WHATCOM COUNTY FINANCE/ACCOUNTING ADMINISTRATIVE SERVICES Whatcom County Courthouse 311 Grand Avenue, Suite #503 Bellingham WA 98225-4082

Brad Bennett, Finance Manager

June 12, 2020

ADDENDUM #1 Bid #20-22 2020 Drydocking, Repair & Maintenance of the Whatcom Chief Ferry

ATTENTION ALL BIDDERS & DOCUMENT HOLDERS

This Addendum 1 consists of a total of 25 pages, including this page.

Bid opening date and time shall remain the same: 2:30 PM, Tuesday, June 23, 2020.

The bid documents have been amended as follows. The following changes are hereby made part of the contract documents and plans.

NOTE: Bidders are required to acknowledge receipt of this addendum on page 18 of the Bid Response Forms for the bid proposal to be considered complete. Failure to acknowledge receipt of the Addendum may become cause for rejection of the Bid.

The following changes are as a result of the mandatory “virtual” pre-bid meeting held onboard the Whatcom Chief on Thursday, May 21, 2020 and questions received to date.

PART II- BID PROPOSAL

Please ADD the following after page 13 of 64:

Page 1 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #1- DOCKSIDE @ SHIPYARD

2020 DRYDOCKING, REPAIR, AND MAINTENANCE OF THE WHATCOM CHIEF

ITEM NO. QUANTITY ITEM & WRITTEN UNIT PRICE UNIT PRICE TOTAL 1. LUMP SUM DRYDOCK VESSEL / MISC. ITEMS

Dollars L.S. $ (Written Lump Sum Price) 2. LUMP SUM INTERNAL COMPARTMENTS

Dollars L.S. $ (Written Lump Sum Price) 3. LUMP SUM CLEAN & SEA VALVES

Dollars L.S. $ (Written Lump Sum Price) 4. LUMP SUM REPLACE ALL ZINCS

Dollars L.S. $ (Written Lump Sum Price) 5. LUMP SUM KEEL COOLERS

Dollars L.S. $ (Written Lump Sum Price) 7. LUMP SUM RUDDERS

Dollars L.S. $ (Written Lump Sum Price) 8. LUMP SUM REMOUNT RUDDER FEEDBACK UNITS

Dollars L.S. $ (Written Lump Sum Price) 9. LUMP SUM ANNUAL RADAR MAINTENANCE

Dollars L.S. $ (Written Lump Sum Price) 10. LUMP SUM THROTTLE ACTUATOR BOX

Dollars L.S. $ (Written Lump Sum Price) 11. LUMP SUM MAIN ENGINE MAINTENANCE & GENERATOR MAINTENANCE

Dollars L.S. $ (Written Lump Sum Price) 12. LUMP SUM INTERMEDIATE SHAFT BEARINGS REPLACEMENT

Dollars L.S. $ (Written Lump Sum Price)

Page 2 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #1- DOCKSIDE @ SHIPYARD (CONTINUED)

ITEM NO. QUANTITY ITEM & WRITTEN UNIT PRICE UNIT PRICE TOTAL 14. LUMP SUM REPACK STUFFING BOX

Dollars L.S. $ (Written Lump Sum Price) 17. LUMP SUM REPAIR BILGE PAINT UNDER TAILSHAFT

Dollars L.S. $ (Written Lump Sum Price) 18. LUMP SUM FLUSH STERRING HYDRAULIC SYSTEMS AND REPLACE ALL HYDRAULIC HOSES

Dollars L.S. $ (Written Lump Sum Price) 19. LUMP SUM REPAIR FUEL FILLER INLET

Dollars L.S. $ (Written Lump Sum Price) 21. LUMP SUM SERVICE ANCHORS

Dollars L.S. $ (Written Lump Sum Price) 23. LUMP SUM SEA CHEST BLEEDER VALVE MODIFICATION

Dollars L.S. $ (Written Lump Sum Price) 25. LUMP SUM BILGE MANIFOLD MODIFICATIONS

Dollars L.S. $ (Written Lump Sum Price) 26. LUMP SUM REPLACE STEERING GEAR ACCESS HATCHES

Dollars L.S. $ (Written Lump Sum Price) 27. LUMP SUM REPLACE ENGINE ROOM ESCAPE HATCH Dollars L.S. $ (Written Lump Sum Price) 28. LUMP SUM INSTALL STERN TUBE COOLING SYSTEM

Dollars L.S. $ (Written Lump Sum Price) 29. LUMP SUM INSTALL PADEYE ABOVE ENGINE ROOM ACCESS

Dollars L.S. $ (Written Lump Sum Price)

Page 3 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #1- DOCKSIDE @ SHIPYARD (CONTINUED)

ITEM NO. QUANTITY ITEM & WRITTEN UNIT PRICE UNIT PRICE TOTAL 30. LUMP SUM INSTALL FUSES IN MAIN ENGIVE STARTING CIRCUIT

Dollars L.S. $ (Written Lump Sum Price) 31. LUMP SUM REPLACE SWITCHBOARD DISTRIBUTION BREAKER INTERIORS

Dollars L.S. $ (Written Lump Sum Price) 32. LUMP SUM REVERSE ORIENTATION OF ENGINE ROOM VENTILATION FAN

Dollars L.S. $ (Written Lump Sum Price) 33. LUMP SUM UPGRADE ELECTRONICS CABLE SIZE

Dollars L.S. $ (Written Lump Sum Price) 34. LUMP SUM CONDITION AND VALUATION SURVEY

Dollars L.S. $ (Written Lump Sum Price) 35. LUMP SUM DOCK & SEA TRIALS

Dollars L.S. $ (Written Lump Sum Price) 36. CHANGE ORDER MISCELLANEOUS WORK PRE-APPROVAL REQUIRED One Hundred Fifty Thousand Dollars and No/Cents L.S. $ 150,000.00 (Written Lump Sum Price)

TOTAL BID AMOUNT* $ *The total bid amount listed above includes a contingency amount of up to $150,000 as reflected in Item No. 36, Miscellaneous Work. If the additional miscellaneous work items provided in that item are not performed or are performed to a lesser extent that results in a charge less than the full $150,000, the total amount to be paid on the work performed under this contract will be reduced accordingly from the total listed here.

