.13 Frames 16-18: At frames 16, 17 and 18, the deck transverse at the upper part of the cofferdam, between the Lower Deck and the Av Gas Tank Top on the starboard side, has suffered excessive corrosion. This area shall be cropped out and replaced. The new plating shall be 5/16” thick, and shall have a 24” x 13” access hole cut in it similar to the existing plating. The Contractor shall crop and insert a 2’ X 5’ section as indicated on Lengkeek Guidance Drawing J16017-S08 R0 Sheet 2 of 5 Section 2-3A

2.1.14 Frames 19-21: At frames 19, 20 and 21, the deck transverse at the upper part of the cofferdam, between the Lower Deck and the Av Gas Tank Top on the starboard side, has suffered excessive corrosion. This area shall be cropped out and replaced. The new plating shall be 5/16” thick, and shall have a 24” x 13” access hole cut in it similar to the existing plating. The Contractor shall insert a 24” X 60” long section as indicated on Lengkeek Guidance Drawing J16017-S08 R0 Sheet 5 of 5.

2.1.15 Areas of the web plate of the cofferdam, between the sides of the Av Gas Tank and the side shell plating at frame 19 port and starboard has suffered excessive corrosion. This area shall be cropped out and replaced. At the port side, the plating shall be replaced for a width of 2’-0” from the intersection of the web frame with the bottom of the longitudinal bulkhead, and at the starboard side, from the underside of the Lower Deck to a point 2’-0” below that. The Contractor shall insert a 2’ X 3’section of plate for the Port insert and a 2’ X 4’ section of plate for the Stbd insert as per Lengkeek Guidance Drawing J16017-S08 R0 Sheet 5 of 5 section 5-4A.

2.1.16 There is considerable curvature at the shell, as well as access openings in the existing plating. In order for the new plating to fit up correctly, the sections of existing corroded plating should be used as templates wherever possible in order to cut the new sections of plating to the correct shape. The new plating sections are all to be of 5/16” thickness. See Lengkeek Guidance Drawing J16017-S08 R0 Sheet 5 of 5.

2.1.17 Frame 23: The deck transverse at the upper part of the cofferdam, between the Lower Deck and the Av Gas Tank Top on the starboard side, has suffered excessive corrosion. This area shall be cropped out and replaced. The new plating shall be 5/16” thick, and shall have a 24” x 13” access hole cut in it similar to the existing plating. The Contractor shall insert 24” X 60” long section of plate. See Lengkeek Guidance Drawing J16017-S08 R0 Sheet 3 of 5. Additional shots maybe required to determine if

SPECIFICATION NO. 16-H011-015-1 Page 140 CCGS Hudson Dry-docking Spec 2016/17

further repair is required. The contractor shall include in their bid 20UT shots to be taken at the CGTA discretion.

2.1.18 Areas of the web plates of the cofferdam, between the sides of the Av Gas Tank and the sideshell plating at frame 23 port and starboard has suffered excessive corrosion. This area shall be cropped out and replaced. At the port side, the plating shall be replaced from the centerline of the shafting to a point 3’-6” above that. At the starboard side, the plating needs to be replaced from the centerline of the shafting to a point 2’-6” above it. The Contractor shall insert 3’ X 3’-6” section for the Port insert and 3’6 X 2’-6” section for the Stbd insert as per Lengkeek Guidance Drawing J16017-S08 R0 Sheet 3 of 5.

2.1.19 There is considerable curvature at the shell, as well as access openings in the existing plating. In order for the new plating to fit up correctly, the sections of existing corroded plating should be used as templates wherever possible in order to cut the new sections of plating to the correct shape. The new plating sections are all to be of 5/16” thickness.

2.1.20 Frame 24: The 5/16” thick x 3” wide flange of the existing bottom transverse frame at the port side has suffered excessive corrosion. This area shall be cropped out and replaced. The flange is 6’-9” in length. Also, the 4” x ½” flange of the bottom centreline girder between frames 23 and 24 has corroded beyond acceptable limits, and shall be replacedt also. The length of the flange is 15”. See Lengkeek Guidance Drawing J16017-S08 R0 Sheet 4 of 5 Section 4-5B.

2.1.21 Frame 25: A section of the existing bulkhead at frame 25 starboard has has suffered excessive corrosion. This area shall be cropped out and replaced. The section that shall be replaced is from the baseline to the existing horizontal plate seam 7’-6” above the baseline. The section is 6’-4” wide at the plate seam, to the location where the plate intersects with an existing 3” insert plate at the bulkhead. The plating follows the line of the existing shell plate to a point 1’-0” off centreline at the baseline. A minimum 4” radius corner where the new plating insert fits in to the existing plating will be required. The new plating section will be 3/8” in thickness. The Contractor shall insert 3’ X 5’ section of plate as per Lengkeek Guidance Drawing J16017-S08 R0 Sheet 4 of 5 Section 4-3B.

2.1.22 Also at frame 25, the third bulkhead stiffener off centreline at the port side has suffered corrosion. This area shall be cropped out and replaced. The existing stiffener shall be removed and the bulkhead shall be ground smooth. A new 6”x3 ½”x5/16” angle bar shall be welded to the bulkhead and the Contractor shall install a stiffener 7’ in length as per Lengkeek Guidance Drawing J16017-S08 R0 Sheet 4 of 5 Section 4-3B.

2.1.23 The existing plate bracket at the underside of the deck shall be removed along with the existing stiffener. A replacement bracket of 5/16” plate measuring approx. 12” x 12” shall be welded to the underside of the deck and over lapped and welded to the new bulkhead stiffener as per Lengkeek Guidance Drawing J16017-S08 R0 Sheet 4 of 5 Section 4-4A.

2.1.1 Upon completion of all welding, inspections and testing the Contractor shall hydrostatically test the Aft Cofferdam using fresh water as per Testing Section 4.2.2.

SPECIFICATION NO. 16-H011-015-1 Page 141 CCGS Hudson Dry-docking Spec 2016/17

2.1.2 The tank vent for the Aft Cofferdam is located on drawing CCGS Hudson Drawing HUD-Vents Version “0”. This vent is to be removed to perform the hydrostatic test and the Contractor shall reinstall it using a new neoprene gasket. All fasteners shall be mechanically cleaned and a marine grade anti- seize shall be applied to all fasteners.

2.1.3 Once the hydrostatic test is completed to the satisfaction of CGTA and Lloyds Inspector, the Contractor shall empty, open up, re-ventilate, recertified gas-free and remove all remaining water from the spaces. All removed water shall be disposed of by the Contractor in accordance with provincial environmental requirements.

2.1.4 Upon completion of welding, inspection and testing of the Aft Cofferdam and Avgas Tank, all internal surfaces shall be prepared and painted as per Wasser Coating system. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System is described below:

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

V. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.5 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.6 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.7 Once all work is complete CGTA shall be given the opportunity to complete a final inspection prior to the re-installation of manhole covers. Once final inspection is complete, contractor shall install new neoprene gaskets of original thickness and manhole cover shall be re-installed.

SPECIFICATION NO. 16-H011-015-1 Page 142 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 The cofferdam runs from frame 13 to frame 25.

2.2.2 The transverse Avgas Tank bulkheads are at frames 15 and 23.

2.2.3 Manhole locations are indicated on Drawing #001 CCGS Hudson Manhole Locations Layout.

2.2.4 Tank Vent locations are indicated on CCGS Hudson Drawing HUD-Vents Version “0”

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-06 “SACRIFICIAL ANODES” vi. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” vii. HD-25 ‘ WATER QUALITY PACKAGE INSTALLATION’ viii. HD-27 “DOCKING PLUG RECESS REPAIRS” ix. HD-33 “STERN TUBE SEAL INSTALLATION” x. HD-37 “WIND & WATER SURVEY - LLOYDS” xi. HD-38 “#6 D/B FUEL TANK CLEANING AND BLASTING” xii. HD-39 “AFT TRIM TANK STEEL REPAIRS" xiii. E-01 “SOUNDING PLUG REPAIRS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-S08 –R0 Aft Cofferdam sheet 2 of 5

3.1.2 Lengkeek Guidance drawing J16017-S08 –R0 Aft Cofferdam sheet 3 of 5

3.1.3 Lengkeek Guidance drawing J16017-S08 –R0 Aft Cofferdam sheet 4 of 5

SPECIFICATION NO. 16-H011-015-1 Page 143 CCGS Hudson Dry-docking Spec 2016/17

3.1.4 Lengkeek Guidance drawing J16017-S08 –R0 Aft Cofferdam sheet 5 of 5

3.1.5 CCGS Hudson Drawing After End Framing 120.16

3.1.6 CCGS Hudson Drawing #E-G CCGS Hudson Docking Plan

3.1.7 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.8 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.9 Wasser MC-Miozinc 100 Product Description Sheet

3.1.10 Wasser MC-Tar 100 Product Description Sheet

3.1.11 Wasser MC-Ballast Coat Product Description Sheet

3.1.12 Coatings- Wasser Paint Procedures

3.1.13 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.14 Holdtight 102 Product Description Sheet

3.1.15 Easy Prep Technical Data Sheet

3.1.16 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

SPECIFICATION NO. 16-H011-015-1 Page 144 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Prior to painting, the Aft Cofferdam and Avgas Tank shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

SPECIFICATION NO. 16-H011-015-1 Page 145 CCGS Hudson Dry-docking Spec 2016/17

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 146 CCGS Hudson Dry-docking Spec 2016/17

HD-24 No. 3 Double Bottom Tank (P&S) 1. Scope:

1.1 The intent of this specification is to repair corded welds, insert a small section of tank top and replace wasted sections of shell plating in the No. 3 D/B tanks Port and starboard.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 This scope of work must be completed at the same time as the Fuel Tank Survey spec HD-11.

2.1.3 At the tank top frame 110 outboard at the starboard tank, there is an existing hole in the plating, temporarily repaired with a bolt through the hole. This area shall be permanently repaired; the tank top plating is to be cut out at this location and an insert plate fitted at the opening. The Contractor shall price an insert 12“X 12”. The Contractor shall take UT readings around the area prior to crop out to ensure proper size crop out and insert is specified. The corners of the insert plate fitted are to have adequately radius corners, with a minimum radius of 4”. Costing for UT readings form part of specification HD-22 #1 D/B tank P&S steel repairs.

2.1.4 At the starboard tank, the longitudinal butt welds and fillet welds in several areas are corroded. The Contractor should bid on the replacement of 20m of butt welds and 20m of fillet welds. The existing weld at these locations is to be gouged out, and the area cleaned up before replacement welding is carried out. This price shall be included in the bid, as well as broken out separately to be prorated and used for 1379 adjustment purposes.

2.1.5 At the bottom shell plating in No. 3 Double Bottom Tanks, several areas of 1” shell plating are corroded and shall be cut out and replaced. These areas are between frames 110 and 111, port and starboard, between the centerline and the first girder outboard, between frames 112 and 113 between the existing watertight trunk on centerline and the first girder outboard to starboard, and between frames 114 and 115 on the port side. These areas are outlined on the applicable corrosion repair drawing, J16017-S16 R0 N0. 3 Double Bottom tank Structural repairs.

2.1.6 All new and disturbed steel on the tank top shall receive two (2) coats of Wasser Miozinc Primer.

2.1.7 On completion of all welding, inspections and testing the exterior coating of all newly installed shell plates shall be completed as part of specification HD-02 Underwater Hull.

SPECIFICATION NO. 16-H011-015-1 Page 147 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 The location of the #3 D/B tanks is between frames #94 and #121.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in an as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS” v. HD-05 “MAIN SEA STRAINERS” vi. HD-06 “SACRIFICIAL ANODES” vii. HD-07 “CATHODIC & SEA BAY ANODES” viii. HD-08 “TRANSDUCER INSPECTIONS” ix. HD-11 “FUEL OIL TKS - SURVEY” x. HD-16 “SEA BAYS AND SEA CHESTS” xi. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS xii. HD-37 “WIND & WATER SURVEY - LLOYDS” xiii. E-03 “FUEL TANK VALVES” xiv. E-05 “FIXED FIRE FIGHTING SYSTEMS” xv. E-08 “BIILGE CLEANING” xvi. L-02 “FIRE DETECTION SYSTEM”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Guidance Drawing J16017-S16 R0 N0. 3 Double Bottom tank Structural repairs

3.1.2 CCGS Hudson Drawing Tank Top Double Bottom #130.019

3.1.3 CCGS Hudson Welding Inspection and Test Plan Revision 1 The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

3.1.4 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

SPECIFICATION NO. 16-H011-015-1 Page 148 CCGS Hudson Dry-docking Spec 2016/17

3.1.5 CCGS Hudson Drawing H-11-051 Sht 5 of 5 Lower, Below Lower & tank top decks

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.3 Owner Furnished Equipment

3.3.1 N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.1 Hydro testing will form part of spec item E-03 Fuel Oil Tanks Survey, Testing para. 4.2.1.

4.2.2 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 149 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the Chief Engineer.

5.2 Spares

5.2.1 N/A

5.3 Training

5.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 150 CCGS Hudson Dry-docking Spec 2016/17

HD-25 Water Quality Package installation 1. Scope:

The intent of this specification is install a new water quality package (WQP) to provide filtered water to the new stern tube bearings and seals being installed, as described in specification HD-09 Port and Stbd Tailshafts and Propeller Inspections, Bearing and Seal Installation. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall mount the new WQP in the starboard shaft tunnel. Contractor shall remove redundant tunnel pump, base and associated piping (note the yellow arrows in the Picture “A” below). Contractor shall note that the piping runs up to the main deck through the tunnel escape trunk.

Picture “A” Existing pump and pipework.

SPECIFICATION NO. 16-H011-015-1 Page 151 CCGS Hudson Dry-docking Spec 2016/17

2.1.3 Contractor shall design a flat top foundation for the new pump set and hydro cyclone unit between frames 36 and 37 at an approximate height of 24” below the deck head beams and the top flange of the hydro cyclone. Contractor shall refer to drawing 3960-01 WQP Arrangement Drawing as well as confirm location and measurements onboard to complete foundation design. Design shall be approved by the CGTA prior to fabrication.

2.1.4 The foundations and supports shall be structurally sufficient to support the operating weights it will be subjected to under all operating conditions of the ship. Dry weight of complete unit is 160 kg. Wet weight is approximately 200 kg.

2.1.5 Contractor shall refer to drawing TG-28963 for dimensional details of the water quality package. The WQP will be delivered with the following components: • Pump set • Hydro cyclone • Pump discharge spool • Hydro cyclone discharge spool which includes a flow meter and throttling valve • Hydro cyclone purge spool which includes an air operated ball valve • Pump discharge spool which connects the pump discharge and the hydro cyclone • Flow meter spools for redundant flow alarms • Control Panel

2.1.6 Prior to the installation of the WQP the new foundation and shall be painted according to the coating application described in section 2.1.32.

2.1.7 Galvanic isolation pads and bolting arrangements shall be installed between the pump set and the steel foundation.

2.1.8 Contractor shall assemble the WQP as described below. Contractor shall note that all supplied piping is Cu-Ni and must be galvanically isolated from the steel ship piping and structure.

2.1.9 The supplied spool shall be fitted between the hydro cyclone and the discharge flange of the pump by using bronze fasteners and gaskets suitable for use in sea water.

2.1.10 Contractor shall fabricate the pump suction piping from 2-1/2” SCH 40 Galv. pipe. A new hull penetration, fitted with a flanged screw down non return valve, shall be fabricated and installed. Location of the new hull penetration shall be indicated by the CGTA. An in line suction strainer (maximum mesh size of 2mm) with isolation valves shall be installed before the pump. Strainer material shall be stainless steel. New piping shall be connected to the flanged suction side of the pump. 2.1.11 Contractor shall install the supplied spool, complete with the flow meter and throttling valve, for the Hydro cyclone discharge. The spool shall be bolted to the top discharge flange using bronze fasteners and gaskets suitable for use in sea water. The spool shall be oriented aft toward the stern tubes. Contractor shall fabricate and install the required piping to connect the hydro cyclone discharge spool

SPECIFICATION NO. 16-H011-015-1 Page 152 CCGS Hudson Dry-docking Spec 2016/17

to the ship’s existing stern tube supply lines at frame 25. This piping will be minimum 2-1/2” SCH 40 galv. and will be run along the path of the previously removed piping. An isolating flexible connection shall be fitted between the Cu-Ni discharge spool and the steel piping.

2.1.12 The hydro cyclone purge line spool with air operated ball valve shall be connected to the bottom end flange of the hydro cyclone and oriented aft. Contractor shall then fabricate and install the purge piping. This pipe shall be run under the deck plates aft to the aft port side of the shaft tunnel and interconnected with the grey water over board discharge at a point inboard of the check valve. Exact location to be indicated by the CGTA. This piping shall be 1-1/2” SCH 40 galv. Pipe. The piping shall travel in a straight and not rise in elevation. The number of elbows, valves, reducers/expanders and other fitting shall be minimized. An isolating flexible connection shall be fitted between the Cu-Ni discharge spool and the steel piping.

2.1.13 The Contractor shall install two (2) redundant flow alarm spools. These spools shall be fitted next to the stern tube seawater supply isolating valves (P&S). Spools shall be galvanically isolated by use of suitable gaskets and fasteners, protected from electrical contact. Flowmeter location indicated on Drawing TG-20982 Water quality package flow arrangement.

2.1.14 A new 3” isolating flanged ball valve will be supplied and fitted where the existing sea water supply connects to the common stern tube supply header.

2.1.15 Contractor shall install a ½” air line to both the Port and Stbd Stern tube seals at frame 26. The new air line will tie into an existing air line located in the Workshop at frames 51 to 70. The airline shall be galvanized steel and run along the Stbd side of the shaft tunnel. One waterproof bulkhead fitting shall be installed on the bulkhead located at Frame 51. The exact location of this fitting and location for the air regulator assembly described in line 2.3.16 shall be determined on site between the Contractor and the CGTA.

2.1.16 Contractor shall install a 150 psi air regulator, dryer and pressure gauge in the new airline.

2.1.17 Contractor shall install brass isolation ball valves with locking levers at each seal.

2.1.18 Support brackets for the airline shall be secured to the deckhead using welded brackets. Support brackets shall be spaced no more than 6 feet apart and fabricated to prevent vibration and chaffing. 2.1.19 The airline shall also branch (tee) off to the Water Quality Package air actuated ball valve. The line must adapt to a ¼ “ female NPT fitting. Contractor shall install an isolating ball valve in line before the air actuated ball valve.

2.1.20 Contractor shall design and fabricate protective guards to be fitted over the propeller shafts, in way of the new equipment. Protective guards shall be fabricated in small removable sections that are to be bolted into place, to allow for ease of dismantling for maintenance. Protective guards shall be light weight steel frames and mesh. Protective guards shall have no openings larger than ½” in dimension. Approval of the guard design shall be obtained from CGTA prior to fabrication and installation.

SPECIFICATION NO. 16-H011-015-1 Page 153 CCGS Hudson Dry-docking Spec 2016/17

2.1.21 Contractor shall fabricate and install four (4) brackets to mount the control panel. Control panel shall be mounted on the Stbd Aft Deep Tank bulkhead at a height of 5’ between frame 37 and frame 38. Exact location to be confirmed by the CGTA.

2.1.22 Contractor shall bid on removing 4 m3 of fuel from The Stbd Aft Deep Tank.

2.1.23 Contractor shall remove the manhole cover from the stbd aft deep tank to allow for access and ventilation. Manhole Location is indicated on the attached drawing, CCGS Hudson Drawing #001 Manhole Locations Layout. Manhole studs shall be examined and defects brought to the attention of CGTA. Inside of manhole covers and mating flanges shall be mechanically cleaned to a SSPC-SP3 standard. Upon close up, new neoprene gaskets of original thickness shall be installed.

2.1.24 The Stbd Aft Deep tank shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”, stripped of all remaining fluids, steam cleaned, and all dirt and debris removed. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.25 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as they shall be clearly displayed at all tank entry sites.

2.1.26 Contractor shall weld four (4) brackets on the bulkhead of the stbd aft deep tank to line up with the mounting flanges on the Control panel. Stainless steel bolts, nuts and washers shall be used to bolt the control panel in place.

2.1.27 Electrical Power supply: All electrical work must be completed to the TP-127 standard for shipboard electrical systems. The Contractor shall run a cable properly sized for the application from the 440 V Electrical Panel P-23 located at frame 51 to the Control panel. Contractor to supply and install a new 30 amp breaker in the spare slot in Panel P-23.

2.1.28 Referring to drawing TG-28701 Electrical, the Contractor shall make all the necessary connections in the panel to interconnect with the pump, flow meter and purge valve.

2.1.29 Discharge spool flow meter Low flow alarm and the Stern tube, Port and Stbd low Flow meter alarms shall be connected to alarm and monitoring system junction box located on the bulkhead at frame 80 in the Motor Room.

2.1.30 All cabling shall be run and supported in existing cable trays wherever possible. Individual cables may be run along agreed routes and supported by approved hangers with a maximum spacing of 24” in accordance with good marine practice. All cabling transiting water tight boundaries shall be run through existing packing boxes or provided with new glands suitable rated for the service. All disturbed cabling, trays transits etc. shall be restored to good working order to the satisfaction CGTA (see section: Testing paragraph 4.2.5).

SPECIFICATION NO. 16-H011-015-1 Page 154 CCGS Hudson Dry-docking Spec 2016/17

2.1.31 All piping installed or modified in this specification shall be insulation with one 1 inch thick Class approved piping insulation.

2.1.32 Upon completion of welding, inspection and testing all new and disturbed steel as well as shaft guards shall be prepared and painted as per Wasser Coating system specification guidelines for MC-Luster available in the data package of this specification. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Coating System is described below:

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts.

II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams.

