Loading...
HomeMy WebLinkAbout14 - Award of Lifeguard Rescue Vessel Refurbishment ProjectQ �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report September 23, 2025 Agenda Item No. 14 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Jeff Boyles, Fire Chief - 949-644-3101, jboyles@nbfd.net PREPARED BY: Raymund Reyes, Administrative Manager - 949-644-3352, rreyes@nbfd.net TITLE: Award of Lifeguard Rescue Vessel Refurbishment Project ABSTRACT: The City owns a fleet of three Lifeguard Rescue Vessels (Rescue Boats) that are used to conduct marine rescue and patrol operations. The Rescue Boats were originally built in 1985 (Seawatch III), 2003 (Seawatch 1), and 2007(Seawatch II) by the Crystaliner Corporation (Crystaliner). Seawatch III has been in operation well beyond its original service life of 25 years per City Council Policy F-9. Staff recently completed a procurement process to conduct a complete refurbishment and repower of Seawatch III. Staff now requests award of the project to South Coast Shipyard, Inc. of Newport Beach, California, including optional bid items for the purchase and installation of new powertrain units for Seawatch I and 11. RECOMMENDATIONS: a) Determine this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because this action will not result in a physical change to the environment, directly or indirectly; b) Award the Lifeguard Rescue Vessel Refurbishment Project to South Coast Shipyard Inc. for the total base bid amount of $466,020, plus Optional Bid Items No. 1 and No. 2, for a total award amount of $646,020; c) Establish a contingency of $46,600 (approximately 10% of the Base Bid amount) to cover the cost of any unforeseen work that may be required during the refurbishment process; d) Approve an agreement on a form approved by the City Attorney to provide a complete refurbishment and repower of Sewatch III, including the purchase and installation of replacement powertrains on Seawatch I and II; and e) Authorize the City Manager and City Clerk to execute the agreement. DISCUSSION: The Fire Department, through its Lifeguard Operations Division, operates three 29.5-foot, solid fiberglass hulled, twin -engine Rescue Boats manufactured by the Crystaliner Corporation. 14-1 Award of Lifeguard Rescue Vessel Refurbishment Project September 23, 2025 Page 2 These boats are used to conduct marine rescue and patrol operations along the City's coastline, and are crucial resources in incidents involving missing swimmers, vessels in distress, mass rescues, recovery efforts, dive team operations, and any other incident requiring swift response in an ocean environment. The Crystaliner design is still in use by a number of coastal California agencies, including Huntington Beach, Laguna Beach, and California State Parks Lifeguards. Seawatch III was manufactured in 1985 and was one of the City's two original Crystaliner Rescue Boats. Seawatch I was built in 2003 and increased the City's fleet of two Rescue Boats to three. Seawatch II was approved for purchase by Council in 2006 and built in 2007; this boat replaced the City's first Crystaliner Rescue Boat built in 1977. Large emergency boats have an expected replacement schedule of 25 years per City Council Policy F-9. The Crystaliner design has proven to be incredibly durable; regular maintenance, coupled with engine maintenance performed by Public Works Department mechanics, have extended the boats' lifespans. However, aging engines and parts availability are beginning to create challenges to these efforts. Callsign Build Date Original Purchase Price Approx. Years in Service Seawatch III 1985 N/A 40 years Seawatch 1 2003 $257,921.18 23 years Seawatch II 2006 $317,862.50 19 years In early 2024, Fire Department staff began discussions with the Finance Department's Purchasing Division and the Public Works Department on the possibility of replacing Seawatch III with a newly built unit. Staff reached out to Willard Marine, Inc. (Willard Marine) who had acquired the rights to manufacture the Crystaliner Rescue Boat design after Crystaliner Corporation went out of business in 2012. The City of Huntington Beach awarded a sole source purchase to Willard Marine for two Rescue Boats at a total cost of $600,003 per unit in 2022; it was anticipated that the City could purchase a new Rescue Boat via a similar sole/single source method, or piggyback off the