TOTAL BID AMOUNT (FROM ABOVE) $ Outside of Whatcom County Shipyard? If YES, then add $12,500.00, if NO, then add $0.00 Enter here  per Notice to Bidders (page 4) Y or N (circle one) + $

TOTAL BID AMOUNT FOR AWARD PURPOSES ONLY2 $ 2The “total bid amount for award purposes only” will not be included in the awarded contract amount and only used for determining the overall lowest responsive bidder.

Page 4 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #2- DOCKSIDE @ BELLINGHAM, WA

2020 DRYDOCKING, REPAIR, AND MAINTENANCE OF THE WHATCOM CHIEF

ITEM NO. QUANTITY ITEM & WRITTEN UNIT PRICE UNIT PRICE TOTAL 1. LUMP SUM DRYDOCK VESSEL / MISC. ITEMS

Dollars L.S. $ (Written Lump Sum Price) 5. LUMP SUM KEEL COOLERS

Dollars L.S. $ (Written Lump Sum Price) 7. LUMP SUM RUDDERS

Dollars L.S. $ (Written Lump Sum Price) 8. LUMP SUM REMOUNT RUDDER FEEDBACK UNITS

Dollars L.S. $ (Written Lump Sum Price) 9. LUMP SUM ANNUAL RADAR MAINTENANCE

Dollars L.S. $ (Written Lump Sum Price) 10. LUMP SUM THROTTLE ACTUATOR BOX

Dollars L.S. $ (Written Lump Sum Price) 11. LUMP SUM MAIN ENGINE MAINTENANCE & GENERATOR MAINTENANCE

Dollars L.S. $ (Written Lump Sum Price) 12. LUMP SUM INTERMEDIATE SHAFT BEARINGS REPLACEMENT

Dollars L.S. $ (Written Lump Sum Price) 14. LUMP SUM REPACK STUFFING BOX

Dollars L.S. $ (Written Lump Sum Price) 18. LUMP SUM FLUSH STERRING HYDRAULIC SYSTEMS AND REPLACE ALL HYDRAULIC HOSES

Dollars L.S. $ (Written Lump Sum Price) 19. LUMP SUM REPAIR FUEL FILLER INLET

Dollars L.S. $ (Written Lump Sum Price)

Page 5 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #2- DOCKSIDE @ BELLINGHAM, WA (CONTINUED)

ITEM NO. QUANTITY ITEM & WRITTEN UNIT PRICE UNIT PRICE TOTAL 23. LUMP SUM SEA CHEST BLEEDER VALVE MODIFICATION

Dollars L.S. $ (Written Lump Sum Price) 26. LUMP SUM REPLACE STEERING GEAR ACCESS HATCHES

Dollars L.S. $ (Written Lump Sum Price) 27. LUMP SUM REPLACE ENGINE ROOM ESCAPE HATCH

Dollars L.S. $ (Written Lump Sum Price) 29. LUMP SUM INSTALL PADEYE ABOVE ENGINE ROOM ACCESS

Dollars L.S. $ (Written Lump Sum Price) 30. LUMP SUM INSTALL FUSES IN MAIN ENGIVE STARTING CIRCUIT

Dollars L.S. $ (Written Lump Sum Price) 31. LUMP SUM REPLACE SWITCHBOARD DISTRIBUTION BREAKER INTERIORS

Dollars L.S. $ (Written Lump Sum Price) 32. LUMP SUM REVERSE ORIENTATION OF ENGINE ROOM VENTILATION FAN

Dollars L.S. $ (Written Lump Sum Price) 33. LUMP SUM UPGRADE ELECTRONICS CABLE SIZE

Dollars L.S. $ (Written Lump Sum Price) 34. LUMP SUM CONDITION AND VALUATION SURVEY

Dollars L.S. $ (Written Lump Sum Price) 35. LUMP SUM DOCK & SEA TRIALS

Dollars L.S. $ (Written Lump Sum Price) 36. CHANGE ORDER MISCELLANEOUS WORK PRE-APPROVAL REQUIRED One Hundred Fifty Thousand Dollars and No/Cents L.S. $ 150,000.00 (Written Lump Sum Price)

TOTAL BID AMOUNT* $

Page 6 of 25 Addendum 1 – Whatcom County Bid #20-22 ALTERNATE BID PROPOSAL #2- DOCKSIDE @ BELLINGHAM, WA (CONTINUED)

*The total bid amount listed above includes a contingency amount of up to $150,000 as reflected in Item No. 36, Miscellaneous Work. If the additional miscellaneous work items provided in that item are not performed or are performed to a lesser extent that results in a charge less than the full $150,000, the total amount to be paid on the work performed under this contract will be reduced accordingly from the total listed here.

TOTAL BID AMOUNT (FROM ABOVE) $ Outside of Whatcom County Shipyard? If YES, then add $12,500.00, if NO, then add $0.00 Enter here  per Notice to Bidders (page 4) Y or N (circle one) + $

TOTAL BID AMOUNT FOR AWARD PURPOSES ONLY2 $ 2The “total bid amount for award purposes only” will not be included in the awarded contract amount and only used for determining the overall lowest responsive bidder.

Page 7 of 25 Addendum 1 – Whatcom County Bid #20-22 PART III- SCOPE OF WORK

Please see attached: • Q & A’s

Page 8 of 25 Addendum 1 – Whatcom County Bid #20-22

ITEM NO. 1 – DRY-DOCK VESSEL / MISC. ITEMS

Q1: The list of services goes from sub item 1. to sub item 3. Is there an sub item 2. in the list?