III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. A topcoat of Wasser MC Luster- White/Grey (DFT 4mil)

2.1.33 The Contractor must adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.34 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.35 All coatings applied shall be to the satisfaction of the CGTA.

2.2 Location

2.2.6 The new water quality package will be installed in the starboard shaft tunnel, outboard of the intermediate propeller shaft between frames 37 and 34.

2.6 Interferences

2.3.12 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 155 CCGS Hudson Dry-docking Spec 2016/17

2.3.13 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” v. HD-11 “FUEL OIL TKS - SURVEY” vi. HD-22 “#1 DOUBLE BOTTOM TK (P&S) vii. HD-23 “AFT COFFERDAM STEEL REPAIRS” viii. HD-27 “DOCKING PLUG RECESS REPAIRS” ix. HD-37 “WIND & WATER SURVEY - LLOYDS” x. HD-38 “#6 D/B FUEL TANK CLEANING AND BLASTING” xi. HD-39 “AFT TRIM TANK STEEL REPAIRS" 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.27 TG-28963 - (40-75) GPM - SS WQP Special CCGS Hudson Rev. B.

3.1.28 TG-27793 - 150LPM FLOWMETER SPOOL Rev. A

3.1.29 TG-28701 – Electrical Schematic – Control Panel

3.1.30 TG-20982 Rev AV-01 WQP Flow Arrangement

3.1.31 New System WQP-Manual 2016.1

3.1.32 3960-01 1of 2 WQP Installation Arrangement Drawing

3.1.33 3960-01 2 of 2 WQP Installation Arrangement Drawing

3.1.34 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.35 Wasser MC-Miozinc 100 Product Description Sheet

3.1.36 Wasser MC-Luster Product Description Sheet

3.1.37 Coatings- Wasser Paint Procedures

3.1.38 Holdtight 102 Product Description Sheet

3.1.39 Easy Prep Technical Data Sheet

3.1.40 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

SPECIFICATION NO. 16-H011-015-1 Page 156 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

3.2.10 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.11 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.12 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2.13 TP-127 standard for shipboard electrical systems

3.3 Owner Furnished Equipment

3.3.1 The WQP will be CCG supplied and delivered with the components consist of the following: • Pump set • Hydro cyclone • Pump discharge spool • Hydro cyclone discharge spool which includes a flow meter and throttling valve • Hydro cyclone purge spool which includes an air operated ball valve • Pump discharge spool which connects the pump discharge and the hydro cyclone • Flow meter spools for redundant flow alarms • Control Panel

4. Proof of performance:

4.1 Inspection

4.1.7 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.8 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.1.9 Piping layout to be inspected by CGTA prior to final assembly.

4.1.10 CGTA to conduct a final Inspection of the Aft Stbd Deep tk on completion of all welding and the manhole cover must be secured when this inspection is completed.

SPECIFICATION NO. 16-H011-015-1 Page 157 CCGS Hudson Dry-docking Spec 2016/17

4.2 Testing

4.2.8 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.9 All alarm point shall be tested and witness by CCG prior to runup.

4.2.10 On completion of the installation and when the ship is afloat the Water Quality Package shall be run up and test run. Any leaks to be repaired by the Contractor.

4.2.11 The fully assembled air line system shall be pressurized and witnessed by the CGTA. Any defects shall be corrected by the Contractor.

4.2.12 Any watertight penetrations (piping or cableways) that have been added or disturbed, shall be tested for watertight integrity. Ultrasonic testing is recommended, however a suitable alternative may be used if approved by the CGTA.

4.3 Certification

4.3.9 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.10 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.13 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.14 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

SPECIFICATION NO. 16-H011-015-1 Page 158 CCGS Hudson Dry-docking Spec 2016/17

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 159 CCGS Hudson Dry-docking Spec 2016/17

HD-26 - Hull Insert Frames 67-68 (Survey Item) 1. Scope:

The intent of this specification is to remove a temporary doubler plate located on the hull and repair the area with a hull insert to the meet International Association of Classification Societies (IACS) standards followed by Lloyd’s Register.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 There is an existing shell plate doubler at the location of a deep pit in the starboard side shell plating between frames 67 and 68. The insert plate must meet or exceed the thinkness of 7/8”.

2.1.3 The existing doubler plate shall be removed, and the shell plating cut out 1’-0” x 1’-0” square, with minimum 4” radius corners, as per IACS repair guidelines. The opening shall centred on the deep pit in the plating as best as possible. Once the existing plating has been removed, the edges of the resultant opening shall be ground smooth before installation of the new insert plate.

2.1.4 The insert plate is to be welded into place with a double bevel groove full penetration weld all around the perimeter, and with a double continuous fillet weld where it attaches to the transverse frame at frame 68.

2.1.5 For details of the insert plate see guidance drawing J16017-S03.

2.1.6 On completion of all work the Contractor shall prepare all new and disturbed steel to surface preparation required for “Wasser MC-Miozinc 100 primer”.

2.1.7 After the area is prepared the Contractor shall apply two (2) coats of Wasser Miozinc 100 primer as per Manufactures application instructions.

2.2 Location

2.2.1 The location of the insert is between Frames #67 and #68 on the Starboard side of the Motor Room below deck level.

SPECIFICATION NO. 16-H011-015-1 Page 160 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” vi. HD-23 “AFT COFFERDAM STEEL REPAIRS” vii. HD-25 “ WATER QUALITY PACKAGE INSTALLATION” viii. HD-27 “DOCKING PLUG RECESS REPAIRS” ix. HD-32 “STERN TUBE BEARING INSTALLATION” x. HD-33 “STERN TUBE SEAL INSTALLATION” xi. HD-37 “WIND &WATER SURVEY - LLOYDS” xii. HD-38 “#6 D/B FUEL TANK CLEANING AND BLASTING”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Guidance drawing J16017-S03.

3.1.2 Wasser MC-Miozinc 100 primer Product Information sheet.

3.2 Standards and Regulations

N/A

3.1 Owner Furnished Equipment

N/A

SPECIFICATION NO. 16-H011-015-1 Page 161 CCGS Hudson Dry-docking Spec 2016/17

4. Proof of performance:

4.1 Inspection 4.1.1 The Contractor and CTGA shall conduct a visual Inspection of all welds on the completion of work.

4.2 Testing

4.2.1 The Contractor shall conduct NDT magnetic particle testing to all welds.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.3 The Contractor shall provide tw0 (2) paper copies and one PDF copy of all NDT results and readings.

5.2 Spares

N/A

5.7 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 162 CCGS Hudson Dry-docking Spec 2016/17

HD-27 Docking Plugs Renewal 1. Scope:

There are three (3) Docking plug holes that have excessively worn threads. These holes have to be re-bored and new Docking plugs fabricated and fitted. Doubler plates have been welded over these Docking plugs and they will have to be removed. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The Contractor shall remove (gouge out) the three existing ½” x 8” round doubler plates that have been temporarily welding over the damaged Docking plug holes. Pictures “A” and “B” below show the doubler plates that were welded over the Docking plugs.

SPECIFICATION NO. 16-H011-015-1 Page 163 CCGS Hudson Dry-docking Spec 2016/17

Picture “A” Plate welded over Docking Plug

Picture “B” Plate welded over Docking Plug

2.1.3 The three (3) Docking plug holes also have steel plugs welded in them in addition to the doubler plates. These plugs shall also be gouged out and removed.

2.1.4 The Contractor shall machine out the three (3) Docking plug holes to fit a standard UNC thread size. The exact size will be determined during the machining but it is estimated at 2 ¼” to 2 ½”. On completion of machining the Contractor will tap and thread the three (3) holes to the appropriate size.

2.1.5 The Contractor shall fabricate three (3) Docking plugs to fit the machined and tapped holes. Docking plugs shall be made of steel, have a ¾” square recess on the bottom of the plug ¾” deep to accommodate a socket extension. The plugs shall be fabricated with a 1/8” recess near the bottom to facilitate an “O” ring.

2.1.6 The Contractor shall machine the Ship’s Hull in way of the three (3) Docking plugs to facilitate the “O” Rings.

2.1.7 All Docking plugs shall be slightly recessed 1/8”- 1/4” in the Hull when fully tightened.

SPECIFICATION NO. 16-H011-015-1 Page 164 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 Picture “B” Existing docking plug below shows what the Docking Plug should look like when fully tightened.

Picture “B” Existing Docking plug 2.3 Location

2.2.1 One docking plug hole located in the aft end of the Shaft Tunnel Bilge well Frame 25-26, Starboard side.

2.2.2 One docking plug hole located in the Aft Cofferdam Frames 24-25, Port Side.

2.2.3 One Docking plug hole located in the aft end of #6 D/B tank Frames 26-27, Starboard fuel tank.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 165 CCGS Hudson Dry-docking Spec 2016/17

2.3.2 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” vi. HD-23 “AFT COFFERDAM STEEL REPAIRS” vii. HD-25 ‘ WATER QUALITY PACKAGE INSTALLATION’ viii. HD-32 “STERN TUBE BEARING INSTALLATION” ix. HD-33 “STERN TUBE SEAL INSTALLATION” x. HD-37 “WIND &WATER SURVEY - LLOYDS” xi. HD-38 “#6 D/B FUEL TANK CLEANING AND BLASTING”

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing #E-G-177 CCGS Hudson Docking Plan

3.2 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

4.2 Testing

4.2.1 On completion of work the Contractor shall perform a vacuum test on all three (3) docking plugs to ensure they are forming an airtight seal. Any deficiencies shall be corrected by the Contractor. This test must be witnessed by CGTA. The Contractor shall notify CGTA 24 hours prior to conducting the test.

SPECIFICATION NO. 16-H011-015-1 Page 166 CCGS Hudson Dry-docking Spec 2016/17

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Reports, Drawings and Manuals N/A

5.2 Spares N/A

5.8 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 167 CCGS Hudson Dry-docking Spec 2016/17

HD-28 Shell Plate Renewals between (Starboard) Frames 144-157 1. Scope:

1.1 The intent of this specification is to replace two (2) buckled sections of shell plating on the Starboard side with new inserts.

2. Technical Description:

2.1 General

2.1.1 The starboard 1” thick shell plate between frames 141 and 157 has suffered some buckling damage and require replacement.

2.1.2 The damaged areas correspond to plating strakes labelled “B” and “C” on the original shell expansion drawing. These “B” and “C” notations on the shell expansion denote the locations of the horizontal boundaries for shell plate renewal. There are existing plate seams 3” aft of frame 144, and 3”aft of frame 157. These shall serve as the vertical boundaries of the replacement plating.

2.1.3 The ‘C’ strake plating that requires renewal is between frame 141 and 151, and the new transverse plate seams shall be from 3” aft of frame 141 to 3” forward of frame 151. The new 1” insert plate is 5’-6” wide by 13’-0” in length.

2.1.4 The ‘B’ strake plating that requires renewal is between frames 151 and 157, the new transverse plate seams are 3” aft of frame 151 and at the existing plate seam 3” aft of frame 157. The new 1” insert plate is 5’-9” wide by 7’-6” in length.

2.1.5 The plating shall be cut free from the internal shell stiffening, and the edges of the stiffeners. The edges of the existing plating where the shell cuts have been made shall need to be ground smooth and prepped before the replacement plating is made ready to be fitted. The perimeter of the new shell plating will be welded into place with a full penetration bevel groove welds all around. The existing shell supporting structure will be welded to the new shell plating with similar welding as existing.

2.1.6 At locations where the new insert plate thickness differs from the adjacent plating, a 3:1 bevel must be made provided prior to welding.

2.1.7 For guidance on the shell plate renewal, see the drawing J16017-S14 R0 Shell Plate Structural repair.

2.1.8 Contractor shall complete the Inspection and Testing Procedures as outlined in Section 4.

SPECIFICATION NO. 16-H011-015-1 Page 168 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 After all testing is completed the Contractor shall prepare and coat the exterior of the newly installed inserts as per part of Spec HD-02 Underwater Hull.

2.1.10 The interior of the newly installed inserts shall receive two (2) coats of Wasser Miozinc Primer applied as per manufactures coating procedures.

2.2 Location

2.2.1 The damaged areas correspond to plating strakes labelled “B” and “C” on the original shell expansion drawing. These “B” and “C” notations on the shell expansion denote the locations of the horizontal boundaries for shell plate renewal. There are existing plate seams 3” aft of frame 144, and 3”aft of frame 157. These shall serve as the vertical boundaries of the replacement plating.

2.2.2 See CCGS Hudson Drawing Shell Expansion (original) for location.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference item.

2.3.2 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-06 “SACRIFICIAL ANODES” v. HD-11 “FUEL OIL TKS - SURVEY” vi. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” vii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) viii. HD-23 “AFT COFFERDAM STEEL REPAIRS” ix. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) x. HD-33 “STERN TUBE SEAL INSTALLATION” xi. HD-37 “WIND & WATER SURVEY - LLOYDS”

SPECIFICATION NO. 16-H011-015-1 Page 169 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-S14-R0 Shell Plate Structure Repairs

3.1.2 CCGS Hudson Drawing Shell Expansion (original)

3.1.3 Wasser MC-Miozinc 100 Product Description Sheet

3.1.4 Coatings- Wasser Paint Procedures

3.1.5 Easy Prep Technical Data Sheet

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.3 Owner Furnished Equipment N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.3 Certification

SPECIFICATION NO. 16-H011-015-1 Page 170 CCGS Hudson Dry-docking Spec 2016/17

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 171 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.2 Spares

5.2.1 N/A

5.3 Training

5.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 172 CCGS Hudson Dry-docking Spec 2016/17

HD-29 Fuel Monitoring System Install (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 173 CCGS Hudson Dry-docking Spec 2016/17

HD-30 Centerline Girder Replacement Frames 178-180 1. Scope:

1.1 The intent of this specification is to replace a buckled section of centerline girder between Frames 178- 180.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Spaces shall be mechanically ventilated with approved equipment for this purpose. Tanks shall be ventilated and certified as gas-free “Safe for Entry and Hot work”. Tanks are NOT to be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.3 Contractor shall provide a copy of certificates to CGTA.

2.1.4 The bottom of the centreline girder between frames 178 – 180 is buckled. The buckled section will require cutting out and replacing with new plate. The cut in the existing plating shall be made just forward of the transverse bulkhead at frame 178, and just aft of the transverse floor at frame 180.

2.1.5 The new 5/8” insert plate shall be 1’-3” high, and shall have well radius corners, min. 4”, and be welded in to the existing plating with a bevel groove full penetration weld. At the shell bottom plating, the insert shall be welded with a 3/8” double continuous fillet weld.

2.1.6 General notes on the guidance drawing J16017-S10 to be followed.

2.2 Location

2.2.1 The location of the centerline girder is between frames 178-180 in the Bow Thrusters sea chest.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal or reinstallation of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 174 CCGS Hudson Dry-docking Spec 2016/17

2.3.2 This work is to be completed in conjunction with the following specifications: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-05 “MAIN SEA STRAINERS” v. HD-07 “CATHODIC & SEA BAY ANODES” vi. HD-10 “BT VOID TANK INSPECTIONS” vii. HD-11 “FUEL OIL TKS _ SURVEY” viii. HD-16 “SEA BAYS AND SEA CHESTS” ix. HD-19 “FWD PEAK TK STEEL REPAIRS” x. HD-20 “FWD TRIM TK REPAIRS” xi. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” xii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) xiii. HD-37 “WIND & WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Guidance Drawing J16017-S10

3.1.2 CCGS Hudson Welding Inspection and Test Plan Revision “1”

3.1.3 Drawing #001 CCGS Hudson Manhole Locations Layout

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard

3.3 Owner Furnished Equipment N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

SPECIFICATION NO. 16-H011-015-1 Page 175 CCGS Hudson Dry-docking Spec 2016/17

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the Chief Engineer.

5.2 Spares

5.2.1 N/A

5.3 Training

5.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 176 CCGS Hudson Dry-docking Spec 2016/17

HD-31 Transducer Cofferdam Valve #37 (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 177 CCGS Hudson Dry-docking Spec 2016/17

HD-32 Stern Tube Bearing Installation (INCORPORATED IN TO HD - 09)

SPECIFICATION NO. 16-H011-015-1 Page 178 CCGS Hudson Dry-docking Spec 2016/17

HD-33 Stern Tube Seal Installation (INCORPORATED IN TO HD - 09)

SPECIFICATION NO. 16-H011-015-1 Page 179 CCGS Hudson Dry-docking Spec 2016/17

HD-34 Fwd. Lab Repairs 1. Scope:

The Intent of this specification is to repair by insert method the wasted steel deck and curtain plate in the Aft Starboard corner of the Fwd. GP Lab. Also, new intake air plenum sections shall be fabricated as per original and attached to a new coaming at the deck level (above and below) of the Fwd. General Purpose lab. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall repair by insert method an area of 4.25 sq. ft. in the aft Starboard corner of the Forward GP lab using new steel plate of LR Grade “A”, ASTM A36 or CSA G40.21 Gd. 300W mild steel plate (235 N/mm² Yield Strength, 400 -502N/mm² Tensile Strength, 22% Elongation). Thickness to be 5/16” for the deck plate and 3/8” for the curtain plate.

2.1.3 Concrete in the repair area shall be removed as needed by contractor to perform the work.

2.1.4 The curtain plate in the repair area shall be cropped out and removed. New curtain plate shall be applied by insert method for a strip that is 4 feet long by 6 inches high. This curtain plate section will be centered on the radius turn of the superstructure and extend 2 foot forward and 2 foot aft.

2.1.5 The welded joint seam of curtain plate to Upper deck plating shall be cut back 3 inches in the forward and aft direction to allow proper welding in of insert plate.

2.1.6 The deck insert must have all corners shaped with a radius of not less than 4 inches. The deck insert shall be welded to all support framing under as per original plating. Deck insert to be full seal welded for above and below deck seams.

2.1.7 CGTA will indicate both insert repair areas to contractor prior to any removals. Unit price for insert repair per sq. foot shall be included in the bid price for any adjustments by 1379 action. The deck insert shall be extended 3 inches past the boundary of the curtain plate.

2.1.8 The coaming at the deck level for the fan plenum shall be replaced above and below deck with new steel flat bar of 4 inch height at ¼ inch thick as per original dimensions

SPECIFICATION NO. 16-H011-015-1 Page 180 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 The entire intake fan plenum from the deck to the attachment with the ship side intake louvers shall be replaced as per original with new 16 gauge galvanized sheet metal. Section measures roughly 15x28x85 inches for the standing section. The attachment section to the louvers measures 22x28x14 inches. Contractor shall not refabricate the large inspection port of the plenum that exists for this section – this feature to be removed for the new plenum construction. All measurements shall be verified by contractor prior to fabrication.

2.1.10 The first section of plenum that is attached to the underside of the deck in space #80 shall be replaced due to excessive corrosion of the piece. Contractor shall remove the piece as indicated by CGTA and use as a template to construct new plenum section with 16gauge galvanized sheet metal.

2.1.11 All fire proof gaskets for the attachment of plenum section to the deck penetration coaming shall be renewed.

2.1.12 Welds for the insert repair of the curtain plate and deck plate insert to receive full NDT. Any defects to be repaired at contractor expense.

2.1.13 See section 4 for test requirements.

2.1.14 All new plenum sections to be re-connected with new sheet metal fasteners to the intake louvers, deck coaming and other plenum sections.

2.1.15 All disturbed and new steel shall be prepared to SSPC-SP3 standard and receive 2 coats (CSM) of Wasser MIOZINC primer @ 3mil DFT per coat.

2.2 Location

2.2.1 Insert repair is located in the Starboard Aft corner of the Forward GP lab at frame 145 on the Upper deck level. The Loan Clothing locker is directly under at space #80

2.3 Interferences

2.3.1 To be determined by contractor at vessel viewing prior to biding. Any interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items. All items to be re-installed as per original condition. Contractor is responsible for all insulation requirements such that any insulation that is removed shall be restored to a new condition prior to work completion.

SPECIFICATION NO. 16-H011-015-1 Page 181 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 ASTM specification for galvanized sheet metal (ASTM A123/ASTM A653)

3.4 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

SPECIFICATION NO. 16-H011-015-1 Page 182 CCGS Hudson Dry-docking Spec 2016/17

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 183 CCGS Hudson Dry-docking Spec 2016/17

HD-35 Curtain Plate repair Frame #110 1. Scope:

1.3 The Intent of this specification is to repair by doubler method a section of wasted curtain plate on the starboard side of the Upper deck, inboard of the Transducer Ram Vent.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall repair by doubler method an area of failed curtain plate that measures 1.5 feet long x 6 inch high.

2.1.3 Contractor shall use new steel plate of LR Grade “A”, ASTM A36 or CSA G40.21 Gd. 300W mild steel plate (235 N/mm² Yield Strength, 400 -502N/mm² Tensile Strength, 22% Elongation). Thickness to be ¼ inch.

2.1.4 Concrete in the repair area shall be removed to totally expose the Curtain plate. The top section of the Transducer Ram vent shall be unbolted and set aside for re-assembly after. Contractor must prevent ingress of dirt and dust into this air vent plenum. See picture “A” “Cement box around Transducer Vent” under References: Paragraph 3.1.3.

2.1.5 The curtain plate in the repair area shall be cleaned to accept a doubler. New curtain plate shall be applied by doubler method for a strip that is 1.5 feet long by 6 inches high. This curtain plate section will be centered on the perforation that currently exists in the curtain plate directly inboard of the deck attachment for the Transducer Ram Vent.

2.1.6 The perforation shall be dressed such that the perimeter of the hole has no sharp edges and all knife edged steel is suitably ground back to thicker steel. All corners to be given a radius.

2.1.7 See Section 4 for Inspection and Testing requirements.

2.1.8 All disturbed and new steel shall be prepared to SSPC-SP3 standard and receive 2 coats (CSM) of Wasser MIOZINC primer @ 3mil DFT per coat.

SPECIFICATION NO. 16-H011-015-1 Page 184 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 Insert repair is located at frame 110 on the starboard side of the Upper deck, inboard of the Transducer Ram Vent. The interior area is contained within Cabin #42.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal or reinstallation of interference items. All items to be re-installed as per original condition. Contractor is responsible for all insulation requirements such that any insulation that is removed shall be restored to a new condition prior to work completion. 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

3.1.2 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.1.3 See picture “A” “Cement box around Transducer Vent” below

Picture “A” “Cement box around Transducer Vent”

SPECIFICATION NO. 16-H011-015-1 Page 185 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

3.2.4 See General Notes section 1.1.10 welding and 1.2.2 Supplementary Documentation.

3.2.5 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.3 Owner Furnished Equipment

3.1.2 N/A

4. Proof of performance:

4.1 Inspection

4.1.3 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.4 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.2 Testing

4.2.4 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Reports, Drawings and Manuals

5.1.3 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the Chief Engineer.

5.2 Spares

SPECIFICATION NO. 16-H011-015-1 Page 186 CCGS Hudson Dry-docking Spec 2016/17

N/A 5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 187 CCGS Hudson Dry-docking Spec 2016/17

HD-36 Fwd. Cargo Hold trunk inserts 1. Scope:

The Intent of this specification is to repair by insert method the wasted steel that has been found in the hatch coaming for the flush mount main cargo hatch.

2. Technical Description:

2.1 General

2.1.1 A perforation has occurred in the steel trunking of the flush mount main cargo hatch in the port aft section. The perforation is currently patched with Epoxy steel.

2.1.2 The hatch trunk between the Main Deck and the Upper Deck, between frames 169 and 176 ½ is formed of full height tween deck bulkheads, stiffened by half round bars. At the top ends of these bulkheads, structure is fitted in order to support the hatch cover and to form a seal for it when it is in the closed position. It is the area of the bulkheads immediately above the location of this existing hatch support structure that is the subject of this specification section.

2.1.3 Ultrasonic testing has been carried out on the top section of these trunk bulkheads, and has shown up several locations of excessive corrosion that need to be addressed. These locations are shown on the accompanying guidance Drawing No. J16017-S15 and are as follows:

2.1.4 On the Port Side of the Hatch at the bulkhead located between frames 169-176 ½ there is an area of excessive corrosion towards the aft end of the bulkhead, with several spots where ultrasonic testing has highlighted excessive corrosion. There is also a hole in the bulkhead in the same area. This requires the affected area to be cropped out and an insert plate of 3/8” thickness to be welded into the bulkhead. Contractor shall install an insert that is 8” X 16” in size and every effort should be made to ensure that the area of plating to be cropped out remains a minimum of 1” clear of the hatch support structure welded to the bulkhead.

2.1.5 The corners of all insert plates shall be have a minimum radius of 4”.

2.1.6 A deep pit has also been identified at this bulkhead, mid-way along the bulkhead, and 3”-4” below the line of the deck above. The contractor shall repair pitted area of bulkhead by bead on plate welding techniques using filler metal having comparable chemistry and strength as the base metal. Repaired areas must be ground flush with the surrounding base metal prior to inspection. Repaired areas must be subjected to 100% Visual and Magnetic Particle Examination on completion of grinding.

SPECIFICATION NO. 16-H011-015-1 Page 188 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 On the Starboard Side of the Hatch at the bulkhead located between frames 169-176 ½ there is an area of excessive corrosion mid-way between the centre and the aft end of this bulkhead. The Contractor shall instal an insert 3/8” thick that is 8” X 16” in length.

2.1.8 Two deep pits have also been identified at this bulkhead, mid-way between the centre and the forward end, and 7”-8” below the line of the deck above. The contractor shall repair pitted area of bulkhead by bead on plate welding techniques using filler metal having comparable chemistry and strength as the base metal. Repaired areas must be ground flush with the surrounding base metal prior to inspection. Repaired areas must be subjected to 100% Visual and Magnetic Particle Examination on completion of grinding.

2.1.9 During the ultrasonic testing of this bulkhead, six (6) separate deep pits were identified, three (3) at the starboard side and three (3) at the port side. The accompanying guidance Drawing No. J16017-S15 shows the general location of these pits, the actual locations of which will need to be verified on site. The contractor shall repair pitted area of bulkhead by bead on plate welding techniques using filler metal having comparable chemistry and strength as the base metal. Repaired areas must be ground flush with the surrounding base metal prior to inspection. Repaired areas must be subjected to 100% Visual and Magnetic Particle Examination on completion of grinding.

2.1.10 There are also two areas of excessive corrosion, slightly above the hatch supporting structure, one on the starboard side of the bulkhead, and one on the port side. The size of insert on the Starboard side shall be 8” in diameter; this will be a round insert. The insert on the Port side shall be 8” X 16” long.

2.1.11 Insert sizes in this specification may change during the scope of work. Any inserts that increase in size will be dealt with under a PSPC 1379 action on approval of the CGTA.

2.1.12 All welding of the insert plates shall be accomplished with full penetration welding.

2.1.13 Contractor shall complete all inspections and testing as per section 4. Proof of performance.

2.1.14 All disturbed and new steel shall prime and painted as per Wasser painting system using Wasser MC Luster 100, RAL 7042 Deck Grey, (DFT 3mil) as a topcoat. Contractor shall apply coatings as per manufactures specifications.

SPECIFICATION NO. 16-H011-015-1 Page 189 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 Insert repair is located in the Port Aft section of the Main Cargo hatch trunking as seen from the Upper deck level at Frame #170.

2.3 Interferences

2.3.1 To be determined by contractor at vessel viewing prior to biding. Any interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items. All items to be re-installed as per original condition. Contractor is responsible for all insulation requirements such that any insulation that is removed shall be restored to a new condition prior to work completion.

2.3.2 This work is to be completed in conjunction with the following specifications: i. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” ii. E-12 “WINDLASS OVERHAUL SURVEY”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-A01 R3 Key Plan

3.1.2 Lengkeek Guidance drawing J16017-S15 R0 Fwd. Hatch

3.1.3 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.1.4 Wasser MC-Miozinc 100 Product Description Sheet

3.1.5 Wasser MC-Luster 100 Product Description sheet.

3.1.6 Coatings- Wasser Paint Procedures

3.1.7 Holdtight 102 Product Description Sheet

3.1.8 Easy Prep Technical Data Sheet

3.1.9 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirement

SPECIFICATION NO. 16-H011-015-1 Page 190 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Once the welded plate insert has passed NDT testing and all defects are resolved, the contractor shall plug the drains for the flush mount hatch coaming and fill this area with water till overflow. Any leaks noted with this test shall be repaired by contractor.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

SPECIFICATION NO. 16-H011-015-1 Page 191 CCGS Hudson Dry-docking Spec 2016/17

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 192 CCGS Hudson Dry-docking Spec 2016/17

HD-37 Wind and Water Survey Lloyds 1. Scope:

The intention of this specification is to perform a completed underwater Hull Survey as per TC requirement under the direction of Lloyds. This survey is considered to be a special Survey for vessels over 15 years. 2. Technical Description:

2.1 General

2.1.1 Hull plate thickness shall be determined in 1500 positions as directed by CGTA and LLOYD’S Inspector. Section 2.2 will give a general guide where the thickness testing will be completed.

2.1.2 Contractor shall provide suitable man-lift and operator to facilitate plate thickness determinations.

2.1.3 Contractor shall quote, separately, unit cost for adjustment for services of NDT technician, man lift and operator for PSPC 1379 adjustment purposes up or down.

2.2 Location

2.2.1 All Wind and water Strakes over the full length of the ship, Port and Starboard.

2.2.2 Within 0.5L amidships: a minimum of 3 transverse sections in way of cargo spaces.

2.2.3 All keel plates over the full length of the ship. Also additional bottom plating in way of overboard discharges, as considered necessary by the Surveyor.

2.2.4 Generally 4 shots per plate shall be taken.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items: i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-04 “SEA CONNECTIONS”

SPECIFICATION NO. 16-H011-015-1 Page 193 CCGS Hudson Dry-docking Spec 2016/17

v. HD-05 “BUTTS & SEAMS” vi. HD-06 “SACRIFICIAL ANODES” vii. HD-07 “CATHODIC & SEA BAY ANODES” viii. HD-08 “TRANSDUCER INSPECTIONS” ix. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” x. HD-10 “BT VOID TANK INSPECTIONS” xi. HD-16 “SEA BAYS AND SEA CHESTS” xii. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS xiii. HD-19 “FWD PEAK TK STEEL REPAIRS” xiv. HD-22 “#1 DOUBLE BOTTOM TK (P&S) xv. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) xvi. HD-26 “HULL INSERT FRAMES 67-68” xvii. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STARBOARD SIDE

3.1.2 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.1.3 Shell expansion drawing H-11-1051 Rev. 7 page 1

3.1.4 Shell Expansion Drawing No. 40

3.2 Standards and Regulations

3.2.1 As per applicable IACS standards.

3.4 Owner Furnished Equipment

3.3.1 N/A

4. Proof of performance:

4.1 Inspection

N/A

4.2 Testing

SPECIFICATION NO. 16-H011-015-1 Page 194 CCGS Hudson Dry-docking Spec 2016/17

N/A

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

4.3.1 Contractor shall arrange for services of a NDT technician certified for performing ultrasonic thickness testing by a National accreditation body.

4.3.2 The Contractor shall provide Proof of Certification for all technicians performing this work.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor shall provide a complete documented Report on all readings and areas covered in this Survey. The Report shall include drawings to indicate where all readings were taken.

5.1.2 The attending Lloyds surveyor is to review the final thickness report and countersign the cover page.

5.2 Spares N/A

5.1 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 195 CCGS Hudson Dry-docking Spec 2016/17

HD-38 #6 D/B Fuel tanks (P&S) Cleaning and Blasting 1. Scope:

The intentions of this specification is clean and commercially blast the #6 D/B fuels tanks both Port and Starboard to enable survey by Lloyds Inspector and to re-established as Fuel tanks for future use. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The Port and Starboard #6 D/B Fuel tanks presently have treated water in them. The water treatment in these tanks is CIL Corrosion Inhibitor a product of Drew Chemical.

2.1.3 The Contractor shall remove the water from both tanks. The quantity is 40 m3. A unit cost per m3 shall be provided to be used for 1379 adjustment if quantity specified is incorrect.

2.1.4 Contractor shall open up tanks by removing manhole cover(s). Manhole studs shall be examined and defects brought to the attention of CGTA. Inside of manhole covers and mating flanges shall be power wire-brushed clean. Upon closing up, new fuel resistant neoprene gaskets of original thickness shall be installed.

2.1.5 Tanks shall be mechanically ventilated with approved equipment for this purpose. Tanks shall be ventilated and certified as gas-free “Safe for Entry and Hot work”. Tanks are NOT to be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.6 Contractor shall provide a copy of certificates to CGTA.

2.1.7 Contractor shall maintain the tanks in a gas-free state by maintaining adequate ventilation for the duration of the work. Contractor shall renew Certificates as required by the regulations.

2.1.8 Sludge shall be removed, as well as any dirt and debris found inside the tanks. Sludge, dirt, and debris shall be removed from the vessel and disposed of by Contractor in accordance with provincial environmental requirements.

2.1.9 The Contractor shall commercially blast the entire surfaces of both fuel tanks to a SSPC-SP6 standard. Tanks shall be cleaned to a standard to allow them to be used as serviceable fuel tanks upon completion.

SPECIFICATION NO. 16-H011-015-1 Page 196 CCGS Hudson Dry-docking Spec 2016/17

2.1.10 On completion of all cleaning and blasting the Contractor shall clear all limber holes. Contractor shall ensure that tank outlets, inlets, and sounding tubes are free of any dirt, debris, and obstructions.

2.1.11 Immediately after all final inspections are completed the Contractor shall treat all internal surfaces of both Port and Starboard Fuel tanks with mineral oil to prevent flash rusting.

2.4 Location

2.4.1 The location of the fuel tanks are:

I. #6 D/B Port Frames 26-51 Shaft Tunnel

II. #6 D/B Port Frames 27-51 Shaft Tunnel

2.4.2 For Manhole locations see “Drawing #001 CCGS Hudson Manhole Locations Layout”

2.5 Interferences

2.5.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.5.2 The work is to be done in conjunction with Specification Items. i. HD-01 “DOCKING & UNDOCKING”

ii. HD-02 “UNDERWATER HULL”

iii. HD-03 “BUTTS & SEAMS”

iv. HD-06 “SACRIFICIAL ANODES”

v. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS”

vi. HD-11 “FUEL OIL TKS - SURVEY”

vii. HD-18 “AFT VOID & TK TOP REPAIRS”

viii. HD-23 “AFT COFFERDAM STEEL REPAIRS”

ix. HD-27 “DOCKING PLUG RECESS REPAIRS”

x. HD-32 “STERN TUBE BEARING INSTALLATION”

xi. HD-33 “STERN TUBE SEAL INSTALLATION”

SPECIFICATION NO. 16-H011-015-1 Page 197 CCGS Hudson Dry-docking Spec 2016/17

xii. HD-37 “WIND & WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.3 Drawing #001 CCGS Hudson Manhole Locations Layout

3.1.4 Drawing #A-4 CCGS Hudson Capacity Plan

3.6 Standards and Regulation

3.2.2 All Coatings shall be applied as per Manufactures recommendations.

3.7 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.3 On Completion of all cleaning and Blasting and before the tanks are coated with mineral oil the Contractor shall notify CGTA and the Lloyds Surveyor to visual inspect the tanks.

4.1.4 Contractor shall notify CGTA after the mineral oil has been applied to conduct one final visual inspection of each tank. After this inspection the Contractor shall install the manhole covers. No additional entry will be permitted.

4.2 Testing

4.2.2 The Contractor shall bid on conducting 200 Ultrasonic testing shots. Exact locations inside the tanks will be directed by the Lloyds inspector. Contactor shall additionally quote per 100 shots to be used in this and all other tanks that may require additional testing. To be adjusted up or down by way of 1379 action.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 198 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.3 The Contractor shall provide a complete documented Report on all readings and areas covered in this Survey. The Report shall include drawings to indicate where all readings were taken.

5.1.4 The attending Lloyds surveyor is to review the final thickness report and countersign the cover page.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 199 CCGS Hudson Dry-docking Spec 2016/17

HD-39 Aft Trim Tank Steel Repairs 1. Scope:

1.1 The intent of this specification is to carry out various steel repairs in the Aft Trim Tank, hydrostatically test and to apply a new coating system to the Tank. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall make the Aft Trim Tank accessible by removing two manhole cover(s). Inside of manhole covers and mating flanges shall be power tooled clean to a SSPC-SP3 standard. All Manhole cover studs shall be examined for defects, all defects shall be brought to the attention of CGTA.

2.1.3 Aft Trim Tank shall be mechanically ventilated with approved equipment. Tank shall be ventilated and certified as gas-free and “Safe for Entry and Hot work”. Exhaust from venting tank shall NOT be ventilated inside the vessel. Contractor shall supply, operate, and maintain fans.

2.1.4 Contractor shall provide copies of all gas free and safe Entry and Hot work certificates to CGTA as well as be clearly displayed at all tank entry sites.

2.1.5 Prior to Dry-docking the Aft Trim Tank will be pumped down to minimum levels by Ships Staff. There will be 1m3 of seawater remaining that will have to be removed by the Contractor. CCG suggests the Contractor remove this water as soon as practical once the Ship is in the Dry-dock to mitigate the chance of freezing. The Contractor is responsible for this removal of water regardless if it is frozen or not. Contractor is responsible for all costs associated with the removal including but not limited to pumping, heating and/or treatment of frozen water.

2.1.6 The Contractor shall thoroughly clean and wipe down the tank to remove any and all grit, dirt, debris, or liquid contamination that may be present to enable the steel work to be carried out.

2.1.7 All insert sizes are approximate and the Contractor shall confirm all sizes prior to cutting and fitment. For bidding purposes the Contractor shall bid on sizes as stated in this specification. Changes to insert sizes shall be adjusted with a PWGSC 1379 action on approval from the CGTA.

2.1.8 The Contractor shall carry out the following repairs to the Aft Trim Tank:

SPECIFICATION NO. 16-H011-015-1 Page 200 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 Centerline Non-Watertight Bulkhead. There are areas of corrosion present at various locations throughout the Aft Trim Tank, which runs from frame 0 to frame 13, and extends from the plating forming the ship’s bottom to the underside of the Main Deck.

2.1.10 Between frame 0 and frame 9, the centreline non-watertight longitudinal bulkhead is corroded and in need of replacement. The bulkhead is flanged 3” top and bottom, and is welded to the existing structure, such that it sits on top of the transverse deep beams extending the width of the tank. At the top, the flanged bulkhead plating is welded to the flange of the transverse deck beams, and the new replacement bulkhead plating is to be attached in the same way. The bulkhead is to be fitted in two pieces, one from frame 0 to frame 5, and the other from frame 5 to frame 9. The Contractor shall bid on an insert size of 70” wide X 80” long for frames 0 to 5 and an insert 60”wide X 90” long for frames 5-9. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 5 of 5 for details.

2.1.11 The new non-watertight bulkhead plating is to be of 5/16” plate thickness, and is to include a similar combination of 18” x 15” and 21” x 15” access openings, templated from the openings in the existing bulkhead, and cut at the same locations. Cut outs are to be made in the new longitudinal bulkhead plating to enable it to fit over the new transverse channel struts at frames 3, 5 and 7. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 5 of 5 for details.

2.1.12 The three (3) existing vertical angle bar stiffeners on the non-watertight centreline bulkhead are to be replaced, between the underside of the main deck and where they are overlapped and welded to the existing structure below the non-watertight bulkhead, at approx. 16’-0” above baseline. The stiffeners are 3 1/2”x3”x5/16” angle bars, and are to be welded with intermittent spacing similar to the original bulkhead stiffeners. Two (2) stiffeners length to be 98” long and one (1) stiffener 90” long. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 5 of 5 for details.

2.1.13 Transverse Bulkhead Frame #9: The transverse bulkhead forming the forward end of the tank at frame 9 has excessive corrosion and requires replacement. The top plate (starboard) extending approx. 3’-9’ down from the underside of the main deck.

2.1.14 The top half of the bulkhead lower plate (port and stbd), extending 1’-6” down from the existing transverse plate seam and the bottom edge of the new top plate (starboard) as described above. The thickness of the replacement bulkhead plating is to be 5/16”

2.1.15 Several of the bulkhead stiffeners also require replacement due to excessive corrosion. At the port side, the fourth and fifth stiffeners outboard from the centreline need to be cut out for their full length and replaced with new 3”x3”x5/16” angle bars. At the starboard side, the fourth stiffener outboard from the centreline only needs to be cut out and replaced with a new 3”x3”x5/16” angle bar. The remainder of the existing bulkhead stiffeners are considered suitable to be left in place. These will need to be rewelded to the new bulkhead plating as described above once it has been fitted in place. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 4 of 5 for details.

2.1.16 Deck Transverse Beam on the underside of the Main Deck: Three (3) of the deck transverses within the Trim Tank at the underside of the main deck are heavily corroded and require replacement. The

SPECIFICATION NO. 16-H011-015-1 Page 201 CCGS Hudson Dry-docking Spec 2016/17

corrosion has occurred at the transverses at both port and starboard sides, at frames 2, 4 and 6. The replacement deck transverses are to be the same scantling as the existing (assumed 6”x3 ½”x3/8” angle bars) oriented to toe forwards similar to the existing deck beams.

2.1.17 The plate brackets at the outboard ends of the deck transverses, that connect them to the side shell stiffeners, can be rewelded to the new side shell stiffeners and the new deck transverse beams; if found to be necessary, new plate brackets can be fabricated and welded in place. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 2 of 5 for details.

2.1.18 Side Shell Stiffeners: The side shell stiffeners throughout the trim tank are composed of tee sections of 9 ¾”x 6 ¼”x ½” scantling, which are cut from an S20x66 beam. These stiffeners have suffered from excessive corrosion. They extend from the point where they are overlapped and welded to the existing floors on the centreline of the tank, to above the main deck, where they taper to attach to existing side shell stiffeners above. As the side shell stiffeners are replaced, the 5/16” plate brackets connecting them to the underside of the new side shell longitudinal stringers shall also be replaced.

2.1.19 All of the side shell stiffeners are to be replaced at frames 1 through 8, port and starboard. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 2 of 5 for details.

2.1.20 The existing plate brackets at the underside of the ends of the main deck transverse beams can be trimmed and rewelded to the new side shell stiffeners once they are in place.

2.1.21 Transverse Open Floors: Several of the transverse floors throughout the trim tank are substantially corroded, and require replacement. The floors are of 5/8” plate and are flanged 3” at the top, where they are attached to the side shell stiffeners. The depths of the floors varies throughout, but due to the narrow shape of the tank at the bottom, the extent of the floor requiring replacement is considered as extending to the uppermost transverse weld seam. The following floors shall be replaced:

I Frame 1- Port Only II Frame 2- Port and Starboard III Frame 3- Port and Starboard IV Frame 4- Port and Starboard V Frame 5- Port and Starboard VI Frame 6- Port and Starboard VII Frame 7- Port and Starboard VIII Frame 8- Port and Starboard

2.1.22 Struts: The aft trim tank has three (3) transverse struts across the width of the tank, at frames 3, 5 and 7, formed from MC8 x 22 channel bars. These have suffered from corrosion and require replacement. The existing channels shall be cut free and used as templates to cut out new replacement struts, with the same tapers and end cut outs as per existing ones. The struts pass through the centerline bulkhead, through the existing cutouts. These shall be welded on to the back sides of the new 3 ½”

SPECIFICATION NO. 16-H011-015-1 Page 202 CCGS Hudson Dry-docking Spec 2016/17

x3”x5/16” vertical angle bar bulkhead stiffeners. See Lengkeek guidance drawing J16017-S17 Rev0 Sheet 1 of 5 and drawing J16017-S17 Rev0 Sheet 3 of 5 for details.