A1: Yes, the sub item numbering was off. Revise item description to read:

REMOVE:

ITEM NO. 1 – DRYDOCK VESSEL / MISC. ITEMS The Contractor's dry-dock and facilities shall be adequate to accommodate the Whatcom County ferry, the Whatcom Chief. Vessel dimensions are: LENGTH: 93.5’ WIDTH: 44.1’ LIGHTSHIP WEIGHT: 129 Long Tons (Approximate) The Contractor shall furnish all labor, materials, tools, and equipment necessary to dry-dock and undock the vessel. The dry- dock facilities, equipment, and services shall be suitable for the vessel. RAIL SYSTEMS MAY BE ALLOWED IF APPROVED BY COUNTY’S REPRESENTATIVE AND MUST BE AS CLOSE TO LEVEL AS POSSIBLE ONCE DRYDOCKED. Should tug services be required to assist the vessel through navigation channels, such as the Lake Washington canal, or into lifting facilities, they will be provided at the Contractor's expense and should be included in the lump sum bid price. The vessel will arrive at the Contractor’s shipyard mid-day to late evening Saturday, September 12, 2020. Any shipyard safety or other briefing required before arriving with vessel must be scheduled in advance of Whatcom County arrival at shipyard. All work (including sea trials) by the Contractor shall be completed no later than the end of the day Wednesday, September 30, 2020 with the vessel leaving the shipyard the morning of Saturday, October 3, 2020. This item shall also include all labor and equipment to remove () this vessel from the dry-dock facility once all work is completed. The County will provide the prior year’s blocking plan to aid the Contractor in establishing this year’s docking plan. Block heights and positions are to be checked and approved by the County’s representative prior to drydocking. Sandblast and paint (per spec for underwater hull Item No. 1, subparagraph 6 below) where block locations were placed last year. Best effort shall be made to leave exposed areas not painted due to last year’s blocking plan. The Contractor shall provide an updated docking plan showing the final blocking arrangement for this year’s docking. The Contractor shall provide, as a minimum, the following services: 1. ELECTRICAL POWER (208/120 VOLTS, THREE PHASE, 40-AMP CAPACITY) The County will provide shore power cord. Contractor shall provide plug or hardware to service. 3. FIRE MAIN A continuous and uninterrupted supply of water to fire manifold on deck, delivered at a minimum of 100 PSI. Manifold shall be 2½ in. with two (2) 1½ in. fire hoses with nozzles that will reach any part of the vessel. 4. GANGWAY One (1) gangway meeting OSHA requirements. 5. GARBAGE DISPOSAL Daily removal of garbage and refuse generated by the vessel's crew, in addition to any refuse service required by the Contractor's operation. A dumpster shall be provided by the Contractor near the access ladder/gangway as soon as possible after docking. The dumpster shall be emptied weekly with additional removals as necessary. For bidding purposes, assume that two 2-yard dumpsters are to be provided. 6. PHONE SERVICE No phone service is required onboard. Contractor shall provide phone and internet services in Contractor’s office. 7. UNDERWATER HULL a. The entire area shall be washed using high-pressure fresh water (use fan tips only) at 3000 PSI to remove all marine growth and salts. Scrape and prep for painting as necessary.

Page 9 of 25 Addendum 1 – Whatcom County Bid #20-22

b. Spot treatments for repair; assume 200 feet for bidding purposes: Grit blast to SSPC-SP6 grade or power tool clean per SSPC-SP3. Feather back areas of existing paint around spot treatment. Apply two coats of Amercoat® 235 anti-corrosive 6–8 mils DFT. Allow 8 hours dry time minimum between the 1st and 2nd coats. Then apply one coat of ABC® #3 at 5 mils DFT for finish coat 12 hours before launch. Paint shall be provided by Contractor. 8. FREEBOARD (AREA FROM WATER LINE TO TOP OF BULWARKS, EXTERIOR FACE) a. The area shall be washed using high-pressure fresh water at 3000 PSI to remove all marine growth and salts. Scrape as necessary. b. Identify failures. For spot areas, prepare with power tool cleaning to SSPC-SP3 minimum or sandblast to SSPC- SP6. Feather back intact coating surrounding spot prepared areas. Apply two coats Amercoat® Bar-Rust 235 Epoxy at 6–8 mils DFT. Allow 8 hours minimum dry time. For bidding purposes assume 200 square feet. Paint shall be provided by Contractor. c. Color (top coat) above water-line to bottom of bulwarks, including sill plate, to be one coat of Amercoat® 229 Gloss Black at 2–3 mils DFT. d. Color (top coat) from sill plate to top of exterior face of bulwarks to be one coat of Amercoat® 229 Gloss White at 2–3 mils DFT. e. Contractor shall renew bulwark lettering. Lettering location, size, and font shall match existing bulwark lettering. All lettering paint shall be black enamel gloss. All black lettering is painted on the white background of the exterior bulwark faces, above the freeboard deck. f. Renew draft markings. Cut in fair waterline and paint draft figures and loading marks as per U.S. Coast Guard 46 CFR Subpart F, Section 185.602. 9. FLOW CHART PROJECT PLAN With the bid submittal, provide Ferry Master and Equipment Services Manager with a schedule of work to be completed during dry-dock period, subject to approval and/or modification by County’s representative. Contractor shall coordinate with County’s representative to ensure that all work performed by County employees will be completed within schedule. County employees will generally be performing scrapping, grinding, painting, and cleaning work, as well as assisting in the engine room and other duties as assigned by County Representative which do not impede the progress of the shipyard. Faxed copies of the schedule should be sent to the following: Name Title Fax Number Email . Eric Schlehuber Equipment Services Manager (360) 778-6401 [email protected] Rich Hudson Ferry Master (360) 758-7192 [email protected] 10. PAINTING – GENERAL All surface preparation, temperature and humidity conditions, and application of materials shall be in accordance with the paint manufacturer's recommendations. Sandblasting operations shall be done in such a manner that no damage occurs to any partially or entirely completed portions of the work. After sandblasting, all loose rust, dirt, sand and dust shall be thoroughly removed before paint is applied. Assume the presence of lead-based paint throughout any and all sandblasting and paint prep items contained in this bid, with the exception of the hull. No primer, paint, or succeeding layer or layers of paint shall be applied to any surface until the surface has been inspected and approved by the County’s representative. The County will recoat the white lane markings and white curbing two days before sea trials. 11. MISCELLANEOUS The Contractor shall take all practical precautions to prevent ingress of paint, water (rain), or any other airborne foreign materials into the interior of the vessel. Precautionary measures shall include, but not be limited to, the covering of all open sea chests, overboard discharge lines, ventilation system intakes, , hatches and void covers during the course of the sandblasting, painting and other work by the Contractor. Any area where the Contractor performs work shall be left in a clean condition satisfactory to the County representative. The County reserves the right to delete any part of this contract upon arrival in dry-dock if so, determined by the County representative. 12. Contractor shall provide two (2) air lines for use by the County vessel crew, 50 ft. in length each, and all necessary fittings to fit to County-supplied needle guns by 12:00 p.m. (noon) on the day the vessel enters drydock. Page 10 of 25 Addendum 1 – Whatcom County Bid #20-22

13. Contractor shall allow access to the vessel any time between 0700-2230 Monday through Sunday (7 days per week) to perform work by the County crew (and all authorized contractors and/or subcontractors) as pre-approved by the County’s representative. County’s representative will be onboard during any after-hours work. Access outside of these hours (2230-0700) to be on a case-by-case basis. Include any and all applicable additional after-hours access rate(s) (see “Supplementary Information, Categories and Rates of Labor” section). 14. DECK PREPARATION The Contractor shall supply the following: a. 15-Gallons Ameron® 229 Gloss Black (two 5-gallon and five 1-gallon buckets), 30-gallons of Amercoat® Bar- Rust 235 Epoxy Primer (four 5-gallon and ten 1-gallon buckets), 1-gallon of Ameron® 237 Primer and 2-gallons Ameron® 229 Gloss White. The 15-gallons of Amercoat® Bar-Rust 235 Epoxy Primer shall be delivered prior to Tuesday, August 25, 2020 to the County Representative at the Gooseberry Point ferry terminal. b. The Contractor shall have one side or one-half of the vehicle deck cleared off, cleaned by washing/rinsing the deck with clean water to clear debris and dust, and be prepared for paint prior to the second weekend of and at the start of the shift on Friday, September 18, 2020 for County crew to prime and paint the deck. c. The Contractor shall have the other side or other one-half of the vehicle deck cleared off, cleaned by washing/rinsing the deck with clean water to clear debris and dust, and be prepared for paint prior to the start of the shift on Friday, September 25, 2020 for County crew to prime and paint the deck. The lump sum price for the “Dry-Dock Vessel/Misc. Items” shall be full compensation for all labor, material, tools, and equipment necessary to place the Whatcom Chief in dry-dock as specified herein and as required by the County’s representative.

ADD:

ITEM NO. 1 – DRYDOCK VESSEL / MISC. ITEMS The Contractor's dry-dock and facilities shall be adequate to accommodate the Whatcom County ferry, the Whatcom Chief. Vessel dimensions are: LENGTH: 93.5’ WIDTH: 44.1’ LIGHTSHIP WEIGHT: 129 Long Tons (Approximate) The Contractor shall furnish all labor, materials, tools, and equipment necessary to dry-dock and undock the vessel. The dry- dock facilities, equipment, and services shall be suitable for the vessel. RAIL SYSTEMS MAY BE ALLOWED IF APPROVED BY COUNTY’S REPRESENTATIVE AND MUST BE AS CLOSE TO LEVEL AS POSSIBLE ONCE DRYDOCKED. Should tug services be required to assist the vessel through navigation channels, such as the Lake Washington canal, or into lifting facilities, they will be provided at the Contractor's expense and should be included in the lump sum bid price. The vessel will arrive at the Contractor’s shipyard mid-day to late evening Saturday, September 12, 2020. Any shipyard safety or other briefing required before arriving with vessel must be scheduled in advance of Whatcom County arrival at shipyard. All work (including sea trials) by the Contractor shall be completed no later than the end of the day Wednesday, September 30, 2020 with the vessel leaving the shipyard the morning of Saturday, October 3, 2020. This item shall also include all labor and equipment to remove (float) this vessel from the dry-dock facility once all work is completed. The County will provide the prior year’s blocking plan to aid the Contractor in establishing this year’s docking plan. Block heights and positions are to be checked and approved by the County’s representative prior to drydocking. Sandblast and paint (per spec for underwater hull Item No. 1, subparagraph 6 below) where block locations were placed last year. Best effort shall be made to leave exposed areas not painted due to last year’s blocking plan. The Contractor shall provide an updated docking plan showing the final blocking arrangement for this year’s docking. The Contractor shall provide, as a minimum, the following services: 1. ELECTRICAL POWER (208/120 VOLTS, THREE PHASE, 40-AMP CAPACITY) The County will provide shore power cord. Contractor shall provide plug or hardware to service.