2.1.23 At their outboard ends, the channel struts shall be welded to the new longitudinal side shell stringers with new flanged plate brackets formed from 3/8” plate.

2.1.24 Side Shell Stringers: There is a side shell stringer running the full length of the trim tank below the main deck port and starboard, and these stringers are to be cut out and replaced. The stringers consist of a 30” deep x 1/2” thick web plate, with a 6” x ¾” thick face bar on the inboard edge of the web. These stringers are bracketed to the side shell stiffeners with 7/16” thick plate brackets; the brackets also need to be cut out and replaced with new steel.

2.1.25 The existing stringer has cut outs to enable it to fit over the existing side shell stiffeners. The web plates of the new stringers need to be similarly cut out to fit over the new and existing side shell stiffeners (see appropriate section of this repair specification.) The existing stringers can be utilised as a template to cut the stiffener openings for the new stringers. See Lengkeek guidance drawing J16017- S17 Rev0 Sheet 1 of 5 for details

2.1.26 The Contractor shall adhere to “CCGS Hudson Welding Inspection and Test Plan Revision 1”. The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

2.1.27 On completion of all welding, inspections and testing the Contractor shall clean the aft trim tank of all debris and hydrostatically test the Aft Trim tank using fresh water as per Testing Section 4.2.2.

2.1.28 The tank vent for the Aft Trim tank is located on drawing CCGS Hudson Drawing HUD-Vents Version “0”. This vent is to be removed to perform the hydrostatic test. Upon completion of testing the afore mentioned vent shall be re-installed using new neoprene gasket material. All fasteners shall be mechanically cleaned and a marine grade anti-seize compound shall be applied to all fasteners.

2.1.29 Once the hydrostatic test is completed to the satisfaction of CGTA and Lloyds Inspector, the Contractor shall empty, open up, re-ventilate, recertified gas-free and remove all remaining water from the tank. All removed water shall be disposed of by the Contractor in accordance with provincial environmental requirements.

2.1.30 Upon completion of welding, inspection and testing of the Aft Trim Tank all internal surfaces shall be prepared and painted as per Wasser Coating system specification guidelines for tanks available in the data package of this specification. All surfaces shall be prepared and Coatings to be applied as per Product Surface Preparation and Application Sheets (attached). The Contractor shall also follow the Wasser Moisture-Cured Urethane Ballast Tank Specification (attached). The Coating System is described below:

SPECIFICATION NO. 16-H011-015-1 Page 203 CCGS Hudson Dry-docking Spec 2016/17

I. All surfaces shall be cleaned with HOLDTIGHT 102 to remove any remaining salts. II. One (1) Stripe coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, back to back angle and weld seams. III. Spot/Full Prime coat of Wasser primer – MC- MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

IV. An intermediate coat of Wasser MC -TAR RED (DFT 6mil)

V. A topcoat of Wasser MC- BALLAST COAT BEIGE (DFT 4mil)

2.1.31 The Contractor shall adhere to all coating system requirements for the application of the coating system. Where ambient air temperatures or humidity may become a problem, the Contractor must take steps to ensure that the painting and complete curing of the coating system will be completed before the completion date of the contract.

2.1.32 For paint thickness testing see section: Testing paragraph 4.2.3.

2.1.33 All coatings applied shall be to the satisfaction of the attending Wasser representative and the CGTA.

2.1.34 Once all work is complete CGTA shall be given the opportunity to complete a final inspection prior to the re-installation of manhole covers. Once final inspection is complete, contractor shall install new neoprene gaskets of original thickness and manhole cover shall be re-installed.

2.2 Location

2.2.1 The location of the Aft Trim Tank is between frames #0 and #13 on the Main deck.

2.2.2 The manhole access is in the Steering Gear Compartment at frame #3.

2.2.3 Manhole locations are indicated on Drawing #001 CCGS Hudson Manhole Locations Layout.

2.2.4 Tank Vent locations are indicated on CCGS Hudson Drawing HUD-Vents Version “0”

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications:

SPECIFICATION NO. 16-H011-015-1 Page 204 CCGS Hudson Dry-docking Spec 2016/17

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-03 “BUTTS & SEAMS” iv. HD-09 “P&S PROPULSION TAILSHAFTS AND PROPS” v. HD-18 “AFT VOID & TK TOP REPAIRS” vi. HD-23 “AFT COFFERDAM STEEL REPAIRS” vii. HD-32 “STERN TUBE BEARING INSTALLATION” viii. HD-33 “STERN TUBE SEAL INSTALLATION” ix. HD-37 “WIND & WATER SURVEY - LLOYDS” x. L-02 “FIRE DETECTION SYSTEM”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Lengkeek Guidance drawing J16017-A01 Key Plan

3.1.2 Lengkeek Guidance drawing J16017-S17-R0 Sheet 1 of 5 Aft Trim Tank Structural Repair Section Frame 1.

3.1.3 Lengkeek Guidance drawing J16017-S17-R0 Sheet 2 of 5. Aft Trim Tank Structural Repair Section Frames 2, 4, 6 & 8.

3.1.4 Lengkeek Guidance drawing J16017-S17-R0 Sheet 3 of 5. Aft Trim Tank Structural Repair Section Frames 3, 5 & 7.

3.1.5 Lengkeek Guidance drawing J16017-S17-R0 Sheet 4 of 5. Aft Trim Tank Structural Repair Watertight Bulkhead Frame 9.

3.1.6 Lengkeek Guidance drawing J16017-S17-R0 Sheet 5 of 5 Aft Trim Tank Structural Repair Center Line Washplate.

3.1.7 CCGS Hudson Drawing After end Framing 120.16

3.1.8 CCGS Hudson Drawing #001 Manhole Locations Layout

3.1.9 CCGS Hudson Drawing HUD-Vents Version “0”

3.1.10 Wasser MC-Miozinc 100 Product Description Sheet

SPECIFICATION NO. 16-H011-015-1 Page 205 CCGS Hudson Dry-docking Spec 2016/17

3.1.11 Wasser MC-Tar 100 Product Description Sheet

3.1.12 Wasser MC-Ballast Coat Product Description Sheet

3.1.13 Coatings- Wasser Paint Procedures

3.1.14 Wasser Moisture – Cured Urethane Ballast Tank Specification

3.1.15 Holdtight 102 Product Description Sheet

3.1.16 Easy Prep Technical Data Sheet

3.1.17 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements.

3.2 Standards and Regulations

3.2.1 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.2 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

3.2.3 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.3 Owner Furnished Equipment

N/A

4. Proof of performance:

4.1 Inspection

4.1.1 All welds must be inspected as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.2 All detected defects shall be cut out, re-welded and re-tested to the satisfaction of the Lloyds Surveyor and CGTA.

4.1.3 Contractor shall notify CGTA for a visual inspection before each coat of paint is applied.

SPECIFICATION NO. 16-H011-015-1 Page 206 CCGS Hudson Dry-docking Spec 2016/17

4.2 Testing

4.2.1 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1” The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.2.2 Prior to painting, the Aft Peak Tank shall be successfully hydrostatically tested in accordance with LLOYD’S requirements using fresh water. Test shall be witnessed by LLOYD’S Surveyor and CGTA.

4.2.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.2.4 Repaired areas shall be subjected to 100% Visual and Magnetic Particle Examination on completion of grinding

4.3 Certification

4.3.11 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.12 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.2 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training

SPECIFICATION NO. 16-H011-015-1 Page 207 CCGS Hudson Dry-docking Spec 2016/17

N/A

SPECIFICATION NO. 16-H011-015-1 Page 208 CCGS Hudson Dry-docking Spec 2016/17

HD- 40 – Tank Vent Head Replacements (SURVEY)

1. Scope:

1.1 The existing gooseneck vents are in an advanced state of corrosion due to the age of the vessel. It is no longer feasible to keep these units in a good state of repair. The intent of this spec is to remove the existing goose neck style vents and retrofit new WINTEB units. There are 67 vent heads in total that must be modified to attach a WINTEB 2000 HIAS (W2HIAS) style head. These heads will be GSM and will be suited for either a typical ANSI CL 150LBS flange connection or will be suited for a small flange fit, which is a custom vent head style from WINTEB.

1.2 All vents have been noted on Flag State Inspection Report dated 9 September 2016. Therefore, Contractor shall communicate with Lloyds Inspection service to coordinate any inspection objectives that the Class inspector may have for this scope of work.

2. Technical Description:

2.1 General

2.1.1 All Vent heads destined for replacement have been numbered as per the Ref Dwg –“Upper Deck Vents-Plan View”, which is a shipboard generated dwg to show these items.

2.1.2 All goose neck vent heads that shall be removed are indicated within the Reference Spread sheet by DWG Location number (as per line 2.1.1), Description and Pipe size. Title of Spread sheet is “Index of WINTEB VENTS”.

2.1.3 It is imperative that Contractor mount the proper head to the required index location due to colour coding of the head and the mounting of internal screens required for a particular vent service.

2.1.4 Contractor shall coordinate any associated hotwork to effect the replacement of any vent head spools with the gas free condition that tanks shall be given throughout the course of the refit. All tanks, voids, oil tanks and oily water tanks must be certified gas free -safe for hotwork prior to any hotwork being performed to repair Upper deck flange attachments. It is preferred that all current fitted fasteners at the Upper deck flange connection be cut with grinder equipped with cut-off wheel to lessen the risk of damage to the flange at the Upper deck level.

2.1.5 Vessel staff will assist the contractor to move liquids to storage totes provided by contractor or other tanks as the requirement is realized. Contractor to note that a possible quantity of 5000 litres of clean engine oil may require movement to clean totes for replacement of the vent at location #21 should the flange at the upper deck require hotwork to prepare the flange for new spool.

SPECIFICATION NO. 16-H011-015-1 Page 209 CCGS Hudson Dry-docking Spec 2016/17

2.1.6 Contractor shall include an allowance of 5000 litres of Oily sludge/water to be removed from tanks connected to vents at location 19, 23, and 33 prior to gas free operations being performed for these tanks.

2.1.7 Not all Upper deck flanges will require repair but the contractor must allow CGTA to inspect each Upper deck flange connection point to determine the extent of repairs required to properly attach new spool pieces. The amount of work involved for Upper Deck flange repairs is unknown at this time and shall be negotiated by PSPC 1379 as original gooseneck vents are released.

2.1.8 A known defect of the flange/pipe attachment for the vent at position number 59B shall be corrected by contractor. The 8 inch pipe is perforated and has been repaired with an internal patch at the intersection of the pipe with the Upper deck plating. This pipe must be replaced down to its first flange connection below deck level within cabin Number 66.

2.1.9 All required interference items to expose the vent line below deck level are the responsibility of contractor to remove and restore to “as delivered” condition once the vent line is fully repaired for the 59B position.

2.1.10 Vent pipe to be released from the flange below deck and the doubler ring at upper deck level being removed by arc-gouging method. This doubler arrangement shall be corrected by the fitting of a proper deck insert around the 8 inch pipe.

2.1.11 Vent pipe to be removed outboard and used to jig for replacement. The new spool to be fabricated as per original sample using schedule 80 seamless steel pipe. The exception being the portion of the pipe above deck level shall be modified to allow the vent head to gain a near vertical position as noted for the condition detailed at line 2.1.21.

2.1.12 A New INSERT ring of LR Grade “A”, ASTM A36 or CSA G40.21 Gd. 300W mild steel of same thickness as Upper deck plating shall seal the pipe to the upper deck plating; to be installed loose around the pipe and then the flat face 150lb flanges shall be welded into proper orientation.

2.1.13 Contractor shall blank both ends and perform Hydrostatic pressure test of the spool to 100psi for 30min. CGTA shall witness the test and inspect spool prior to insertion into the ship. All noted defects to be repaired by contractor and spool re-tested as required until pressure test is satisfied.

2.1.14 The new spool to be inserted into the deck hole from above and then contractor shall secure with new full face gasket (Buna N –Nitrile rubber 1/8 thick) and new zinc plated bolts of appropriate size into its fitted position at the lower flange. A backing bar method shall now be employed to allow sealing of the eight inch pipe to the upper deck plating with full penetration seal weld from the exterior side of the upper deck plating only.

2.1.15 All welds for the INSERT plate shall receive full NDT inspection – report to be received with completion of refit as per General Notes. Any defects discovered by NDT shall be corrected by contractor.

SPECIFICATION NO. 16-H011-015-1 Page 210 CCGS Hudson Dry-docking Spec 2016/17

2.1.16 CGTA to inspect pipe and insert prior to any application of coatings. Hose test to be applied for 5 minutes to the insert weld area at 60psi to check for leakage – CGTA to witness.

2.1.17 All disturbed steel for the Upper Deck (above and below) as well as the exterior of the spool above and below deck shall be prepared to SSPC-SP3 standard and receive 2 coats of Wasser MC-MIOZINC primer. No coating to be applied to any flange face.

2.1.18 Contractor can now progress to the further removals of fitted gooseneck vents. Upon removal of any gooseneck, contractor shall take precautions to prevent any ingress of dirt or water into vent lines –a loose fitted steel or wooden blank is suggested.

2.1.19 Contractor shall always take steps to prevent any debris falling into the vent line as work is performed. Any material used to stop the entrance of debris must be removed prior to the install of new spool and vent head. CGTA shall be given opportunity to inspect the vent line openings prior to final assemble.

2.1.20 Contractor shall note the height of the top of the arc for all existing gooseneck vents. This measure shall be the approximate overall height of the Winteb vent head and custom length spool in each case. Contractor shall discuss with CGTA all spool dimensions and any modifications to height prior to fabrication.

2.1.21 Some vent spools that are currently fitted in the bow area or the after deck area of the Upper deck level are witnessed to follow the flare of the bulwarks. In these cases, new spools that are fabricated for new WIN2000 HIAS heads must be designed to allow the vent head flange to be parallel with the upper deck plating. Contractor shall construct spools of welded segments to correct the mounting arrangement of the vent to the above noted condition.

2.1.22 Spools shall be fabricated from schedule 80 seamless carbon steel pipe for marine use. Contractor shall include in bid, the cost of: (a) 100 feet @ 2 inch pipe (b) 150 feet @ 2.5 inch pipe (c) 100 feet @ 3 inch pipe (d) 60 feet @ 4 inch pipe (e) 10 feet @ 6 inch pipe (f) 75 feet @ 8 inch pipe

2.1.23 All flanges for connection to the Upper deck mounting flange or the vent head flange shall be ANSI 150lb style, flat face-CSM.

2.1.24 Contractor shall note that there are 15 vent heads in total that are designated to be fitted with the small flange option due to space restrictions of the mounting location. In these cases the counter flange shall be supplied by WINTEB as GSM and must be welded to the upper end of the spool by contractor.

SPECIFICATION NO. 16-H011-015-1 Page 211 CCGS Hudson Dry-docking Spec 2016/17

2.1.25 All fasteners for connection of the spool flange to the Upper deck mounting flange shall be 316 stainless bolts or studs with stainless nuts -CSM.

2.1.26 Contractor shall supply all 316 stainless fasteners of appropriate diameter and length for the connection of the vent head to the spool. The isolation washers for the stainless bolts are included with each vent head kit. See Ref DWG –WIN2000 Installation Instuction

2.1.27 All gaskets for the connection of the spool to the Upper deck mounting flange shall be BUNA N-Nitrile rubber, full face @ 1/8 inch thickness -CSM. All gaskets for the connection of the vent head flange to the top of the spool are supplied with the WIN2000 HIAS head in all cases.

2.1.28 Each vent spool shall have a bracket fitted to accept an ID tag (1inch by 4 inch) for each vent spool. Suggest 1 x 1 x ¼ angle at 4 inch length to be welded to the side of the spool that is visible to ship operators, at the mid height level of the spool in each case. The label bracket shall be aligned with the vertical axis of the vent spool.

2.1.29 All welding shall be of continuous full penetration filet weld to the inner and outer diameter of all flanges welded to spool pipe. All General notes for welding to be observed for pipe welding.

2.1.30 Contractor is strongly advised to place a Welded label of stringer bead onto each welded spool that corresponds with its numbered location on the REF DWG - Upper Deck Vents-Plan View, to allow effective mounting of the spool to its custom location.

2.1.31 After fabrication of spools –each shall be tested by Hydrostatic test procedure as noted at line 2.1.13 and be witnessed by CGTA. Any weld defects to be corrected by contractor at contractor expense.

2.1.32 All spools shall now be prepared for coating application to SSPC-SP10 standard.

2.1.33 All spools shall receive the following coating application in a protected interior environment prior to install. Painting in place shall not be acceptable due to space restrictions in most all locations for vent spools (a) Two coats of Wasser MC MIO-ZINC primer at 3mil DFT per coat (b) One top coat of Wasser MC-Luster Grey –RAL colour code 7004 -3mil DFT (c) Face of flanges must be protected from paint and maintained as bare steel. (d) CGTA shall be extended the opportunity to inspect each spool for proper coating application prior to and following the final topcoat. (e) Any coating defects shall be corrected by contractor prior to spool install.

2.1.34 Once vent spools are painted, they shall be mounted into final positions and prepared to accept their designated WIN2000 HIAS vent head as per the Index of Winteb VENTS. Contractor must follow Ref DWG –WIN2000 Installation Instruction.

2.1.35 All disturbed steel in way of the spool mounting area shall be prepared to SSPC-SP3 standard and have two coats of Wasser MC-MIOZINC primer applied.

SPECIFICATION NO. 16-H011-015-1 Page 212 CCGS Hudson Dry-docking Spec 2016/17

2.1.36 Contractor shall mount the vent heads as per their numbered location using all new stainless fasteners and the gaskets/isolation washer kits provided for each vent head.

2.1.37 All work to be performed to the full satisfaction of CGTA.

2.2 Location

2.2.1 Upper deck level of the vessel from frame 1 to frame 218 on both the Port and stbd sides of the vessel. Against the exterior bulwarks and against the superstructure.

2.3 Interferences This work shall be done in conjunction with the following Specification Items: o HD-10 “BT VOID TANK INSPECTIONS” o HD-11 “ FUEL OIL TANKS SURVEY” o HD-13 “ SUPERSTRUCTURE BLASTING AND PAINTING” o HD-16 “SEA BAYS AND SEA CHESTS” o HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS o HD-18 “AFT VOID & TK TOP REPAIRS” o HD-19 “FWD PEAK TK STEEL REPAIRS” o HD-20 “FWD TRIM TK REPAIRS” o HD-21 “ASDIC COMPARTMENT & BILGE WELLS” o HD-22 “#1 DOUBLE BOTTOM TK (P&S)” o HD-23 “AFT COFFERDAM STEEL REPAIRS” o HD-24 “# 3 DOUBLE BOTTOM TK (P&S)” o HD-26 “HULL INSERT FRAMES 67-68” o HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” o HD-38 “ #6 D/B FUEL TANKS (P&S) CLEANING AND BLASTING” o Hd-39 “ AFT TRIM TANK STEEL REPAIRS”

2.3.1 All interference items within cabin 66 for work indicated at vent line position # 59B, which includes all removed insulation, shall be restored to an “as delivered” condition.

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing -- Upper Deck Vents-Plan View

3.1.2 Drawing -- WIN2000 Installation Instuction

3.1.3 Spreadsheet --- Index of WINTEB VENTS

SPECIFICATION NO. 16-H011-015-1 Page 213 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

See General notes for applicable Welding Standards

3.4 Owner Furnished Equipment

3.4.1 All Winteb 2000 HIAS vent heads as described within the “Index of Winteb Vent Heads”. A total of 67 heads, colour coded and designed for the particular space or tank service.

4. Proof of performance:

4.1 Inspection

4.1.1 CGTA will require inspection of repair areas, vent spools and applied coatings as indicated within section 2. Inadequate fabrication, weld defects or coating defects shall be corrected at the contractor’s expense.

4.2 Testing

4.2.1 Pressure testing of 8 inch spool as per line 2.1.13

4.2.2 Pressure testing of all vent spools as per line 2.1.13

4.2.3 Hose testing of the insert welding performed at line 2.1.16

4.2.4 Any voids, fuel or ballast tanks that are subject to pressure test for Lloyds approval following tank repairs shall have the new vent head spools included as part of the test. The new vent head to be removed and the new spool closed with a steel blank such that the tank is pressurized to the level of the new spool. CGTA must be informed of the opportunity to witness these tests in conjunction with all hydro static testing of tanks.

4.3 Certification 4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Mill certificates

5.1.1Mill Certs of all pipe procured by contractor for this specification.

SPECIFICATION NO. 16-H011-015-1 Page 214 CCGS Hudson Dry-docking Spec 2016/17

5.1.2 Certificate of calibration for any NDT testing equipment used for the scope of this specification.

5.3 Spares

N/A

5.2 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 215 CCGS Hudson Dry-docking Spec 2016/17

E-01 Sounding Plug Repairs 1. Scope:

The Intent of this specification is to replace the sounding tube deck insert fittings for the Fwd. Trim tank, Port Heavy Gear, Starboard Heavy Gear, Port Asdic space, Starboard Asdic space and the AV Gas Cofferdam. The Port Asdic space sounding pipe is broken below Upper deck level and needs repair.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Contractor shall remove the failed in service Sounding Tube deck inserts from the top of each sounding tube for locations C (Fwd. Trim), W1( Port Heavy Gear), W2 (Starboard Heavy Gear), V1 (Port Asdic Space), V2 (Starboard Asdic Space), and the P(AV Gas Cofferdam) locations. Port Asdic sounding tube must have further repair as a corroded section needs replacement below the upper deck level.