Page 11 of 25 Addendum 1 – Whatcom County Bid #20-22

2. FIRE MAIN A continuous and uninterrupted supply of water to fire manifold on deck, delivered at a minimum of 100 PSI. Manifold shall be 2½ in. with two (2) 1½ in. fire hoses with nozzles that will reach any part of the vessel. 3. GANGWAY One (1) gangway meeting OSHA requirements. 4. GARBAGE DISPOSAL Daily removal of garbage and refuse generated by the vessel's crew, in addition to any refuse service required by the Contractor's operation. A dumpster shall be provided by the Contractor near the access ladder/gangway as soon as possible after docking. The dumpster shall be emptied weekly with additional removals as necessary. For bidding purposes, assume that two 2-yard dumpsters are to be provided. 5. PHONE SERVICE No phone service is required onboard. Contractor shall provide phone and internet services in Contractor’s office. 6. UNDERWATER HULL a. The entire area shall be washed using high-pressure fresh water (use fan tips only) at 3000 PSI to remove all marine growth and salts. Scrape and prep for painting as necessary. b. Spot treatments for repair; assume 200 square feet for bidding purposes: Grit blast to SSPC-SP6 grade or power tool clean per SSPC-SP3. Feather back areas of existing paint around spot treatment. Apply two coats of Amercoat® 235 anti-corrosive 6–8 mils DFT. Allow 8 hours dry time minimum between the 1st and 2nd coats. Then apply one coat of ABC® #3 at 5 mils DFT for finish coat 12 hours before launch. Paint shall be provided by Contractor. 7. FREEBOARD (AREA FROM WATER LINE TO TOP OF BULWARKS, EXTERIOR FACE) a. The area shall be washed using high-pressure fresh water at 3000 PSI to remove all marine growth and salts. Scrape as necessary. b. Identify failures. For spot areas, prepare with power tool cleaning to SSPC-SP3 minimum or sandblast to SSPC- SP6. Feather back intact coating surrounding spot prepared areas. Apply two coats Amercoat® Bar-Rust 235 Epoxy at 6–8 mils DFT. Allow 8 hours minimum dry time. For bidding purposes assume 200 square feet. Paint shall be provided by Contractor. c. Color (top coat) above water-line to bottom of bulwarks, including sill plate, to be one coat of Amercoat® 229 Gloss Black at 2–3 mils DFT. d. Color (top coat) from sill plate to top of exterior face of bulwarks to be one coat of Amercoat® 229 Gloss White at 2–3 mils DFT. e. Contractor shall renew bulwark lettering. Lettering location, size, and font shall match existing bulwark lettering. All lettering paint shall be black enamel gloss. All black lettering is painted on the white background of the exterior bulwark faces, above the freeboard deck. f. Renew draft markings. Cut in fair waterline and paint draft figures and loading marks as per U.S. Coast Guard 46 CFR Subpart F, Section 185.602. 8. FLOW CHART PROJECT PLAN With the bid submittal, provide Ferry Master and Equipment Services Manager with a schedule of work to be completed during dry-dock period, subject to approval and/or modification by County’s representative. Contractor shall coordinate with County’s representative to ensure that all work performed by County employees will be completed within schedule. County employees will generally be performing scrapping, grinding, painting, and cleaning work, as well as assisting in the engine room and other duties as assigned by County Representative which do not impede the progress of the shipyard. Faxed copies of the schedule should be sent to the following: Name Title Fax Number Email . Eric Schlehuber Equipment Services Manager (360) 778-6401 [email protected] Rich Hudson Ferry Master (360) 758-7192 [email protected] 9. PAINTING – GENERAL All surface preparation, temperature and humidity conditions, and application of materials shall be in accordance with the paint manufacturer's recommendations.

Page 12 of 25 Addendum 1 – Whatcom County Bid #20-22

Sandblasting operations shall be done in such a manner that no damage occurs to any partially or entirely completed portions of the work. After sandblasting, all loose rust, dirt, sand and dust shall be thoroughly removed before paint is applied. Assume the presence of lead-based paint throughout any and all sandblasting and paint prep items contained in this bid, with the exception of the hull. No primer, paint, or succeeding layer or layers of paint shall be applied to any surface until the surface has been inspected and approved by the County’s representative. The County will recoat the white lane markings and white curbing two days before sea trials. 10. MISCELLANEOUS The Contractor shall take all practical precautions to prevent ingress of paint, water (rain), or any other airborne foreign materials into the interior of the vessel. Precautionary measures shall include, but not be limited to, the covering of all open sea chests, overboard discharge lines, ventilation system intakes, doors, hatches and void covers during the course of the sandblasting, painting and other work by the Contractor. Any area where the Contractor performs work shall be left in a clean condition satisfactory to the County representative. The County reserves the right to delete any part of this contract upon arrival in dry-dock if so, determined by the County representative. 11. Contractor shall provide two (2) air lines for use by the County vessel crew, 50 ft. in length each, and all necessary fittings to fit to County-supplied needle guns by 12:00 p.m. (noon) on the day the vessel enters drydock. 12. Contractor shall allow access to the vessel any time between 0700-2230 Monday through Sunday (7 days per week) to perform work by the County crew (and all authorized contractors and/or subcontractors) as pre-approved by the County’s representative. County’s representative will be onboard during any after-hours work. Access outside of these hours (2230-0700) to be on a case-by-case basis. Include any and all applicable additional after-hours access rate(s) (see “Supplementary Information, Categories and Rates of Labor” section). 13. DECK PREPARATION The Contractor shall supply the following: a. 15-Gallons Ameron® 229 Gloss Black (two 5-gallon and five 1-gallon buckets), 30-gallons of Amercoat® Bar-Rust 235 Epoxy Primer (four 5-gallon and ten 1-gallon buckets), 1-gallon of Ameron® 237 Primer and 2-gallons Ameron® 229 Gloss White. The 15-gallons of Amercoat® Bar-Rust 235 Epoxy Primer shall be delivered prior to Tuesday, August 25, 2020 to the County Representative at the Gooseberry Point ferry terminal. b. The Contractor shall have one side or one-half of the vehicle deck cleared off, cleaned by washing/rinsing the deck with clean water to clear debris and dust, and be prepared for paint prior to the second weekend of construction and at the start of the shift on Friday, September 18, 2020 for County crew to prime and paint the deck. c. The Contractor shall have the other side or other one-half of the vehicle deck cleared off, cleaned by washing/rinsing the deck with clean water to clear debris and dust, and be prepared for paint prior to the start of the shift on Friday, September 25, 2020 for County crew to prime and paint the deck. The lump sum price for the “Dry-Dock Vessel/Misc. Items” shall be full compensation for all labor, material, tools, and equipment necessary to place the Whatcom Chief in dry-dock as specified herein and as required by the County’s representative.

ADD:

ITEM NO. 1 – DRYDOCK VESSEL / MISC. ITEMS (BID RESPONSE ALTERNATE #1- DOCKSIDE @ SHIPYARD and BID RESPONSE ALTERNATE #2- DOCKSIDE @ BELLINGHAM, WA)

For Alternate #1- Dockside @ Shipyard:

REMOVE: ITEM NO. 1- Sub-items #6-UNDERWATER HULL and Sub-item #7- FREEBOARD.

For Alternate #2- Dockside @ Bellingham, WA: Page 13 of 25 Addendum 1 – Whatcom County Bid #20-22

ADD:

LOCATION of DOCKSIDE @ Bellingham, WA, secured, paid and setup by Whatcom County with the following “service” items provided by Whatcom County: 1. ELECTRICAL POWER (208/120 VOLTS, THREE PHASE, 40-AMP CAPACITY) The County will provide shore power cord. The County shall provide plug or hardware to service. Electrical service provided by the County. 2. FIRE MAIN A continuous and uninterrupted supply of water to fire manifold on deck, delivered at a minimum of 100 PSI. Manifold shall be 2½ in. with two (2) 1½ in. fire hoses with nozzles that will reach any part of the vessel. 3. GANGWAY One (1) gangway meeting OSHA requirements. 4. GARBAGE DISPOSAL Daily removal of garbage and refuse generated by the vessel's crew, in addition to any refuse service required by the Contractor's operation. A dumpster shall be provided and paid for by the County near the access ladder/gangway as soon as possible after docking. The dumpster shall be emptied weekly with additional removals as necessary. 5. The County shall provide two (2) air lines for use by the County vessel crew and/or Contractor, 50 ft. in length each, and all necessary fittings to fit to County-supplied needle guns by 12:00 p.m. (noon) on the day the vessel arrives at the Bellingham, WA location. 6. The County shall provide and pay for Sani-can portable toilet with sanitizing station on site.

Q2: In paragraph no. 7.b. - Underwater Hull; is the contractor to assume that the two coats of Amercoat 235 anti- corrosive are spot coats?

A2: Yes

Q3: In paragraph no. 7.b. - Underwater Hull; is the contractor to assume that the one coat of ABC #3 is to be a full coat?

A3: Yes

Q4: In paragraph no. 8.b. – Freeboard; is the contractor to assume that in b. the two coats of Amercoat 235 anti- corrosive are spot coats?

A4: Yes

Q5: In paragraph no. 8.c. – Freeboard; is the contractor to assume the one-color coat in c. of Amercoat 229 Gloss Black is to be a full coat?

A5: Yes

Q6: In paragraph no. 8.d. – Freeboard; is the contractor to assume the one-color coat in d. of Amercoat 229 Gloss White is to be a full coat?

A6: Yes

Q7: In paragraph no. 14.a. – Deck Preparation; the one gallon of Ameron 237 primer is not made anymore. What type of paint would Whatcom County want the contractor to supply?

A7: Use recommended and compatible Ameron 237 replacement per manufacturer. Contractor shall verify paint used with County Representative prior to installation on vessel?

Page 14 of 25 Addendum 1 – Whatcom County Bid #20-22

ITEM NO. 5 – KEEL COOLERS

Q8: Contractor to confirm and use manufacturer’s recommended test pressure. Can County please provide manufacturer and model information if available?

A8: There is no manufacturer or model information.

Q9: Assuming “Any repairs necessary shall be subject to a change order number under Item No. 36?

A9: Yes

ITEM NO. 6 – INSPECT/REPAIR PROPELLERS

Q10: There appears to be duplicate language with Item 6 and Item 2?

A10: Revise item description to read:

REMOVE:

The Contractor shall provide all labor, materials, and equipment needed to complete this item, including services from a marine chemist to provide a gas-free certification for all compartments. No foreign material shall enter the openings while the covers are removed. The manhole covers for tanks and voids shall be closed after the U.S. Coast Guard inspection. Contractor shall pump out, clean, ventilate, and dry all shaft alleys, steering compartments and cross-over areas including engine room bilges No. 1 and No. 2 Ends and the tops of the fuel tanks. All floor plates shall be removed for this effort. Bilge water disposal shall be in accordance with environmental regulations. Areas of damaged or degraded coatings shall be prepped and recoated. Assume lead-based paint is present. Figures 2-A through 2-D show views of the internal compartments. Item No. 2 must be complete before hull inspection. The following requirements apply to recoating of the internal compartments. For each section that requires recoating, the Contractor shall mechanically abrade surface to SSPC-SP3. Apply Amercoat® Bar-Rust 235 Epoxy Primer to 6 mils DFT. All cleaning, prep, and painting shall be subject to the approval of the County’s representative and paint manufacturer’s representative and shall be completed prior to the hull inspection. For the purpose of providing a common basis for all bidders, the County has estimated that 40 man-hours (which may be adjusted up or down) and $200 in materials should be allocated for prep work and repairs to the internal coating system – this estimate does not include any extraordinary efforts required for opening or closing of manhole covers. The lump sum price for “Internal Compartments” shall be full compensation for all labor, materials, tools, and equipment necessary for the work as specified herein. ADD:

The Contractor shall provide all labor and materials to inspect the No. 1 and No. 2 propellers. Inspection shall include a visual look for dents and dings, and a die penetrant test for cracks and porosity. A static balance test shall be done on each propeller to determine if balancing of the propellers is necessary. Further inspection or repair shall be at the discretion of the County’s representative. Inspection is to occur within 24-hours of drydocking; Contractor is to provide a written report of findings to the County’s representative within 48-hours of inspection.

The Contractor shall repair the No. 1 and No. 2 End propellers as necessary and as directed by the County’s representative. Any repairs shall be performed at a repair facility approved by the County’s representative (Sound Propeller Services is one repair facility that has been approved by the County). Any repair on the propellers must be completed and reinstalled by the time of the ferry's departure, if required and subject to change order under Item No. 36.

The lump sum price for “Inspect/Repair Propellers” shall be full compensation for all labor, materials, tools, and equipment necessary to perform the work as specified herein and as required by the County’s representative.