2.1.3 Contractor shall be required to work in confined space for one (Location P) of the work sites.

2.1.4 Contractor shall cut the sounding pipe at appropriate distance below the deck to remove the original threaded union connection and dress the pipe end for the fitting of a 2 inch MegaPress fitting with EPDM seal. Contractor will require rental of MegaPress Jaw system, vessel can supply Press tool. (A list of Viega distributors for Eastern Canada has been included in the Data Package attached)

2.1.5 Original sounding tube deck insert fitting to be removed by drilling out brass fasteners. New fittings are not drilled and shall be machined to accommodate the same bolt pattern found for each deck insert fitting location.

2.1.6 New 2“Pipe (seamless sch40) shall be installed between existing sounding tube and the new deck fitting. This spigot piece shall be threaded to accept the threads of the brass deck insert piece. Care is to be exercised when threading the new deck insert to the spigot pipe as the deck flange and threaded cylinder body are connected by means of silver solder joint. Teflon paste thread sealant for water shall be used for this threaded connection.

SPECIFICATION NO. 16-H011-015-1 Page 216 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 The deck plate under the insert flange shall be properly cleaned of all corrosion products and receive one coat of Wasser MC-MioZinc primer 3mil DFT. The deck fitting shall be properly bolted to the deck steel with new Buna-N rubber gasket (1/16” thick) between deck and brass fitting.

2.1.8 The sounding tube repair of the Port Asdic space – located in the Crew Lounge of the vessel. Contractor shall insert a repair section of pipe from deck insert to remaining sounding tube and thus reconnect the original pipe to the new deck insert. Contractor shall bid on a replacement length of 10 feet. The actual length of replacement shall be verified with CGTA before any repair is attempted.

2.1.9 All disturbed and new steel including the MegaPress fittings shall be prepared to SSPC-SP3 standard and receive 2 coats (CSM) of Wasser MIOZINC primer @ 3mil DFT per coat.

2.2 Location

2.2.1 Locations of all Sounding Tubes can be found on drawing “CCGS Hudson Sounding Tube Drawing shts 1-6”

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iii. HD-18 “AFT VOID & TK TOP REPAIRS” iv. HD-19 “FWD PEAK TK STEEL REPAIRS” v. HD-20 “FWD TRIM TK REPAIRS” vi. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” vii. HD-22 “#1 DOUBLE BOTTOM TK (P&S) viii. HD-23 “AFT COFFERDAM STEEL REPAIRS”

SPECIFICATION NO. 16-H011-015-1 Page 217 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Sounding Tube Drawing shts 1-6

3.1.2 Wasser MC-Miozinc 100 primer Product Information sheet.

3.2 Standards and Regulations

3.2.1 N/A

3.3 Owner Furnished Equipment

3.3.1 New sounding tube deck inserts to be GSM (stock # 4730 - FA - C001607). Contractor to supply new brass fasteners to secure each head to the deck plate as per original fitted samples.

4. Proof of performance:

4.1 Inspection

4.1.1 Contractor shall notify CGTA for a visual Inspection of all newly installed sounding tube deck insert fittings prior to any crimping to the existing pipework.

4.1.2 Contractor shall notify CGTA prior to cutting length of pipe as described in para. 2.1.8.

4.2 Testing

4.2.1 The Contractor shall notify CGTA on the completion of the installation of the new sounding plugs for the following test. The Contractor shall insert an inflatable test plug in each sounding tube to extend below the repair area. This area shall then be filled with water for 15 minutes and all joints shall be checked for leaks. Any leaks shall be repaired by the Contractor and this test procedure conducted until all joints are confirmed tight.

4.3 Certification

4.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 218 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 N/A

5.2 Spares

5.2.1 N/A

5.3 Training

5.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 219 CCGS Hudson Dry-docking Spec 2016/17

E-02 Dresser Coupling Replacement 1. Scope:

The Intent of this specification is to replace all 10 inch style 38, Dresser Couplings that are failing in service for the Trimming main line of the Forward Trim and Forepeak tanks. These lines are routed through the Asdic Space area of the vessel.

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 A total of 5 Dresser couplings ,10 inch size, fitted to sch40 galvanized seamless pipe are failing in service for the Trimming lines that are routed through the Asdic space along the aft bulkhead at fr143, tank top level. One coupling is fitted to the trimming line for the Forepeak tank and the rest are fitted to the Forward trim tank line.

2.1.3 The Contractor shall drain as much water as possible from the piping prior to disconnecting the couplings.

2.1.4 The trimming lines in the Asdic space must be totally disassembled by cutting the bolts of each individual Dresser coupling.

2.1.5 Contractor shall unbolt the pipes from the deck head flange connection as well as the flange connection to the pipe tunnel (aft bulkhead of Asdic), on the port and starboard side of the Asdic space. The 4 flange faces to be cleaned to allow proper sealing with new gasket material.

2.1.6 Contractor shall include in their bid, the removal of 1m3 of waste water for disposal to account for leakage into the Asdic space.

2.1.7 Each piece of trimming line shall be viewed by CGTA and Contractor for defects. Contractor shall include an allowance of $10,000.00 in the bid price to account for pipe may be deemed unsuitable for re-install as a result of this inspection. This allowance will be used for any pipe material and fabrication costs as approved by CGTA.

2.1.8 Any new pipe sections that must be fabricated shall be hot dip galvanized prior to install in the system.

SPECIFICATION NO. 16-H011-015-1 Page 220 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 All Dresser couplings shall be prepared for install and placed onto pipe sections prior to lifting each piece into position. Any rough galvanizing material in the contact area of the seal rubber shall be buffed to a smooth flat profile.

2.1.10 Once all couplings are in place, the contractor shall lift the sections into position and tighten the coupling circumferential bolts in sequence so that no uneven forces are imparted to the sealing components.

2.1.11 Contractor shall re-attach the 4 flanges at the deckhead and aft bulkhead and shall install new gaskets of suggested 1/8 thickness, fabricated from DURLON® 8500 Aramid/Inorganic Fiber with NBR Rubber Binder,COMPRESSED SHEET GASKET MATERIAL. Suggested supplier is TTL Supply –78 Burbridge Ave, Dartmouth NS.

2.1.12 New Grade 5 fasteners (bolts, nuts, washers) which are zinc plated of same dimensions as original shall be used to re-bolt each flanged connection.

2.1.13 Never seize must be applied to all fasteners.

2.1.14 Once all couplings are fully installed and tightened, the Trimming line system shall be tested in presence of CGTA. All locks and blanks to be verified as removed. See section 4.

2.2 Location

2.2.1 Asdic Space is located between frames #143 to #156.

2.3 Interferences

2.3.1 To be determined by contractor at vessel viewing prior to biding. Any interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items. All items to be re-installed as per original condition. Contractor is responsible for all insulation requirements such that any insulation that is removed shall be restored to a new condition prior to work completion

2.3.2 This work shall be carried out in conjunction with the following Specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-08 “TRANSDUCER INSPECTIONS” iii. HD-11 “FUEL OIL TKS - SURVEY” iv. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” v. HD-22 “#1 DOUBLE BOTTOM TK (P&S) vi. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” vii. L-02 “FIRE DETECTION SYSTEM”

SPECIFICATION NO. 16-H011-015-1 Page 221 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.2 CCGS Hudson Drawing H-11-051 Sht 5 of 5 Lower, Below Lower & tank top decks

3.2 Standards and Regulations

3.2.1 See General Notes section 1.2.2 Supplementary Documentation.

3.3 Owner Furnished Equipment

3.3.1 All couplings will be GSM

4. Proof of performance:

4.1 Inspection

4.1.1 The Contractor shall notify CGTA when the piping is disconnected and ready for inspection. CGTA will determine if any of the removed sections of piping require replacement.

4.2 Testing

4.2.1 The contractor shall request the ship staff to fill the forward trim tank and forepeak tank of the vessel through the upper deck vent connections by use of fire hose pressurized from dock supply.

4.2.2 Constant monitoring of the filling process shall be maintained to verify that the tanks being filled are constantly venting and that water supply can be shut down immediately if any leaks are detected.

4.2.3 The Forepeak valve shall be unlocked and fully opened.

4.2.4 Once tanks are filled to maximum volume, the trimming line for each tank shall be inspected by CGTA and Contractor as a liquid head will be present. Any noted defects shall be repaired at contractor expense.

4.2.5 Vessel staff will now assist the contractor and will operate the Trimming pump in both supply and discharge operation for each tank. Any noted defects for this test shall be the responsibility of the contractor to correct.

4.2.6 This testing regime shall be repeated until all leaks are corrected for each coupling repair area.

SPECIFICATION NO. 16-H011-015-1 Page 222 CCGS Hudson Dry-docking Spec 2016/17

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

N/A

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 223 CCGS Hudson Dry-docking Spec 2016/17

E-03 Fuel Tank Valves 1. Scope:

The intention of this specification is to overhaul and test the fuel valves identified below. 2. Technical Description:

2.1 General

2.1.1 The following fuel oil tank isolation valves shall be overhauled:

i. #1 Port DB 3” suction/discharge screw lift

ii. #1 Stbd DB 3” suction/discharge screw lift

iii. #2 Port DB 2 ½” suction/discharge screw lift

iv. #2 Stbd DB 2 ½” suction/discharge screw lift

v. #3 Port DB 2 ½” suction/discharge screw lift

vi. #3 Stbd DB 2 ½” suction/discharge screw lift

2.1.2 Valve removals shall take place after tank has been stripped out as far as possible with ship’s fuel oil transfer system. Manifolds shall be worked in-situ. 2.1.3 Each valve shall be tagged as to its location and orientation with a brass metal stamped tag. Location from which the valve has been removed from shall also be tagged with a brass metal stamped tag.

2.1.4 Prior to removal the valve(s) will be exercised. Any defects in the operation of the valve/spindle arrangement’s operation shall be noted and signed off by Contractor and CGTA.

2.1.5 Any parts and fittings shall be, identified as to location, secured against loss and retained for reassembly. All fasteners shall be renewed. New fasteners shall be NC mild steel. 2.1.6 Valves disconnected and removed to shop for inspection and overhaul.

2.1.7 Contractor shall collect all diesel fuel in the lines and dispose of the same during removal process.

SPECIFICATION NO. 16-H011-015-1 Page 224 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 Flanges in way of the removed valves shall be cleaned and inspected for defects. All defects shall be immediately to be brought to the attention of CGTA. Flanges shall be fitted with steel blanks, complete with gaskets and fasteners.

2.1.9 Valve disks and seats shall be lapped, and valves reassembled using new packing suitable for diesel fuel oil use.

2.1.10 Valves shall be returned and installed in their original locations. Valves shall not be installed until all inspections are completed.

2.1.11 Valves shall be re-installed using new 3/32” thick diesel oil fuel gasket material.

2.1.12 Any defects will be corrected on approval from CGTA using PWGSC 1379 action.

2.2 Location

2.2.1 #1 Port DB located in the Engine room Frame #114 Port 2.2.2 #1 Stbd DB located in the Engine room Frame #114 Stbd 2.2.3 #2 Port DB located in the Engine room Frame #114 Port 2.2.4 #2 Stbd DB located in the Engine room Frame #114 Stbd 2.2.5 #3 Port DB located in the Engine room Frame #95 Port 2.2.6 #3 Port DB located in the Engine room Frame #95 Port

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items are to be determined by contractor at vessel viewing prior to biding. Any and all interference items are to be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 225 CCGS Hudson Dry-docking Spec 2016/17

2.3.2 This work shall be carried out in conjunction with the following Specification Item:

i. HD-01 “DOCKING & UNDOCKING”

ii. HD-02 “UNDERWATER HULL”

iii. HD-11 “FUEL OIL TKS - SURVEY”

iv. HD-17 “#4 D/B PORT & STBD TK REPAIRS

v. HD-22 “#1 DOUBLE BOTTOM TK (P&S)

vi. HD-24 “# 3 DOUBLE BOTTOM TK (P&S)

vii. HD-37 “WIND &WATER SURVEY - LLOYDS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Drawing #A-4 CCGS Hudson Capacity Plan

3.2 Standards and Regulations

3.2.1 N/A

3.4 Owner Furnished Equipment

3.4.1 N/A

4. Proof of performance:

4.1 Inspection

4.1.1 Contractor shall notify CGTA 24 hours prior to operational test all valves to ensure that it can be witnessed. A copy of the sign off sheet shall be provided to CGTA within 24 hours after the test has been conducted.

SPECIFICATION NO. 16-H011-015-1 Page 226 CCGS Hudson Dry-docking Spec 2016/17

4.1.2 All valves shall be opened up. All parts shall be cleaned and laid out for inspection. CGTA shall be notified when valves are available to be inspected. At this inspection all parts to be replaced shall be identified.

4.2 Testing

4.2.1 N/A

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Each valve shall have a separate work sheet generated. All inspection notes, repairs, etc. shall be indicated on the work sheet. Contractor shall note how many turns of packing are removed from each valve. All work sheets shall be turned over to CGTA, in type written form upon completion of work.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 227 CCGS Hudson Dry-docking Spec 2016/17

E-04 Engineroom Piping(CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 228 CCGS Hudson Dry-docking Spec 2016/17

E-05 Fixed Fire Fighting Systems Inspections 1: Scope:

The intention of this specification is for the Contractor to perform the Annual Inspection and certification of the vessels fixed firefighting systems. 2: Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, Labour, equipment, and transportation to accomplish this work.

2.1.2 The fixed fire systems must be checked every month. The monthly inspection should include, but is not limited to the following list: • conduct a visual inspection of all parts, looking for damage and corrosion • check for obstructions or activation of pull wires or solenoid activators • ensure tamper-proof tags are present and intact (green tags) • ensure seals and pins are in appropriate configuration • on galley system check:

o pressure is in proper range o control head is set o fusible links above stove are good o plugs are in place o activator handle clear and unused • initial inspection card attached to system (if equipped) • if instructions are posted, ensure that they are legible and complete 2.1.3 An annual inspection is required, and will be performed by a certified service agent. 2.1.4 Every 12 years, fixed system cylinders must be hydrostatically tested by a certified service agent.

SPECIFICATION NO. 16-H011-015-1 Page 229 CCGS Hudson Dry-docking Spec 2016/17

2.1.5 The systems to be serviced are comprised of the following:

Cylinder Location Space Protected Type / Quantity Time Delay Release Unit Last Hydro Next Hydro /Manual Remote Release

Main E/R

CO2 CO2 Room Motor Rm 26 x 75 lb. Bridge (Delay) CO2 Room 2015 2027 (Delay) Hangar

Galley Main Galley Range Wet Chem 4 gallon Alleyway outside Galley 2011 2023 Deck. (Manual)

Paint Locker CO2 (Fwd. Work Paint Locker 1 x 20 lb. Outside space (Manual) 2015 2027 Area)

Paint Stores Paint Stores CO2 Local Alleyway by fridges 2015 2027 (Field Stores) 1 x 75 lb. Hydraulic Hydraulic CO2 Outside space (Manual) 2007 2019 Crimper Room Crimper Room 1 x 10 lb. MCR Generators / CO2 Local 2011 2023 Motors 3 x 75 lb. Emergency CO2 Cross Breezeway at cylinder Boat Deck Generator Room 1 x 75 lb. 2015 2027 Locker Battery Room CO2 Cross Breezeway at cylinder 2016 2028 1 x 15 lb.

FRC-Inside FM200 On STBD side of center Engine Space 2012 -- Steering Console 1 x 6.5lbs console.

2.1.6 C02 Room (Engine Room, Motor Room, and Helicopter Hanger) – 26 x 75 lb. CO2. Pull cords, electric alarms, pressure operated sirens, time delays, directional valves, stop valves, piping and nozzles shall be inspected, proven clear, and tested. Dry compressed air or nitrogen is to be used.

2.1.7 Galley – 1 x 4 IG WHDR 400. The pull cord and appliance shut down shall be inspected and tested. Five new (01) fuse links shall be supplied and installed. Piping and nozzles shall be inspected and proven clear with dry compressed air or nitrogen.

2.1.8 Paint Locker (fwd. work area) – 1 x 20 lb. CO2. The explosive squibb, pressure switch, siren, and heat detector shall be inspected and tested as per requirements. The piping and nozzles shall be inspected and tested with dry compressed air or nitrogenLower

SPECIFICATION NO. 16-H011-015-1 Page 230 CCGS Hudson Dry-docking Spec 2016/17

2.1.9 Paint Locker (field Stores) – 1 x 20 lb. CO2. The explosive squibb, pressure switch, siren, and heat detector shall be inspected and tested as per requirements. The piping and nozzles shall be inspected and tested with dry compressed air or nitrogen.

2.1.10 Hydraulic Workshop – 1 x 15 lb. CO2. The pull cord is to be tested as per requirements. The piping and nozzle is to be inspected and tested with dry compressed air or nitrogen.

2.1.11 MCR, Propulsion Motors and propulsion Generators – 3 x 75 lb. CO2. The electric solenoid, electrical directional valves, pressure switch, heat detectors, piping, and nozzles shall be inspected, proven clear, and tested. Dry compressed air or nitrogen is to be used.

2.1.12 Emergency Generator Room – 1 x 75 lb. CO2. The pull cord, pressure switch, and 30 second time delay, and siren shall be inspected and tested as per requirements. The piping and nozzles shall be inspected and tested with dry compressed air or nitrogen.

2.1.13 Battery Room – 1 x 20 lb. CO2. The pull cord is to be tested as per requirements. The piping and nozzle is to be inspected and tested with dry compressed air or nitrogen.

2.1.14 Contractor shall notify Chief Engineer prior to each system being disabled for servicing and inspection. Contractor will also advise Chief Engineer when each system is back in service.

2.1.15 A ship’s representative will be assigned to Contractor to aid in system and component location and to witness the service and testing. Contractor shall give Chief Engineer 24 hours’ notice prior to beginning of work so that a ship’s representative can be planned for.

2.1.16 The Contractor shall notify CGTA of any defects. On CGTA approval all defects shall be repaired under PW GSC 1379 Adjustment.

SPECIFICATION NO. 16-H011-015-1 Page 231 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 C02 Room – Located on the Main Deck Starboard Side between Frames 15 – 20.

2.2.2 Galley – Located on the Main Deck amidships between Frames 125-131.

2.2.3 Paint Locker (fwd. work area) – Located on the Lower Deck Starboard side between Frames 183 188.

2.2.4 Hydraulic Workshop – Located on the Lower Deck Port side between frames 136 – 143.

2.2.5 MCR – Located in the Engine Room fwd. between frames 102 – 115.

2.2.6 Emergency Generator Room – Located on the Boat Starboard side between frames 95-105.

2.2.7 Battery Room – Located on the Boat Deck Port side between frames 95 – 100.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items: i. HD-18 “AFT VOID & TK TOP REPAIRS” ii. HD-19 “FWD PEAK TK STEEL REPAIRS” iii. HD-20 “FWD TRIM TK REPAIRS”

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Drawing H-11-051 sht 3 of 5 Wheelhouse top, Bridge and Boat decks

3.1.2 CCGS Hudson Drawing H-11-051 sht 4 of 5 Upper and Main Decks

3.1.3 CCGS Hudson Drawing H-11-051 sht 5 of 5 Lower, below Lower and Tank Top decks

3.2 Standards and Regulations

N/A

SPECIFICATION NO. 16-H011-015-1 Page 232 CCGS Hudson Dry-docking Spec 2016/17

3.3 Owner Furnished Equipment

N/A

4: Proof of performance:

4.1 Inspection

4.1.1 Contractor shall notify CGTA of any defects as soon as they are discovered.

4.2 Testing

4.2.1 All testing and repairs shall form part of the final Report.

4.3 Certification

4.3.1 Contractor and or sub-contractor working on the Fixed Fire Fighting Systems Inspections must be licensed and certified as an approved Authorized representative. 5: Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 All service results and reports and Certificates shall be recorded in type written format, and the results shall be turned over to CGTA.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 233 CCGS Hudson Dry-docking Spec 2016/17

E-06 Ventilation Ductwork and Fan Cleaning 1: Scope:

The intention of this specification is for the Contractor to clean all ductwork, fans, intake plenums, recirculation plenums, louvers and dampers associated with the following shipboard ventilation systems described below. 2: Technical Description:

2.1 General

2.1.1 The following Ventilation Systems shall be cleaned:

Fan Location

Accommodation Supply Fan #1 Bridge Deck Port Frames 90-93

Accommodation Supply Fan #2 Boat Deck Port Frames 76-82

Accommodation Supply Fan #3 Boat Deck Starboard Frames 76-82

Crew’s Laundry Supply Fan #8 Main Deck Aft

Galley & Pantry Supply Fan #9 Lower Deck Starboard Frames 136-140

Toilet Exhaust Fan, Main & Lower Deck Bridge Deck Frame 40-42

Toilet Exhaust Fan, Upper, Boat & Bridge Deck Wheel House Deck Frames 125-127

Laundry Exhaust Fan #15 Aft Deck Frames 4-5

Galley and Pantry Exhaust Fan #14 Upper deck Starboard Frames 104-106

Paint Locker Exhaust Fan Lower Deck Port Frames 181-183

Table E-06-1

2.1.2 Ductwork between heaters and space outlets shall be cleaned as well as all other ductwork associated with the above noted systems. The three (3) accommodation fans located on Bridge and Boat Decks supply all the ships’ accommodation air supply. Each of these units has an electric heating system and a cooling system, which run off chillers

2.1.3 All intake and discharge fixtures shall be removed and cleaned.

SPECIFICATION NO. 16-H011-015-1 Page 234 CCGS Hudson Dry-docking Spec 2016/17

2.1.4 All re-circulating air intake plenum intake screens shall be removed and cleaned.

2.1.5 All re-circulating and fresh air intake louvers shall be cleaned and free operation proven. All louver gates shall be lubricated with suitable aerosol product. Any defects with operation of the gates shall be brought to the attention of CGTA.