Page 15 of 25 Addendum 1 – Whatcom County Bid #20-22

ITEM NO. 7 – RUDDERS

ADD:

ITEM NO. 7 – RUDDERS (BID RESPONSE ALTERNATE #1- DOCKSIDE @ SHIPYARD and BID RESPONSE ALTERNATE #2- DOCKSIDE @ BELLINGHAM, WA)

For Alternate #1- Dockside @ Shipyard and Alternate #2- Dockside @ Bellingham, WA:

REMOVE: “The contractor shall provide all labor and materials needed to inspect the No. 1 and No. 2 rudders. Rudders shall be cleaned of all marine growth; damaged and degraded coatings shall be prepped and painted to the same spec as the Underwater Hull surface.”

Q11: Is the contractor to assume that the rudder stocks shall be removed to inspect and measure the upper and lower truck bearings, stocks, pintle bearings and pintle shafts?

A11: Yes.

Q12: Is the contractor to assume that the quadrants be removed from the rudder stocks and inspect and measure the fits of the quadrants to the rudder stocks?

A12: Yes.

Q13: Is the contractor to assume that the repairs to the fits of the quadrants to the stocks shall be a change order not knowing the full extent of the repairs needed?

A13: Yes.

Q14: Is the contractor to assume that the realignment of the pintle bearing be a change order not knowing the full extent of the repairs needed?

A14: Yes.

ITEM NO. 13 – TAILSHAFT BEARINGS

Q15: Is the contractor to assume both propellers, rudder blades, tailshafts and couplings are to be removed?

A15: Yes.

Q16: Are both rudder stocks being removed?

A16: Yes.

Q17: If both rudder stocks are to be removed, what item would they be removed under, Item 7 or Item 13?

A17: Item 7 - RUDDERS.

Q18: The contractor doesn’t see any mention of putting the tailshafts in a lathe and clean, inspect and measure them for wear and check them for being straight. Does the County want to include the cleaning, inspections and measuring for wear and for straightness on both tailshafts in the Contractors price in this item?

A18: Yes.

Page 16 of 25 Addendum 1 – Whatcom County Bid #20-22

Q19: Does the County want to include checking the blue fit of both propellers and both couplings to both tailshafts in the Contractors price in this item?

A19: Yes.

Q20: If the County chooses for the contractor to include in their price for checking the blue fits of the couplings to the tailshafts and the tailshafts are reinstalled in the lathe and the faces of the couplings are checked for running true. Does the County want to include checking coupling face readings in the lathe in the Contractors price in this item?

A20: Yes.

Q21: Assuming “5. Labor associated with the replacement of cutlass bearings is to be considered additional work and paid under Bid Item 36”?

A21: No. Labor must be included under this Item #13.

ITEM NO. 15 – SANDBLAST STERN TUBES

Q22: Is the contractor to assume removing all four tailshaft bearings to protect them from damage and to get better access to the stern tubes to accomplish the sandblasting of the stern tubes to be done on this item?

A22: Yes.

Q23: How many UT shots are to be done for each stern tube?

A23: 20 UT shots per stern tube for a total of 40 UT shots with additional suspect area UT’s to be a change order, if needed.

ITEM NO. 16 – FUEL TANK REPAIRS

Q24: Exhibit D provides a red lined depiction of two plate inserts (1 hull plate and 1 bulkhead insert). What are the dimensions of the insert plates?

A24: Refer to repair plan. The exact dimensions of the replaced area are unknown pending shipyard UT, however shipyard should assume it is required to replace plating in both areas highlighted. For bidding purposes Contractor shall assume replaced areas are: 1) a narrow band, less than 12” high, across the full width of the aft end of the fuel oil tank (approximately 6 feet), and 2) an area spanning approximately one frame (24”) longitudinally and 18” wide on the port slant plate.

ITEM NO. 17 – REPAIR BILGE PAINT UNDER TAILSHAFT

Q25: Is the bilge areas, 5 bays on each end under the tailshafts?

A25: Yes.

Q26: Is the bilge areas also under the areas under the intermediate shafts?

A26: Yes.

ITEM NO. 18 – FLUSH STEERING HYDRAULIC SYSTEMS AND REPLACE ALL HYDRAULIC HOSES

Q27: How many total gallons are to be replaced?

A27: Up to 15 gallons.

Page 17 of 25 Addendum 1 – Whatcom County Bid #20-22

Q28: What brand and type of hydraulic oil does the County want?

A28: HD 46.

Q29: How many filters are to be replaced?

A29: One.

Q30: Can the County give us the type and part numbers for the filters?

A30: Baldwin Filter #PT849.

Q31: Can the County give us the quantities of hoses to be replaced in the engine room?

A31: Contractor shall replace all hydraulic hoses in the engine room. For bidding purposes, the Contractor shall assume that up to 10 hydraulic hoses with an average of 5 feet each, are located local to the hydraulic pumps.

Figure 18-A: ENGINE ROOM HOSES

Q32: Can the County give us the quantities of hoses to be replaced in the steering gear compartments?

A32: Contractor shall replace all hydraulic hoses in the steering gear compartment. For bidding purposes, the Contractor shall assume that up to 5 steering gear hoses with an average of 5 feet each and in multiple locations. See photographs.

Page 18 of 25 Addendum 1 – Whatcom County Bid #20-22

Figure 18-B: STEERING GEAR COMPARTMENT HOSES

Figure 18-C: STEERING GEAR COMPARTMENT HOSES

Page 19 of 25 Addendum 1 – Whatcom County Bid #20-22

Q33: Can the County give the contractor the size (in inches), length (in inches), pressure rating (PSI), fitting type on each end of the hose (JIC, NPT, straight or 90 degree), and type of material of the fittings for each hose (steel, stainless steel)?

A33: Existing hose specification is not available. All hoses and fittings shall be replaced in kind. Per the scope of work document, the Contractor shall arrange a representative to take measurements of the hydraulic system at the vessel prior to the drydock period. It is anticipated that any required hose and fitting information can be recorded at this time.

Q34: Does the County have a drawing or schematic or sketch of the entire hydraulic system?

A34: Selection from original construction drawing provided below.

Figure 18-D: DRAWING – HYDRAULIC SYSTEM

Q35: If the County does not have a drawing or schematic of the hydraulic system, can the County draw up a simple sketch of the system and supply it to the Contractor for bidding purposes?