2.1.6 Operation of all fire dampers, in all ductwork, shall be proven correct and witnessed by CGTA. Signage for each fire damper shall be verified as correctly identifying open and closed position of each respective damper.

2.1.7 All galley exhaust ductwork, and fan, shall be completely degreased by suitable means. Any removed sludge/residues shall be properly disposed of by Contractor. Fan shall be electrically isolated, disconnected and removed from air ducting to facilitate cleaning and inspection.

2.1.8 Existing access patches in ductwork shall be used. If additional access openings are required to enable a full and proper job, Contractor will be responsible for making same. All new and disturbed openings in ductwork, on completion of cleaning, shall be closed and sealed with approved fire rated materials. Plastic plugs and/or flammable sealants shall not to be used. Any existing, non-fire rated materials found in use for such applications shall be replaced with proper, approved materials by Contractor.

2.1.9 During all phases of the cleaning operation, Contractor will provide supervisory personnel to accompany employees at all times while working in vessel’s accommodation areas and cabins.

2.1.10 All accumulated dirt, debris, and cleaning materials and solvents shall be removed from the vessel and disposed of in an approved manner according to pertinent regulations.

2.2 Location

2.2.1 Fans units are Located in locations as stated in Table E-06-1 of section 2.1.1 of this specification.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

SPECIFICATION NO. 16-H011-015-1 Page 235 CCGS Hudson Dry-docking Spec 2016/17

2.3.1 This work shall be carried out in conjunction with the following Specification Items: i. HD-19 “FWD PEAK TK STEEL REPAIRS” ii. HD-20 “FWD TRIM TK REPAIRS” iii. E-05 “FIXED FIRE FIGHTING SYSTEMS” iv. L-02 “FIRE DETECTION SYSTEM”

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Mechanical HVAC Arrangements Drawing #219098-501-S001

3.1.2 Mechanical HVAC Arrangements Drawing #219098-501-S002

3.1.3 Mechanical HVAC Arrangements Drawing #219098-501-S003

3.2 Standards and Regulations

3.2.1 All ductwork shall be cleaned by a combination of mechanical/pneumatic/vacuum methods in full conformance with applicable industry standards, NADC 2002 or better.

3.3 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

4.1.1 The Contractor shall notify CGTA for a visual inspection of each of the ventilation and exhaust systems identified in this specification after cleaning is completed and before any system is sealed up.

4.1.2 A four (4) hour notice must be given by the Contractor to CGTA prior to any and all inspections.

4.1.3 This inspection will form part of CCG test and inspection plan delivered under.

4.2 Testing

N/A

4.3 Certification

N/A

SPECIFICATION NO. 16-H011-015-1 Page 236 CCGS Hudson Dry-docking Spec 2016/17

5: Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor shall provide a Report on completion of all work indicating the Systems that were cleaned, method of cleaning, the state of cleanliness of each system, and any defects noted and corrected during the scope of work. Two (2) copies of this Report in paper format and one (1) copy in a PDF format shall be provided to CGTA.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 237 CCGS Hudson Dry-docking Spec 2016/17

E-07 Galley Ranges, Grills, Bake Ovens, Range Hood and Broiler 1. Scope:

Contractor shall clean and degrease the internals and externals of two (2) galley range/grill assemblies, range hood and one (1) broiler. The externals of two (2) deep fat fryers shall be cleaned. 2. Technical Description:

2.1 General

2.1.1 The range/grill assemblies shall be let go, moved and disassembled as required to access all areas to be cleaned.

2.1.2 All surfaces shall be completely cleaned and degreased to a standard suitable for food preparation. WHMIS sheets shall be supplied by the Contractor for all Cleaners and solvents used in this specification.

2.1.3 The grill tops shall be lifted and the exposed spaces shall be cleaned and degreased as per paragraph 2.1.2. All wiring and connections shall be inspected for damage and loose connection.

2.1.4 The two bake ovens shall be cleaned and degreased as per paragraph 2.1.2. All wiring and connections shall be inspected for damage and loose connection.

2.1.5 The deep fat fryers shall be let go moved, and the external surfaces cleaned.

2.1.6 Any deficiencies will be brought to the attention of CGTA. Any repairs required must be authorized by CGTA and will be completed with a 1379 action.

2.1.7 On completion of CGTA inspection all units shall be reassembled and reinstalled as per original condition and location.

2.1.8 All dirt, debris, cleaning supplies etc. shall be removed and disposed of by the contractor in an approved manner.

2.1.9 The galley area where the work is to be done is to be turned back over to the ship in a condition as clean as it was made available to the Contractor. CGTA approval will be required prior to acceptance.

2.1.10 Any defects noted during the scope of work shall be immediately brought to the attention of the CGTA. On approval of CGTA any defects shall be completed under a PSPC 1379 action.

SPECIFICATION NO. 16-H011-015-1 Page 238 CCGS Hudson Dry-docking Spec 2016/17

2.1.11 All work to be completed to the satisfaction of CGTA.

2.2 Location

2.2.1 The range equipment is located in the Galley on the Main Deck between Frames 125 to 133.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items:

i. E-06 “VENTILATION CLEANING” ii. L-02 “FIRE DETECTION SYSTEM” 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 N/A

3.2 Standards and Regulations

3.2.1 N/A

3.3 Owner Furnished Equipment

3.3.1 N/A 4. Proof of performance:

4.1 Inspection

4.1.1 On completion of all disassembly and cleaning the Contractor shall notify CGTA and a visual inspection shall be performed by CGTA.

SPECIFICATION NO. 16-H011-015-1 Page 239 CCGS Hudson Dry-docking Spec 2016/17

4.2 Testing

4.2.1 All controls and thermostats shall be inspected and functionally tested for correct operation by the Contractor.

4.2.2 The Contractor shall take and record meggar readings on all circuitry.

4.2.3 On completion of all work the Contractor shall notify CGTA who will witness the verification of correct operation of all thermostats and controls.

4.3 Certification

4.3.1 N/A 5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor shall provide CGTA a PDF copy and 2 (two) paper copies of all meggar readings and a description of all work completed included any and all defects noted and repaired.

5.2 Spares

5.1.1 N/A

5.3 Training

5.3.1 N/A

SPECIFICATION NO. 16-H011-015-1 Page 240 CCGS Hudson Dry-docking Spec 2016/17

E-08 Bilge Cleaning

1. Scope:

The intention of this specification is to clean the bilge, bilge wells, under deck piping, and under deck structure in the Engine Room and the Motor Room of all dirt, water, oil, fuel, sludge, and debris. 2. Technical Description:

2.1 General

2.1.1 This work shall commence when all other spec items and work have been completed in the engine Room and Motor Room.

2.1.2 The contractor is responsible for all materials, labour, and equipment required to carry out the work. All certificates required to work in the bilges will be to the contractor’s account. Re-certification of the spaces will also be to the contractors account.

2.1.3 Contractor to protect mechanical and electrical equipment from damage as required.

2.1.4 All solid debris and fluids in the bilges shall be removed and disposed of by the contractor.

2.1.5 The bilges, bilge wells, piping, and structure shall be pressure washed using hot water and degreaser. All fluids generated in the process along with dirt, debris, sludge, oil etc. that are loosened shall be removed and disposed of by the contractor.

2.1.6 All damage to piping, equipment, cabling etc. will be corrected by the contractor.

2.1.7 All work to be to the satisfaction of the CGTA.

2.2 Location

2.2.1 The Engine Room bilges are located between Frames #70 to #100.

2.2.2 The Motor Room bilges are located between Frames #51 to #70.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items

SPECIFICATION NO. 16-H011-015-1 Page 241 CCGS Hudson Dry-docking Spec 2016/17

shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-05 “MAIN SEA STRAINERS” iii. HD-07 “CATHODIC & SEA BAY ANODES” iv. HD-11 “FUEL OIL TKS - SURVEY” v. HD-16 “SEA BAYS AND SEA CHESTS” vi. HD-17 “#4 D/B PORT & STARBOARD TK REPAIRS vii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 N/A

3.2 Standards and Regulations

3.2.1 All work to be completed to the satisfaction of the CGTA.

3.3 Owner Furnished Equipment

3.3.1 N/A 4. Proof of performance:

4.1 Inspection

4.1.1 On completion of all work the Contractor shall notify CGTA to conduct a visual inspection of all cleaned areas indicated in this specification. All areas not properly cleaned will be redone by the Contractor at their expense.

4.2 Testing

N/A

4.3 Certification

N/A

SPECIFICATION NO. 16-H011-015-1 Page 242 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

N/A

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 243 CCGS Hudson Dry-docking Spec 2016/17

E-09 Miranda Davit Survey 1: Scope:

The intention of this specification is to conduct a 5 year Lloyds survey to the Miranda Davit and completely strip and paint all components. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work unless otherwise stated.

2.1.2 Contractor shall obtain the services of a qualified Schat-Harding Field Service Representative. Contractor shall provide all equipment, hardware, personnel, etc to carry out the required work under the direction and guidance of the FSR. Contractor shall obtain certification for the FSR from Schat- Harding.

2.1.3 Contractor shall include an allowance of $15,000 for to cover expenses of a Schat-Harding FSR. The FSR will be reimbursed for the authorized travel and living expenses reasonably and properly incurred in the performance of the work. Allowance shall form part of the overall bid and shall be adjusted by 1379 action upon proof of final invoice.

2.1.4 FRC will be in davit when the vessel arrives for refit. Contractor shall remove FRC boat from davit. Contractor will store FRC in Contractor fabricated chocks suitable for the boat. FRC will be protected against the weather, damage, paint and dirt/debris during the refit period.

2.1.5 Contractor will remove FRC cradle from davit. Cradle shall be disconnected from its winch cables and gripes and removed ashore for dismantling, cleaning, sandblasting, inspection, required repairs, painting, and reassembly. Removed wires will be properly disposed of by Contractor. Gripes will be turned over to CGTA along with all hardware associated with wires and gripes.

2.1.6 Twenty (20) roller assemblies shall be checked for their ability to turn without binding. All rollers that have difficulty turning are to be brought to the attention of CGTA prior to disassembly. Roller assemblies fitted to cradle shall be identified as to location and removed from cradle. Rollers, pins and bushings are to be solvent cleaned. Greaseways shall be proven clear. All components shall be inspected for wear and damage. Rollers shall be checked for ovality. Once all required work is completed they shall be safely secured against damage, ingress of foreign material and loss.

SPECIFICATION NO. 16-H011-015-1 Page 244 CCGS Hudson Dry-docking Spec 2016/17

2.1.7 Cradle shall be cleaned and commercial blast to SSPC-SP-6 standard. Care is to be taken to protect the internal threads used to secure roller pins. Once grit-blasting is complete, sixteen (16) weld joints shall be checked for cracks using the “dye penetrant” method. Typewritten report of all findings shall be turned over to CGTA.

2.1.8 Contractor shall include preparation and repairs to 10 bead feet of weld as part of their bid submission. Contractor shall include a unit cost per foot of preparation and weld repair. Any additional repairs to cradle structure will be done under PWGSC 1379 action.

2.1.9 On completion of all repairs the cradle shall be primed with two (2) coats of Wasser miozinc primer and topcoat of Wasser MC-luster applied by manufactures specifications.

2.1.10 Cradle shall be reassembled and all roller grease fittings shall be lubricated with UNIREX EP2 grease.

2.1.11 All eleven (11) sheaves and sprung sheave unit shall be removed along with their associated pins. Pins and sheaves shall be solvent cleaned and inspected for wear and defects. All running surfaces shall be checked for wear and ovality. All greaseways shall be proven clear and all components are to be reassembled.

2.1.12 All sheaves are to be prepped and painted Red MC- Luster as per Wasser Instruction sheet.

2.1.13 Heel or pivot pins for the Davit are to be removed, inspected and measured. All readings shall form part of the final Report outlined in Section 5 Deliverables.

2.1.14 All components of the Davit and associated parts shall be cleaned and prepped to a SSPC-SP6 surface condition and coated as per Wasser paint system:

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. III. An intermediate coat of MC-CR White (DFT 3-5mil) IV. A topcoat of MC Luster 100 –RAL 9003 White (DFT 3-5mil) for all areas normally painted white. V. A topcoat of MC Luster 100 –RAL 9004 Black (DFT 3-5mil) for all components that are normally painted black. VI. A topcoat of MC Luster 100 – Safety Red (DFT 3-5mil) for all components that are normally painted Red

2.1.15 Sheaves and pins shall be reassembled with running surfaces pre-lubricated. Grease is to be applied through the grease fittings until its passage through pins to bushings is evident. UNIREX EP2 grease will be used.

SPECIFICATION NO. 16-H011-015-1 Page 245 CCGS Hudson Dry-docking Spec 2016/17

2.1.16 New GSM wires along with original gripes shall be attached according to the manufacturer’s instructions. Reeving plan is attached. Contractor shall adjust wire ropes in accordance with FSR’s instructions.

2.1.17 Contractor shall note the following bullets when new wires are installed. a. Center wire connection that attached to cradle is not a standard fitting and it is not to be used for any other location. b. Center wire is a guide wire and it must not take load of cradle. c. Shortest wire is located at winch end. d. Location of Rotary Limit Valve (over hoist protection) will need to be adjusted after new wires are fitted.

2.1.18 Cradle travel and upper stopping position shall be adjusted in accordance with FSR’s instructions.

2.1.19 Centrifugal brake, disc brake, and sprag clutch shall be removed from winch arrangement for survey. These units are to be disassembled, cleaned, and laid out for LLOYD’S inspection. Following inspection, units shall be reassembled and re-installed in winch. Details of brakes and clutch are shown on drawing # 407029 “SECTIONAL ARRANGEMENT OF BRAKE UNIT”.

2.1.20 Winch gearbox shall be drained and oil disposed of according to regulations. Approximately 8.5 L of gear oil is to be drained from winch gearbox. Gearbox shall be cleaned after components requiring inspection have been removed. Gear train shall be removed from gearbox. Each sub assembly shall be cleaned and examined for wear and defects. Details of winch’s gearbox are shown on drawing # S711550 “SECTIONAL ARRANGEMENT OF WINCH TYPE BHY 5300”. Internals shall be solvent sprayed to remove any deposits. Only lint free clothes shall be used in any wiping within gearbox. After all cleaning is complete and subassemblies are reinstalled, gearbox shall be refilled with new 8.5 L of Sparten EP 150 gear oil. All gaskets shall be suitable for application.

2.1.21 Hydraulic motor and pumps shall be removed and serviced by FSR approved hydraulic service center. Units shall be opened up for cleaning and inspection. Upon completion of any required repairs, units are to be reassembled and bench tested. Any parts required for hydraulic component inspection shall be covered under PWGSC 1379 action.

2.1.22 Hydraulic reservoir shall be drained and oil disposed of according to regulations. Approximately 320 L of hydraulic oil is to be removed from reservoir. Tank internals shall be solvent sprayed and wiped down with lint free rags only.

2.1.23 Reservoir will be boxed up after inspections by CGTA are completed, and then refilled with new 320 L of NUTO 32 hydraulic oil. All gaskets shall be renewed and suitable for the application.

2.1.24 Upon completion of a successful load test, FRC will be reinstalled and secured in davit.

SPECIFICATION NO. 16-H011-015-1 Page 246 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 Miranda davit is located on the port side of Boat Deck between frames 92 – 106.

2.3 Interferences

2.4.1 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items are to be determined by contractor at vessel viewing prior to biding. Any and all interference items are to be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.4.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iii. HD-37 “WIND & WATER SURVEY - LLOYDS” iv. E-10 “LIFEBOAT DAVITS” v. L-03 “ELECTRIC MOTOR REMOVAL AND INSTALL” 3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 The Davit is a “MIRANDA” Type MRT 3900. The winch is a Type BHY 5300

Manufacturer Contact Info: Umoe Schat-Harding Inc. Canada #120 - 20575 Langley By-Pass Langley, British Columbia V3A 5E8 Canada Tel: 1-604-530-0814 Fax: 1-604-530-0812 Contact: Sean Kasper Service Coordinator Email: [email protected]

3.1.2 Miranda Davit Drawing # S711550 “SECTIONAL ARRANGEMENT OF WINCH TYPE BHY 5300

3.1.3 Miranda Davit Drawing # 407029 “SECTIONAL ARRANGEMENT OF BRAKE UNIT”.

3.1.4 Miranda Cable Revving plan drawing

3.1.5 Wasser MC-Miozinc 100 Product Description Sheet

3.1.6 Coatings- Wasser Paint Procedures

SPECIFICATION NO. 16-H011-015-1 Page 247 CCGS Hudson Dry-docking Spec 2016/17

3.1.7 Wasser MC-Luster Product Description Sheet

3.1.8 Holdtight 102 Product Description Sheet

3.1.9 Easy Prep Technical Data Sheet

3.1.10 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.2 Standards and Regulations

3.2.1 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.3 Owner Furnished Equipment

3.3.1 CCG will be supplying Brake and Clutch parts, and new wires. 4. Proof of performance:

4.1 Inspection

4.1.2 Contractor shall call LLOYD’S inspection services when required. CGTA shall be notified prior to when inspections are to be done.

4.1.3 All Cradle rollers are to be witnessed by CGTA as to their ability to turn freely.

4.1.4 Hydraulic oil reservoir shall be inspected by CGTA after cleaning is completed and just prior to being boxed up.

4.2 Testing

4.2.2 The hydraulic pumps will be bench tested shall be witnessed by CGTA and FSR.

4.2.3 After all work is completed Davit system shall be load tested for LLOYD’S to obtain Survey Credit. SWL of davit is 3900 Kg. Proof load will be at 110% or 4290 Kg (9457.7 lbs).

4.2.4 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

SPECIFICATION NO. 16-H011-015-1 Page 248 CCGS Hudson Dry-docking Spec 2016/17

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Type written results of inspection and testing of the hydraulic pumps and motors shall be turned over to CGTA.

5.1.2 All pins and bushing measurements shall be recorded in type written format, and the results are to be turned over to CGTA, two (2) paper copies and one (1) PDF copy.

5.1.3 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing are to be submitted in report form to the CGTA.

5.1.4 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 249 CCGS Hudson Dry-docking Spec 2016/17

E-10 Lifeboat Davits Survey 1: Scope: The intention of this specification is to conduct a 5 year Lloyds survey to the Port and Stbd Lifeboat Davits and completely strip and paint all components.

(Contractor shall note that the Gearbox Winch Electric Motors are being removed as per specification L-03 Electric Motor Removals.)

2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work unless otherwise stated.

2.1.2 Contractor shall include an allowance of $12,000 for to cover expenses of a DERA Maritime FSR. The FSR will be reimbursed for the authorized travel and living expenses reasonably and properly incurred in the performance of the work. Allowance shall form part of the overall bid and shall be adjusted by 1379 action upon proof of final invoice.

2.1.3 Port and Stbd lifeboats shall be removed and safely stowed in Contractor supplied chocks. Ship’s crew shall indicate the lifting points on the lifeboats. NOTE: UNDER NO CIRCUMSTANCES ARE MOORING BITS ON LIFEBOATS TO BE USED AS LIFTING POINTS. Each boat weighs 3562 KG. Lifeboats shall be protected against weather, damage, ingress of abrasive blast debris, and paint overspray during the refit period.

2.1.4 Both port and Stbd davits and port and starboard davit gearboxes shall be overhauled, prepared and painted, however, only one davit will be described in this specification. All parts shall be identified as to their original location and orientation.

2.1.5 Davit arms shall be secured to davit frames with shipping pins and wires removed. Contractor shall remove davit winch wires. Removed wires are to be disposed of by Contractor. Gripes and wire connection devices will be removed and turned over to CGTA. New GSM gripe wires and connection devices and shackles will be installed uopn completion of work. Contractor will note the attached Reeving plan.

2.1.6 Release wire and pulleys shall be removed, cleaned, and laid out for Lloyds and CGTA inspection.

2.1.7 Davit arm/davit frame hinge pins (two each) shall be removed. Davit arms shall be removed ashore, cleaned and laid out for CGTA & Lloyds inspector.

SPECIFICATION NO. 16-H011-015-1 Page 250 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 Contractor shall test all welds and conduct NDE and NDT on both Davit arms as outlined in Section 4. Proof of Performance. Contractor shall include with their bid a unit cost for preparation and repair per foot of weld, any defects shall be addressed using PWGSC 1379 action.

2.1.9 All components of rigging system shall be removed, opened up, cleaned, and laid out for TCMS inspection. This shall include all components on davit frame, davit arm, and Boat deck. Each davit arm has five attached sheaves, one corresponding sheave affixed to a deck mounting, a running block, a gripe wire and fitting, a pick up chain and connection ring. Bitter end of wire on each forward davit arm is terminated to a turnbuckle arrangement complete with a turnbuckle turning preventor. Bitter end of wire on each aft davit arm is terminated in an “open-wedge socket” with two “Bulldog” clamps. Sheaves shall be inspected for bushing wear, and defects within the rim. All pins and bushes will be measured. All readings shall form part of the final Report outlined in Section 5 Deliverables.

2.1.10 All sheaves are to be prepped and painted Red MC- Luster as per Wasser Instruction sheet.

2.1.11 Once all inspections and any required repairs are completed, the Contractor shall grit blast all components to SP-SSPS-06 standard, and coat components with the following system detailed under section 2.1.15. Care shall be taken to prevent damage to any bushing arrangements during blasting. Contractor shall include davit arms and frames, sheaves, wire guards, open wedge sockets, running blocks, gripe connection triangle ring, pick up chains, and connection rings, as well as port and stbd gearboxes, covers, associated fitting and fasteners.

2.1.12 All components shall be cleaned and prepped to a SSPC-SP6 surface condition and coated as per Wasser paint system:

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. III. An intermediate coat of MC-CR White (DFT 3-5mil) IV. A topcoat of MC Luster 100 –RAL 9003 White (DFT 3-5mil) for all areas normally painted white. V. A topcoat of MC Luster 100 –RAL 9004 Black (DFT 3-5mil) for all components that are normally painted black. VI. A topcoat of MC Luster 100 – Safety Red (DFT 3-5mil) for all components that are normally painted Red VII. A topcoat of MC Luster 100 – Day Glow Orange (DFT 3-5mil) for all components that are normally painted orange, specifically the connection rings and running blocks. VIII. A topcoat of MC Luster 100 – Grey (DFT 3-5mil) for all components that are normally painted grey, specifically the pick-up chains.

2.1.13 After blasting is complete and prior to coating all existing grease fittings shall be removed and disposed of. All grease ways and galleries are to be solvent washed to remove all blasting grit and debris. New stainless steel grease fittings of the same type and size as original shall be installed.

SPECIFICATION NO. 16-H011-015-1 Page 251 CCGS Hudson Dry-docking Spec 2016/17

Grease fittings and exposed grease passages shall be protected and sealed off during the coating process. All protective coverings shall be removed after coating system has been completed.

2.1.14 Sheaves and pins shall be reassembled with running surfaces pre-lubricated. Grease is to be applied through the grease fittings until its passage through pins to bushings is evident. UNIREX EP2 grease will be used.

2.1.15 Both Port and Stbd Winch Gearbox assemblies shall be unbolted from their bases and taken ashore to be overhauled, inspected, prepared and painted. Bolts and all fasteners shall be mechanically cleaned.

Stbd Lifeboat Davit Winch and Gearbox Assembly (Port is identical).

2.1.16 Examination and testing of both Gearbox foundations shall be completed as specified in Section. 4 Proof of Performance.

2.1.17 Both Gearbox foundations and any new and disturbed steel shall be prepared to a SP-SSPS-06 standard and coated as described in section 2.2.15.

SPECIFICATION NO. 16-H011-015-1 Page 252 CCGS Hudson Dry-docking Spec 2016/17

2.1.18 Inspection covers shall be removed from each winch. Approximately 30 litres of “SPARTAN” EP100 gear oil shall be removed and disposed of by Contractor. Interior of gearbox is to be spray washed with an approved solvent. Solvent shall be removed and casing interior wiped dry with clean, lint free rags. Inspection covers and mating faces on winch casing shall be cleaned of debris and old sealing material.

2.1.19 Gearing shall be visually inspected for defects and wear. Clutch disks shall be removed, cleaned with an approved solvent, and inspected for wear, defects, and deformation. After all inspections and required repairs the gearbox shall be reassembled in good order, new oil added, and closed up with new gaskets suitable for intended purpose. Manufacturer’s information is attached.

2.1.20 On completion of all inspections, and painting Port and Stbd Gearboxes shall be brought aboard the vessel and bolted down to their foundations.

2.1.21 The Contractor shall reassemble the Port and Stbd Davit system on completion of all testing, inspections and painting. Lifeboats shall be brought aboard the Vessel and stowed in their respective places.

2.1.22 Remote operating wire shall be re-installed. A load test shall be performed for Lloyds requirement See Section 4. Proof of performance.

2.1.23 For testing of Davits see Section 4. Proof of Performance

2.2 Location

2.2.1 The Stbd Lifeboat Davit is located between frames 110-128 on the Stbd side Boat deck. The Port Lifeboat davit is located between frames 110-128 on the Port side Boat deck.

2.4 Interferences

2.3.1 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items are to be determined by contractor at vessel viewing prior to biding. Any and all interference items are to be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iii. HD-37 “WIND & WATER SURVEY - LLOYDS” iv. E-09 “MIRANDA DAVIT” v. L-03 “ELECTRIC MOTOR REMOVAL AND INSTALL”

SPECIFICATION NO. 16-H011-015-1 Page 253 CCGS Hudson Dry-docking Spec 2016/17

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Davits are: Make – ACEBI, Type – SPG, Model – II. They are gravity type, with independent arms. The davits and winches were supplied by the following:

DERA MARITIME INC. 17 Rue Chouinard phone: 1.514.919.3530 Repentigny, QC fax: 1.450.932.4530 J5Y 3S6 contact: Mr Yan Dejan Radman Email: [email protected] Original Supplier’s (Turmot/Fairwater Sales) order # NE-3135, 1988 Manufacturer’s Contract # 2845 - 2846

3.1.2 CCGS Hudson Lifeboat Reeving Plan

3.1.3 Acebi Lifeboat Davit and Winches Instruction Manual

3.1.4 Wasser MC-Miozinc 100 Product Description Sheet

3.1.5 CCGS Hudson Drawing H-11-051 Sht 1 of 5 Profile STBD SIDE

3.1.6 CCGS Hudson Drawing H-11-051 Sht 2 of 5 Profile PORT SIDE

3.1.7 Coatings- Wasser Paint Procedures

3.1.8 Wasser MC-Luster Product Description Sheet

3.1.9 Holdtight 102 Product Description Sheet

3.1.10 Easy Prep Technical Data Sheet

3.1.11 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.2 Standards and Regulations

3.2.1 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.3 Owner Furnished Equipment

3.3.1 CCG will be supplying Brake parts, and new wires.

SPECIFICATION NO. 16-H011-015-1 Page 254 CCGS Hudson Dry-docking Spec 2016/17

4. Proof of performance:

4.1 Inspection

4.1.1 Contractor shall call LLOYD’S inspection services when required. CGTA shall be notified prior to when inspections are to be done.

4.1.2 Contractor shall take measurements of all pins and bushings and provide a report as laid out in Section 5. Deliverables. Contractor shall ensure that the heel or pivot pins for the Davit are included in this inspection and measurement, as they have been missed in past inspections.

4.1.3 Gearbox oil reservoirs shall be inspected by CGTA after cleaning is completed and just prior to being boxed up.

4.1.4 Contractor shall notify CGTA when the Gearboxes are removed form their bases to conduct a visual examination of Port and Stbd gearbox foundations. Any steel repairs required shall be completed under a PWGSC 1379 action upon the approval of the CTGA.

4.2 Testing

4.1.1 All existing welds on Port and Stbd Davit arms shall be tested using dye penetrate.

4.1.2 The Contractor shall include in their bid price the cost of taking 100 Ultrasonic testing shots to the Davit arms and structure as indicated by Lloyds Inspector and CGTA.

4.1.3 All Port and Stbd Winch gearbox foundation welds shall be tested for cracks using Magnetic Particle Inspection.

4.1.4 The Contractor shall load test the Port and Stbd Lifeboat Davits under the direction of the FSR. Each boat shall be loaded with 4140 kg. Sand bags to be used for weights. Each Lifeboat shall be lowered and stopped in midair. Boats shall then be lowered with the Hydraulic release tested under tension.

4.1.5 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 255 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 Two (2) paper copies and one (1) PDF copy of the FSR’ complete report for all inspections, testing and observations.

5.1.2 All pins and bushing measurements shall be recorded in type written format, and the results are to be turned over to CGTA, two (2) paper copies and one (1) PDF copy. A sketch showing where measurements shall be taken and be provided to CGTA.

5.1.3 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing are to be submitted in report form to the CGTA.

5.1.4 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 256 CCGS Hudson Dry-docking Spec 2016/17

E- 11 Steering Gear Linkages (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 257 CCGS Hudson Dry-docking Spec 2016/17

E-12 Windlass Survey 1: Scope:

The ship’s windlass is due for inspection and overhaul for Lloyds survey. The Windlass shall also be prepared and completely painted. Contractor to note that testing indicated in section 2.1.4 must be completed prior to removing the Windlass Motor as described in specification L-03 Electric Motor Removal and Install.

2. Technical Description:

2.1 General

2.1.1 The Contractor shall supply all equipment, ventilation, staging, chain falls, slings cranage, transportation and shackles necessary to perform the work. All lifting equipment shall be appropriate for the expected duties, and be accompanied by current certification indicating, or be permanently marked as to being, of an adequate safe working load for the expected duties. Any brackets or other welded attachments required in the performance of this item are to be welded into place by CWB- certified welders only. On completion of work all of the Contractor’s work related tools and equipment shall be removed from the vessel.

2.1.2 Contractor to note there are several seals, bearings and “O” rings that cannot be identified until the Windlass is disassembled. The Contractor shall supply all bearings and parts to overhaul the Windlass, except those listed in table 3.3.1. It is strongly encouraged that the Contractor commences the overhaul of the Windlass at the earliest opportunity to allow time for the ordering of the unidentified parts.

2.1.3 The Contractor shall include in their bid an allowance of $5000.00 for bearings, bushings, seals, and “O” rings and hardware that are not supplied by the Crown. This amount shall be adjusted upon proof of invoice using PWGSC 1379 action, on approval from CGTA.

2.1.4 Both anchor chains shall be walked out on the wildcats until the anchors reach the dock floor. The anchors will be hauled in at high speed until the joining shackle at the anchor pennant connection reaches the anchor pocket. These lifts will be timed and recorded for comparative purposes after the overhaul.

2.1.5 The anchor chains are to be physically stopped off at the entrance to the hawse pipes at the Upper deck level. The Contractor shall use the windlass to pay the chains out of the chain lockers enough to expose the joining shackles at the anchor pennant connections. The Joining shackles at the pennant connections are to be let go and the chains lifted clear of the wildcats to allow for removal of the shafts.

SPECIFICATION NO. 16-H011-015-1 Page 258 CCGS Hudson Dry-docking Spec 2016/17

2.1.6 The chain sections with the Anchors shall then be lowered to the Dock.

2.1.7 The Port and Stbd Anchor Chain Stopper foundation brackets are heavily corroded and shall be Comment [D1]: Add an arrow! replaced. See pictures “A” “B” and “C” below. Picture “D” is a picture of the Windlass

Picture “A” Port Anchor Chain Stopper

SPECIFICATION NO. 16-H011-015-1 Page 259 CCGS Hudson Dry-docking Spec 2016/17

Picture “B” Stbd Anchor Chain Stopper

SPECIFICATION NO. 16-H011-015-1 Page 260 CCGS Hudson Dry-docking Spec 2016/17

Picture “C” Port & Stbd Anchor Chain Stopper

SPECIFICATION NO. 16-H011-015-1 Page 261 CCGS Hudson Dry-docking Spec 2016/17

Picture “D” Windlass

2.1.8 The Contractor shall unbolt both anchor chain stopper assemblies from the bedplates aboard the vessel and transport them to their facilities for overhaul and painting.

2.1.9 The Contractor shall grit blast the foundations of the anchor chain stoppers as well as 6” of the deck surrounding both inside and outside the foundations to an SSPC-6 standard. All brackets are to be replaced as per original on the Port and Stbd foundations. There are eight (8) brackets on each foundation. Bracket plate thickness is ½”. Contractor shall notify CGTA after steel preparations are completed for a visual inspection.

SPECIFICATION NO. 16-H011-015-1 Page 262 CCGS Hudson Dry-docking Spec 2016/17

2.1.10 Port and Stbd Anchor stoppers shall have the pin and rolling element removed and protected. The pivoting bar or pawl shall also be removed. The stopper assemblies shall be mechanically cleaned and clearance measurements taken. Contractor shall notify CGTA to conduct a visual inspection after clearances are taken and before the anchor stoppers are reassembled. See Section 4. Proof of Performance. Any repair work to the Anchor stoppers shall be completed under a PWGSC 1379 action upon the approval of the CGTA.

2.1.11 On completion of inspections both anchor stoppers shall be reassembled and greased. New stainless steel grease fittings shall be installed. All components to be prepped and painted black as per Wasser paint specification below.

2.1.12 Both Anchor stoppers shall be returned to the vessel and secured on their original foundations. Contractor shall install all new grade 8 bolts complete with nuts, flat washers and lockwashers to secure the stoppers to their seats as per original.

2.1.13 The electrical power for the windlass and its ancillary equipment (heater, pre-lube pump, and controls) will be locked out by the Contractor. The Contractor shall ensure that all connections are clearly marked and identified prior to removal. All exposed cable ends shall be taped up to prevent damage and corrosion.

2.1.14 The lube oil feed and return lines are to be let go and suitably capped/plugged off. They are to be coiled up and secured under the raised platform port aft of the windlass to prevent damage.

2.1.15 The oil in the gearbox will be drained and disposed of by the contractor in an approved manner at the Contractors expense. Disposal of approximately 375L of “SPARTEN” EP 220 gear oil is to be expected. An oil sample will be taken during this process and turned over to the Chief Engineer. The lube oil connections shall be let go and suitable caps/plugs installed to prevent the ingress of foreign material and any spillage of lubricant.

2.1.16 The Contractor shall unsecure the Windlass from its bedplate aboard the vessel and transport it to its facilities for bearing replacement and overhaul.

2.1.17 The Contractor shall grit blast the foundations of the Windlass as well as 6” of the deck surrounding both inside and outside the foundation to an SSPC-6 standard and CGTA will inspect the foundation. On completion of all inspections the Contractor shall paint the foundation Black and the deck grey as per Wasser paint specification below.

2.1.18 The upper gear case cover shall be removed. The gearcase cover shall be raised and set aside. The windlass shaft, complete with bull gear, wildcats, and warping heads shall be raised from its seats and removed. Care shall be exercised to ensure that no damage occurs to the oil seals on the shaft at gearcase sides during removal, dissassembly, and subsequent reinstallation.

SPECIFICATION NO. 16-H011-015-1 Page 263 CCGS Hudson Dry-docking Spec 2016/17

2.1.19 The mating surfaces of the cover and the casing are to be cleaned and all residual sealing material removed. The mating surfaces are to be inspected for any damage.

2.1.20 The interior of the windlass and its fitted shafting and gearing is to be spray washed with a suitable solvent to clean the surfaces of residual lubricant and any dirt and debris. Care is to be taken not to direct the solvent into the open bearings within the casing. The solvent, residual lube oil, and any dirt and debris are to be removed from the sump. When the removal of the waste products is complete the bearings are to be sprayed. The bearings shall be sprayed from the upper most ones down to the lowest, and each bearing shall be sprayed from its top to its bottom. A low pressure stream is to be used for this operation and it shall be witnessed by the CGTA. The flushing of each bearing shall be done until the fluid coming out of each bearing is verified as being clean by the CGTA. The residuals shall again be removed from the sump to the satisfaction of the CGTA. Only lint free rags shall be used to wipe out any remaining liquids.

2.1.21 The open gear case shall be adequately covered during all work to prevent the ingress of any dirt or debris. All parts are to be positively marked as to location and orientation prior to removal.

2.1.22 Both band brake assemblies are to be removed, disassembled, cleaned, and inspected for wear and defects. The Port and Stbd band brake hand wheel thrust bearings, shaft O- rings and sleeve O-ring are to be replaced, see drawing #40301-77, Brake Handwheel. The brake lining materials on both brakes are to be replaced. Brake linkages and pins are to be disassembled, cleaned, inspected for wear and defects, see drawing # 40301-76 Brake Assembly. The brake assemblies are to have their associated linkages and pins greased using new grease during assembly.

2.1.23 The warping head end cap plates shall be removed, The warping heads shall then be withdrawn from the shaft, followed by the clutch assemblies. Split collars, locating the wildcats on the shaft, shall be removed and the wildcats drawn off the shaft. Both Main shaft bearings and seals are to be replaced. The main gear and shaft shall be inspected for signs of wear and defects. The main shaft shall be checked for trueness. See drawing # 40301-75 Main Shaft Assembly.

2.1.24 The worm gear shaft and driven shaft shall be removed from the gearbox and the shaft bearings replaced. See drawing # 40301-73 Worm Gear Shaft Assembly.

2.1.25 The intermediate shaft shall be be removed from the gearbox and the bearings replaced. See dawing #40301-74 Intermediate Shaft Assembly.

2.1.26 The Electric motor shall be removed from the gearbox and overhauled as described in specification L- 03, Electric Motor Removals

2.1.27 The Motor drive shaft and worm shaft shall be removed from the gearbox and the bearings replaced. See drawing # 40301-72 Worm Shaft Assembly.

2.1.28 All parts shall be cleaned of grease and oil. All shafts and gearing shall be inspected for wear and damage and laid out for inspection.

SPECIFICATION NO. 16-H011-015-1 Page 264 CCGS Hudson Dry-docking Spec 2016/17

2.1.29 After all components have been inspected the Contractor shall reassemble the Windlass.

2.1.30 The interior of the windlass gearbox and housings shall be spray washed with a suitable solvent to clean the surfaces of residual lubricant and any dirt and debris. The solvent, residual lube oil, and any dirt and debris are to be removed from the sump. Only lint free rags shall be used to wipe out any remaining liquids.

2.1.31 After all inspections are completed and required repairs carried out the gearbox is to be reassembled. The re-assembly procedure will be in reverse order of the dis-assembly. All bearings, bushings, and running surfaces shall be lubricated before assembly as required.

2.1.32 Care must be exercised when returning the windlass shaft to its seating in order to prevent damage to the gear case seals and the brass spacer rings located on the windlass shaft between the warping heads and the adjacent bearing seats.

2.1.33 The gear case flanges shall be cleaned of all old jointing materials and sealant. Both the upper and lowered gear case sections shall be cleaned and wiped out using clean lint free rags. New oil proof jointing shall be used on the flanges, as well as jointing compound required to obtain an oil tight/watertight seal. The gear case cover shall be reinstalled in good order and the flange bolts re- secured, using anti-seize compound on all threads. The CGTA shall be in attendance when gear case cover is reinstalled.

2.1.34 The Contractor shall install new jointing material on all covers removed. The top and after inspection covers are to be reinstalled using “LOCTITE” 587 Blue RTV Silicone Gasket Maker. The two inspection covers are to have 3/16” thick rubber gaskets supplied and installed along with the gasket maker. The forward inspection cover where the oil feed is connected shall be installed without the gasket maker until the sump is refilled with oil and correct oil flow is visually verified after the prelube/preheat system is operational. After verification of oil flow this cover shall be reinstalled with the sealant applied. The oil feed supply line shall be reconnected.

2.1.35 All grease way lubrication points as indicated on drawing # 40301-70 are to be proven clear. New grease fittings of the same size now installed are to supplied and installed. The new fittings will be stainless steel. Upon completion of reassembly all greaseways shall be greased until there is visual evidence that grease is emanating from the intended area to be lubricated.

2.1.36 All fasteners are to be mechanically wire brushed clean. The threads are to be coated with an anti- seize compound prior to installation.

2.1.37 Both anchors shall also be prepared and painted black as per Wasser paint specification.

2.1.38 Upon completion of overhaul the Contractor shall return the Windlass to the vessel and secure it to the bedplate as per original.

SPECIFICATION NO. 16-H011-015-1 Page 265 CCGS Hudson Dry-docking Spec 2016/17

2.1.39 The electric motor shall be installed and all electrical connections shall be re-established. The Contractor shall remove the lockouts once the connections are inspected. Motor to be installed as part of Specification L-03 Electric Motor Removal and Installation.

2.1.40 The return lube oil line is to be reconnected to the windlass at the port aft lower corner of the casing. The contractor shall supply 375L of “SPARTEN” EP 220 gear oil and add it to the gearbox when required.

2.1.41 The lube oil preheat/prelube system shall be turned on. It shall be left on until the oil reaches 35 degrees Celsius.

2.1.42 The windlass shall be test run before the chains are reinstalled. All operations shall be verified as correct by the CGTA.

2.1.43 The anchor chains shall be reconnected. The contractor shall apply melted lead to seal the pins in the joining shackles.

2.1.44 Anchor chains to be given light sandsweep to clean them of all debris just prior to loading them on the vessel. All stowed chains shall be given a light coat of mineral oil as they are being stowed.

2.1.45 All surfaces and equipment affected by the work are to be suitably protected from damage during the work.

2.1.46 All dirt, debris etc. is to be removed and disposed of by the contractor as per any Federal, Provincial and Municipal regulations in effect.

2.1.47 All components of the Windlass and its associated parts shall be cleaned and prepped to a SSPC-SP6 surface condition and coated as per Wasser paint system:

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams. II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3-5mil) to all bare metal areas and previously Stripe coated areas. III. An intermediate coat of MC-CR White (DFT 3-5mil) IV. A topcoat of MC Luster 100 –RAL 9004 Black (DFT 3-5mil) for all components that are normally painted black. V. A topcoat of MC Luster 100 – Safety Red (DFT 3-5mil) for all components that are normally painted Red

SPECIFICATION NO. 16-H011-015-1 Page 266 CCGS Hudson Dry-docking Spec 2016/17

2.2 Location

2.2.1 The Windlass and Anchor Chain Stoppers are located on the Upper deck between frames 192-205.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in anyway be considered inclusive. All interference items are to be determined by contractor at vessel viewing prior to biding. Any and all interference items are to be removed and reinstalled in as found condition at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work is to be completed in conjunction with the following specifications:

i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iv. HD-37 “WIND & WATER SURVEY - LLOYDS” v. E-09 “MIRANDA DAVIT” vi. E-10 “LIFEBOAT DAVITS” vii. L-03 “ELECTRIC MOTOR REMOVAL AND INSTALL”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 The Windlass is a WESTEC Model AWHD2-E Double Horizontal anchor Windlass.