A35: See original construction drawing above.

Q36: Can the County supply the Contractor information about the hydraulic system?

A36: See responses to other questions.

Q37: How many hydraulic pumps are there and where are they mounted and driven by?

A37: There are two hydraulic pumps. Each is driven by a main engine PTO.

Q38: How many hydraulic oil tanks are there and what are their capacities and where are they located?

A38: There are two small hydraulic oil tanks in the engine room.

Q39: How many valves are in the systems and what size are they?

A39: That information is not available; however, valves are not anticipated to need to be replaced.

Page 20 of 25 Addendum 1 – Whatcom County Bid #20-22

Q40: What size is the majority of the hydraulic piping and what is the approximate total length of piping is to be flushed?

A40: The system is 15 gallons total. The vessel is 88 feet between rudder posts, so the total length of hydraulic piping is probably in the order of that.

Q41: What and are all the components in this hydraulic system that need to be drained, cleaned, flushed (valves, piping, tanks, pumps, filters, hydraulic cylinders, flow controls, etc.) and how many of each component?

A41: All piping and equipment that has contact with hydraulic oil should be drained, cleaned, and flushed.

Q42: If available, can County provide an estimated volume of hydraulic oil in system?

A42: Up to 15 gallons.

Q43: In addition, is there a known quantity/size of filters available?

A43: One filter, Baldwin Filters #PT849.

Q44: Finally, considering the COVID restrictions, will a shipyard representative still be allowed to take measurements onboard vessel prior to July 1, 2020?

A44: Yes, provided current COVID 19 protocols in place on board the Whatcom Chief are met.

ITEM NO. 20 – CLEAN OUT FUEL OIL DAY TANKS

Q45: Refers to removal of all fuel, sediment, and other contaminants from the interior of the tanks and associated fuel piping. Can County please elaborate on the extent of the fuel piping that is to be cleaned under this item?

A45: Yes, for bidding purposes assume 20 ft of 1” piping.

ITEM NO. 21 – SERVICE ANCHORS

Q46: Could you provide information regarding the size, style and manufacturer of the anchors?

A46: No, but see attached pics and overall size.

Q47: Could the Contractor replace the anchors with new anchors if replacement proved less costly than repair of the anchors?

A47: No.

ITEM NO. 22 – REPLACE AND REBUILD MAIN REDUCTION GEARS

Q48: Whatcom County currently has one fully overhauled reduction gear, which shall be delivered to the shipyard prior to the start of drydock at Contractor’s expense. Can County please provide pickup address of this overhauled unit?

A48: Whatcom County Central Shop, 901 W Smith Road, Bellingham, WA 98226.

ITEM NO. 25 – BILGE MANIFOLD MODIFICATIONS

Q49: What size is the existing piping?

A49: Contractor shall assume piping to be 2 ½”, however Contractor shall verify existing piping size prior to installation.

Page 21 of 25 Addendum 1 – Whatcom County Bid #20-22

Q50: What size valves need installed?

A50: Contractor shall assume valve to be 2 ½”, however Contractor shall verify existing valve size prior to installation.

Q51: What material is the valve?

A51: Please see material schedule on Cooling System Diagram, drawing 19105-256-1 Rev.

Q52: What material trim does the valve need?

A52: Please see material schedule on Cooling System Diagram, drawing 19105-256-1 Rev.

Q53: Are the valves flanged, welded or threaded?

A53: Flanged per Cooling System Diagram, drawing 19105-256-1 Rev.

Q54: The specification mentions a drawing. Can we have access to the drawing?

A54: Yes, please see attached.

ITEM NO. 28 – INSTALL STERN TUBE COOLING SYSTEM

Q55: Electrical –

The spec calls for the following work to be done in this item:

The pump shall be supplied via a motor controller featuring overload protection sized for the motor, and a local control, Square D 2510FG1, or equal.

Square D 2510FG1 and the motor controller will both have overload protection for this single phase motor. If you have a local start stop button on the controller you would not need the Square D 2510FG1 control switch.

Is there a reason why the County wants dual protection in this starting circuit?

A55: Yes, please proceed.

Q56: Mechanical–

The text of the specification indicates that one (1) pump is to be supplied and installed. The referenced drawing (dwg. # 19105-256-1) depicts installation of two (2) bilge/fire pumps. Are we to tie into existing pump and install one (1) new pump or install two (2) new pumps?

A56: Refer to page 61, Exhibit E. Plan 2-3C of drawing 19105-256-1 depicts the one pump to be added, for sea water cooling of the stern tube seal bearings. Plan 2-3A depicts the two fire/bilge pumps, which are existing. Tie in to the existing piping at the threaded connection.

Q57: Mechanical–

Can we have photos of where the pump(s) are to be installed?

A57: Install the pump on the existing foundation near midship.

Page 22 of 25 Addendum 1 – Whatcom County Bid #20-22

Figure 28-B: PUMP NEAR MIDSHIP

Q58: Mechanical–

The motor spec below calls for a 1hp 1800 120V 1phase TEFC motor. This Ampco pump uses a 143JM frame motor which is not available in a 1hp single phase TEFC. It is available in an open drip proof motor (ODP) from US Motor but that is the only option. Can you check if they really want 120vac 1phase and if so, will they accept an ODP motor.

A58: An ODP motor is acceptable.

ITEM NO. 32 – REVERSE ORIENTATION ENGINE ROOM FAN

Q59: Please provide pictures of the engine room fan.

A59: Requested pics from pre-bid are attached.

Page 23 of 25 Addendum 1 – Whatcom County Bid #20-22

Figure 32-A: ENGINE ROOM FAN

Figure 32-B: ENGINE ROOM FAN

Page 24 of 25 Addendum 1 – Whatcom County Bid #20-22

Figure 32-C: ENGINE ROOM FAN

Figure 32-D: ENGINE ROOM FAN

END OF ADDENDUM #1 – WHATCOM COUNTY BID #20-22 Page 25 of 25 Addendum 1 – Whatcom County Bid #20-22