3.1.2 Westec Drawing General Layout and Lubrication Points #40301-70

3.1.3 Westec Drawing Gearbox #40301-71

3.1.4 Westec Drawing Worm Shaft Assembly #40301-72

3.1.5 Westec Drawing Worm Gear Shaft Assembly #40301-73

3.1.6 Westec Drawing Intermediate Shaft Assembly #40301-74

3.1.7 Westec Drawing Main Shaft Assembly #40301-75

SPECIFICATION NO. 16-H011-015-1 Page 267 CCGS Hudson Dry-docking Spec 2016/17

3.1.8 Westec Drawing Brake Band Assembly #40301-76

3.1.9 Westec Drawing Brake Hand wheel Assembly #40301-77

3.1.10 Westec Drawing Clutch Shifter Assembly #40301-78

3.1.11 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.1.12 Wasser MC-Miozinc 100 Product Description Sheet

3.1.13 Coatings- Wasser Paint Procedures

3.1.14 Wasser MC-Luster Product Description Sheet

3.1.15 Holdtight 102 Product Description Sheet

3.1.16 Easy Prep Technical Data Sheet

3.1.17 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings Thickness Requirements

3.2 Standards and Regulations

3.2.1 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.2.2 See General Notes section 1.1.10 Welding and 1.2.2 Supplementary Documentation.

3.2.3 IACS –No.47 – Part “B” Ship Building and Repair Quality Standard.

SPECIFICATION NO. 16-H011-015-1 Page 268 CCGS Hudson Dry-docking Spec 2016/17

3.3 Owner Furnished Equipment

3.3.1 The table below indicates the Owner Supplied Bearings. BEARING/PART DWG # ITEM # DESCRIPTION QUANT. NUMBER 40301- 72 7 BEARING 1 Timken 9321 USA 40301- 73 17 BEARING 2 Timken 792 USA 40301- 73 18 SPH. BEARING 1 21320 D1 Japan 40301- 73 19 SPH. BEARING 2 23028 BD1 Japan 40301- 74 8 SPH. BEARING 2 23034 BD1 Japan 3.3.2 Windlass Brake band liners shall be owner supplied.

4. Proof of performance:

4.1 Inspection

4.1.1 Contractor shall call LLOYD’S inspection services when required. CGTA shall be notified prior to when inspections are to be done.

4.1.2 Contractor shall notify Lloyds and CCG for the following visual inspections: 1. Visual inspection of Windlass and Anchor stopper foundations on completion of steel preparation. 2. Visual Inspection of Anchor Stoppers disassembled after measurements are taken. 3. Visual Inspection of all dissembled Windlass brake parts. 4. Visual Inspection of disassembled windlass and components. Also a review of all measurements prior to reassembly.

4.1.3 CGTA shall be present when the gearbox cover on the Windlass is installed.

4.2 Testing

4.1.1 Port and Stbd anchor chain tests to be completed before and after the overhaul as explained in Section 2.1.4. All readings recorded and shall form part of the final Report.

4.1.2 All welds must be tested as per “CCGS Hudson Welding Inspection and Test Plan Revision 1”. The Contractor shall use the Welding Test and Inspection plan as laid out in the CCG Welding Specification Section 5.6 and the Welding guide Section 3 and section 4

4.1.3 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet

SPECIFICATION NO. 16-H011-015-1 Page 269 CCGS Hudson Dry-docking Spec 2016/17

the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 All welders must be certified as per General Notes section 1.1.10 Welding.

4.3.2 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 All pins and bushing measurements, clearances and timing tests as indicated in Section 2.1.4 shall be recorded in type written format, and the results are to be turned over to CGTA, two (2) paper copies and one (1) PDF copy.

5.1.2 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing are to be submitted in report form to the CGTA.

5.1.3 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 270 CCGS Hudson Dry-docking Spec 2016/17

E-13 Survey item Aft “A” Frame 1. Scope:

The intention of this specification is to overhaul the Aft “A” Frame for Lloyd’s certification and prep and paint all components of the “A” Frame. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 Aft “A” Frame shall be removed from vessel and transported to Contractor’s facility. All shims that are located underneath “A” Frame base shall be tagged as to its location. Shims shall be cleaned up and measured and recorded. A sketch is to be made and turned over to CGTA that shows shim thickness and location. Securing fasteners shall be retained for re-installation.

2.1.3 All hydraulic hoses or tubing shall be tagged and released from deck fittings. Deck fittings shall be plugged or capped as appropriate. Hoses shall be capped or plugged to prevent loss of hydraulic fluid and ingress of dirt and debris. Caps and plugs shall be new stainless steel. Upon completion of work, plugs and caps shall be turned over to CGTA.

2.1.4 Electrical connection for lights affixed to top of “A” Frame shall be disconnected. Circuit #3, in panel L- 3 shall be locked out by Contractor. Wire ends shall be insulated and wrapped for protection.

2.1.5 Holes in way of securing bolts shall be plugged using nylon plugs. Prior to installing plugs threaded holes shall be cleaned of all dirt, debris and corrosion. Upon completion of work nylon plugs shall be returned to CGTA.

2.1.6 Contractor shall Near White Blast; deck pads in way of removed “A” Frame base to bare metal to SSPC- SP10 Standard and apply a top coat of Wasser MC Luster 100, RAL 7042 Deck Grey, and (DFT 3mil) to be applied as per manufactures specifications.

2.1.7 The “A” Frame shall be completely dismantled.

SPECIFICATION NO. 16-H011-015-1 Page 271 CCGS Hudson Dry-docking Spec 2016/17

2.1.8 The “A” Frame legs shall be tested for thickness of material. Each face of each leg shall be tested along its length at 1 foot intervals using an Ultra-sonic testing procedure. Contractor shall record the results on a sketch, which shows location of each shot. Contractor shall allow for 120 shots. Contractor shall provide a unit price per 10 US shots for PSPC 1379 adjustments.

2.1.9 All external surfaces, with exception of pins, bushings, cylinders etc. shall be grit blasted to SSPC-SP6 Standard. Internal surfaces of “A” Frame legs shall be blasted so that a thorough inspection for deterioration of steel can be done by CGTA and LLOYD’S Surveyor.

2.1.10 On completion of all inspections and testing the Contractor shall prepare and coat all previously painted surfaces of the “A” Frame with the Wasser coating system, according to manufactures specifications:

I. One (1) Stripe coat of Wasser primer – MC MIOZINC (DFT 3mil) to all edges, crevices, nuts, bolts, rivets, back to back angle and weld seams.

II. Spot/Full Prime coat of Wasser primer – MC MIOZINC (DFT 3mil) to all bare metal areas and previously Stripe coated areas.

III. An intermediate coat of MC-CR White (DFT 3mil)

IV. A topcoat of Wasser MC Luster 100, RAL 070-7040 Buff, (DFT 3mil) for all areas previously painted buff.

2.1.11 The Contractor must refer to the technical data sheets for this product included in the Technical Data Package for application and curing instructions of the coating system.

2.1.12 The Starboard hydraulic cylinder shall be disassembled and all components inspected. On completion of cleanup and inspection the cylinder shall be reassembled with new seals. NOTE: The Port cylinder has just been overhauled and does not require an overhaul. Both cylinders shall be pressure tested.

2.1.13 The Contractor shall fabricate, pressures test, clean, replace and install all ten (10) hoses attached to the Starboard Leg of the “A” Frame. NOTE: All hoses on the Port leg have recently been replaced and do not require replacement.

SPECIFICATION NO. 16-H011-015-1 Page 272 CCGS Hudson Dry-docking Spec 2016/17

2.1.14 Hydraulic components shall be cleaned of all dirt, petroleum residue, paint, and corrosion. During the dismantling process, new metal stamped identification tags shall be supplied and affixed to hydraulic components and a log of removed parts made prior to any parts being taken off the vessel. The contractor shall provide a copy of the log to the onsite CGTA before parts are taken ashore.

2.1.15 Upon completion of all repairs, refurbishment, and re-coating, all components shall be reassembled in good working order. New stainless steel fasteners shall be used in re-assembly. New pin locks shall be installed as per original concept. A marine grade anti-seize compound shall be applied to all fasteners during re-assembly.

2.1.16 Entire assembly shall be returned to vessel and re-installed in good order.

2.1.17 Contractor shall apply denso tape to all hold down bolts and hydraulic fittings.

2.1.18 All work shall be completed to satisfaction of CGTA and. LLOYD’S Surveyor.

2.2 Location

2.2.1 The “A” Frame is situated on the aft deck.

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work shall be carried out in conjunction with the following Specification Items: i. HD-01 “DOCKING & UNDOCKING”

ii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING”

iii. HD-18 “AFT VOID & TK TOP REPAIRS”

3. References:

3.1 Guidance Drawings/Nameplate data

3.1.1 Wasser MC-Miozinc 100 Product Description Sheet

SPECIFICATION NO. 16-H011-015-1 Page 273 CCGS Hudson Dry-docking Spec 2016/17

3.1.2 Wasser MC-Luster 100 Product Description Sheet.

3.1.3 Coatings- Wasser Paint Procedures

3.1.4 Holdtight 102 Product Description Sheet

3.1.5 Easy Prep Technical Data Sheet

3.1.6 CCGS Hudson Drawing H-11-051 Sht 4 of 5 Upper & Main decks

3.1.7 See A-Frame pictures “A”, “B” and “C” below

Picture “A” Starboard Leg of A-Frame

SPECIFICATION NO. 16-H011-015-1 Page 274 CCGS Hudson Dry-docking Spec 2016/17

Picture “B” Port leg of A-Frame

SPECIFICATION NO. 16-H011-015-1 Page 275 CCGS Hudson Dry-docking Spec 2016/17

Picture “C” Aft A-Frame

3.2 Standards and Regulations

3.2.1 SSPC PA 2 Appendix 1. Procedure for Determining Conformance to Dry Coatings.

3.3 Owner Furnished Equipment

N/A 4. Proof of performance:

4.1 Inspection

4.1.1 All pins and bushings shall be cleaned, measured, and laid out for LLOYD’S survey and CGTA inspection.

SPECIFICATION NO. 16-H011-015-1 Page 276 CCGS Hudson Dry-docking Spec 2016/17

4.1.2 Contractor shall prove clear all grease ways and fittings, witnessed by CGTA. Six new stainless steel grease fittings shall be installed by Contractor. Grease fittings shall be as per original with relation to size and style.

4.1.3 Contractor shall arrange for LLOYD’S inspection services when required. CGTA shall be notified when inspections shall be done.

4.1.4 The Contractor shall notify both Lloyds Inspector and CGTA to visual inspect all hydraulic components when disassembled and prior to any reassembly and to witness the pressure test to the Starboard and Port hydraulic cylinders.

4.2 Testing

4.2.1 The “A” Frame legs shall be tested for thickness of material. Each face of each leg shall be tested along its length at 1 foot intervals using an Ultra-sonic testing procedure. Contractor shall record the results on a sketch, which shows location of each shot. Contractor shall allow for 120 shots. Contractor shall provide a unit price per 10 US shots for PSPC 1379 adjustments.

4.2.2 After “A” Frame and its components are re-assembled and re-installed, “A” Frame shall be proof load tested for LLOYD’S credits. “A” Frame shall be tested to a SWL of 5000 Lb. for center lug and 2500 Lbs. for each of two outer lugs. Shipyard shall supply the necessary weights to perform these tests for LLOYD’S credits.

4.2.3 The Contractor shall perform a pressure test on both the Port and Starboard Hydraulic cylinders.

4.2.4 Upon completion of all coating applications the Contractor must take no less than 5 dry film spot thickness readings of the coating in each 10 m2. The dry film thickness measurements of must meet the numerical requirements of the SSPC PA 2 Appendix 1. Readings must be recorded and be contained in the final report.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of services. Copies of the sign off document shall be included with the post re-fit deliverables.

SPECIFICATION NO. 16-H011-015-1 Page 277 CCGS Hudson Dry-docking Spec 2016/17

5. Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 All shims that are located underneath “A” Frame base shall be tagged as to its location. Shims shall be cleaned up and measured and recorded. A sketch is to be made and turned over to CGTA that shows shim thickness and location. Securing fasteners shall be retained for re-installation.

5.1.2 All shim measurements and sketches as indicated in paragraph 2.1.2 and pins and bushing measurements shall be recorded in type written format, and the results shall be turned over to CGTA, two (2) paper copies and one (1) PDF copy.

5.1.3 Two (2) paper copies and one (1) PDF copy of the results of all NDE and NDT weld inspection and testing shall be submitted in report form to the CGTA.

5.1.4 The Contractor must provide a coating application report, two (2) paper copies and one (1) PDF copy to the Inspection Authority and the CGTA that details all of the particulars of the coating application process as completed by the Contractor. The report must include environmental conditions such as dry and wet bulb temperatures, relative humidity, and dew point at the time any coatings are applied and at which areas on the superstructure the coating was applied. Also to be included in the report must be the temperature of the product at application time as well as wet and dry film thickness gauge readings.

5.2 Spares

N/A

5.3 Training

N/A

SPECIFICATION NO. 16-H011-015-1 Page 278 CCGS Hudson Dry-docking Spec 2016/17

L-01 New Searchlights install (CANCELLED)

SPECIFICATION NO. 16-H011-015-1 Page 279 CCGS Hudson Dry-docking Spec 2016/17

L-02 Fire Detection System 1. Scope:

The intention of this specification is to have an Authorized Representative perform the Annual inspection and testing of the Ships Fire Detection system. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The Ships Fire Detection System is a Notifier AM 2020 Detection and Alarm System.

2.1.3 The Contractor shall provide the services of an Authorized Representative to inspect and recertify the Ships Notifier Fire Alarm and detection system.

2.1.4 Work to include testing, inspection, Certification and to provide a detailed Report.

2.1.5 On approval of CGTA any defects shall be completed under a PSPC 1379 action with proof of invoice.

2.2 Location

2.2.1 The Fire Detection Panel is located in the Comm. Office aft of the Bridge Port side Frame #138.

2.3 Interferences

2.3.3 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed at contractor’s expense and no extra allowances will be granted for removal of interference items.

2.3.4 During this Refit there will be several smoke and fire detectors isolated. The Contractor shall schedule this work in conjunction with the following Specification.

i. HD-12 “CROWS NEST REPAIRS” ii. HD-18 “AFT VOID & TK TOP REPAIRS” iii. HD-19 “FWD PEAK TK STEEL REPAIRS” iv. HD-20 “FWD TRIM TK REPAIRS” v. HD-21 “ASDIC COMPARTMENT & BILGE WELLS” vi. HD-22 “#1 DOUBLE BOTTOM TK (P&S)

SPECIFICATION NO. 16-H011-015-1 Page 280 CCGS Hudson Dry-docking Spec 2016/17

vii. HD-23 “AFT COFFERDAM STEEL REPAIRS” viii. HD-24 “# 3 DOUBLE BOTTOM TK (P&S) ix. HD-26 “HULL INSERT FRAMES 67-68” x. HD-28 “SHELL PLATE RENEWALS BETWEEN FRAMES 144-156” xi. HD-36 “FWD CARGO HATCH TRUNK INSERTS” xii. E-06 “VENTILATION CLEANING”

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 CCGS Hudson Fire Alarm System SHIP004 Drawing

3.1.2 CCGS Hudson Fire Detection Panel Codes and Locations Drawing

3.2 Standards and Regulations

N/A

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

4.1.1 All Inspections shall be carried out as per Notifier Authorized Representatives requirements.

4.2 Testing

4.2.1 All Testing shall be carried out as per Notifier Authorized Representatives requirements.

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables.

4.3.1 The Contractor must provide proof of Cortication for the sub-Contractor that will be carrying out this Inspection.

SPECIFICATION NO. 16-H011-015-1 Page 281 CCGS Hudson Dry-docking Spec 2016/17

5: Deliverables:

5.1 Reports, Drawings and Manuals

5.1.1 The Contractor shall provide a detailed Report of all systems checks, inspections, testing and repairs in two (2) paper copies and one (1) PDF copy.

5.1.2 Contractor shall supply a Certificate indicating the Notifier Fire Detection and Alarm System has been inspected, checked and tested by an Authorized representative.

5.2 Spares N/A

5.9 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 282 CCGS Hudson Dry-docking Spec 2016/17

L-03 Electric Motor Removal and Install 1. Scope:

The intention of this specification is to remove five (5) electric motors, as listed in the technical description of this specification, and prepare them for shipping. Once returned the rebuilt Motors they shall be reinstalled on their respective pieces of machinery. 2. Technical Description:

2.1 General

2.1.1 Contractor shall provide all materials, cranage, labour, equipment, and transportation to accomplish this work, except where otherwise stated.

2.1.2 The Contractor shall lock out all equipment necessary to complete this scope of work prior to any removals. Ships Electrical Officer will assist the Contractor in locating all breakers and controllers.

2.1.3 The Contractor shall disconnect and remove the following Electric Motors from their respective locations: i. Windlass Motor: Quantity - one (1) Motor Specs: Make: Baldor HP: 100 Volts: 460 Amps: 115 RPM: 1780 Reversing Frame: 444TSC Phase: 3 Hertz: 60 Temp: 40 degree C

ii. Miranda Davit Motors: Quantity - two (2) Motor Specs: Make: Rotor Bv Type: 4RN225S04A0 Volts: 440 Phase: 3 RPM: 1775 Hertz: 60 KW: 40

SPECIFICATION NO. 16-H011-015-1 Page 283 CCGS Hudson Dry-docking Spec 2016/17

iii. Lifeboat Davit Winch Motors: Quantity - two (2) Motor Specs: Make: Alsthom Type: SFT. 132 S4-B5 Volts: 440 RPM: 1730 Hertz: 60 KW: 6.4

2.1.4 The Contractor shall transport these Motors to their shop area and build individual wooden shipping crates designed to house the motors for shipping. The contractor shall ensure the boxes are strong enough to ship them safely and they shall be built to allow them to be picked up by a forklift.

2.1.5 The contractor shall prepare the motors for shipping ensuring that the units are secured adequately so they do not shift or move within the box during transport. The contractor shall ensure boxes are weather tight so no water can be introduced to the motors after crating.

2.1.6 The contractor shall include in the packaging of the motors an adequate supply of desiccant packets for the size of the crate. This shall be determined as per the desiccant packet manufactures recommendations. CGTA shall inspect the packaging of the motors prior to the boxes lids being secured.

2.1.7 Contractor shall supply and install steel blanks and rubber gaskets on machinery, to all openings and faces where the Motors were removed to prevent corrosion and the ingress of dirt and water. All faces and mating surfaces shall also be covered with a protective grease coating prior to being covered.

2.1.8 CCG will be shipping these Motors to their Contracted rebuild facilities for overhaul. All shipping costs will be the responsibility of CCG.

2.1.9 On return of the Motors to the Contractor facilities they shall transport the Motors back to the Vessel and install them and reconnect the electrical on their respective pieces of machinery.

2.1.10 All testing to be completed as per section. 4.2 Testing.

2.2 Location

2.2.1 The Windlass Motor (1) is located on the Upper Deck Fwd. frames 192 – 194.

2.2.2 The Miranda Davit Motors (2) are located on the Port Side frames 102- 104.

2.2.3 The Lifeboat Davit Motors, one Port and one Starboard are Located on the Boat Deck frames 132-134.

SPECIFICATION NO. 16-H011-015-1 Page 284 CCGS Hudson Dry-docking Spec 2016/17

2.3 Interferences

2.3.1 Any guidance provided by CCG should not in any way be considered inclusive. All interference items shall be determined by contractor at vessel viewing prior to biding. Any and all interference items shall be removed and reinstalled at contractor’s expense and no extra allowances will be granted for removal and reinstallation of interference items.

2.3.2 This work shall be done in conjunction with the following Specification Items. i. HD-01 “DOCKING & UNDOCKING” ii. HD-02 “UNDERWATER HULL” iii. HD-13 “SUPERSTRUCTURE BLASTING AND PAINTING” iv. HD-37 “WIND &WATER SURVEY - LLOYDS” v. E-09 “MIRANDA DAVIT” vi. E-10 “LIFEBOAT DAVITS” vii. E-12 “WINDLASS OVERHAUL SURVEY”

3: References:

3.1 Guidance Drawings/Nameplate data

3.1.1 The following three (3) pictures shows the motors mounted on the machinery.

SPECIFICATION NO. 16-H011-015-1 Page 285 CCGS Hudson Dry-docking Spec 2016/17

Picture “A” Windlass Motor

SPECIFICATION NO. 16-H011-015-1 Page 286 CCGS Hudson Dry-docking Spec 2016/17

Picture “B” Miranda Davit Motors

SPECIFICATION NO. 16-H011-015-1 Page 287 CCGS Hudson Dry-docking Spec 2016/17

Picture “C” Lifeboat Davit Winch Motor (Starboard)

SPECIFICATION NO. 16-H011-015-1 Page 288 CCGS Hudson Dry-docking Spec 2016/17

3.2 Standards and Regulations

3.2.1 See General Notes section 1.2.2 Supplementary Documentation.

3.4 Owner Furnished Equipment

N/A 4: Proof of performance:

4.1 Inspection

4.1.1 Contractor will notify CGTA once the shipping crates are built and motors are in the crates and secured to conduct a visual Inspection.

4.2 Testing

4.2.1 The Windlass, Miranda Davit and Lifeboat Winches shall be test run and readings taken as per spec items, E-09 Miranda Davit Survey, E-10 Lifeboat Davit Survey and E12 Windlass Survey prior to removing the motors from their respective machinery.

4.2.2 Upon return and installation of the Motors any further testing will be carried out as described in E-09 Miranda Davit Survey, E-10 Lifeboat Davit Survey and E12 Windlass Survey

4.3 Certification

4.3.1 Lloyd’s approval and sign off document shall be completed and presented to CGTA as per paragraph 5.3 of section 5 Quality Assurance and Inspection and Testing of services. Copies of the sign off document shall be included with the post re-fit deliverables. 5: Deliverables:

5.1 Reports, Drawings and Manuals N/A

5.2 Spares N/A

5.3 Training N/A

SPECIFICATION NO. 16-H011-015-1 Page 289