Huntington Beach contract (as allowed by the City's Administrative Policy AP-001) for a similar price. However, the quote for one vessel (approximately $1,100,000) was nearly double the original 2022 price offered to the City of Huntington Beach. Due to cost and unexpected production delays experienced by the City of Huntington Beach, staff determined that the refurbishment and repower (with modern engines) of Seawatch III was a more viable option that could extend its service life for up to ten years. Although Seawatch III previously underwent an overhaul, a survey of Seawatch III was performed in October 2024. The survey noted that the vessel showed signs of good maintenance practices and regular care. 14-2 Award of Lifeguard Rescue Vessel Refurbishment Project September 23, 2025 Page 3 Fire Department staff worked with the Public Works and Finance Departments to prepare a scope of services and bid package. The bid documents included minimum qualifications requirements, a breakdown of the services and items requested, a new engine specification (or approved equivalent), and a maximum distance requirement (30 miles) to mitigate transportation costs to the repair facility. Optional items for the purchase of additional engines, or the purchase of engines with installation costs, were included for Seawatch I and II; both vessels are still under their 25 year replacement schedule but are also powered by the same aging Crusader 8.1 liter engines as Seawatch III. Request for Bid (RFB) 26-06 was posted on July 28, 2025 to the City's public bidding portal, PlanetBids. 170 vendors were automatically notified of the bid; 11 prospective bidders viewed and/or downloaded the bid documents, and four vendors attended the mandatory pre -bid meeting. Three vendors submitted bids by the August 28, 2025 due date. South Coast Shipyard, Inc. (SCSY) was the lowest qualified bidder (as based on the lowest base bid amount). Vendor Base Bid Optional Bid Optional Bid Total (Award based Item 1 (2 Item 2 (2 on lowest base engines plus engines plus bid amount) installation on installation on Seawatch I Seawatch II South Coast $466,020.00 $90,000.00 $90,000.00 $646,020.00 Shipyard, Inc. Kozwel $625,916.47 $219,190.63 $219,190.63 $1,064,297.73 Boatworks, Inc. Finco $934,500.00 No Bid No Bid $934,500.00 Fabrication Provided Provided SCSY is a local, Newport Beach based shipyard originally founded in 1938. SCSY first built vessels for the United States Navy during World War 2; the current owner took control in 1979 and the current facility (which was part of the original shipyard) has been in use since 1995. SCSY most recently completed a complete restoration and repower of all six of the City of Long Beach's rescue vessels, as well as a complete refit and repower of a privately owned Crystaliner Rescue Boat (former City of Long Beach vessel.) SCSY has also provided on -call and annual maintenance services for the City's Rescue Boat fleet over the last several years under an on -call agreement. Staff recommends that City Council award the refurbishment project to SCSY, including Optional Bid Items 1 and 2, for a total cost of $646,020.00. A contingency of approximately 10% of the base bid amount ($46,600) is also recommended to cover any unforeseen costs that may be incurred during the refurbishment process. The refurbishment of Seawatch III will take place following Council approval and award and is expected to be completed on or before May 1, 2026 (prior to the start of the summer season.) 14-3 Award of Lifeguard Rescue Vessel Refurbishment Project September 23, 2025 Page 4 The repower of Seawatch I and 11 will be staggered to maintain operational readiness and limit the number of vessels that are out of service at any one time. FISCAL IMPACT: Sufficient funding is available for this project in the Rolling Equipment Fund, Account No. 7529032-911016. As part of the Fiscal Year 2024-25 annual budget process, $1,100,000 was appropriated from the Equipment Internal Service Fund (752) reserves to purchase a new Rescue Boat. Of this amount, $692,620 was carried over into Fiscal Year 2025-26 to fund the project. The remaining $407,380 in budget savings will be returned to the Equipment Internal Service Fund reserves. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Refurbishment Requirements and Cost File Attachment B — Survey of Seawatch III 14-4 ATTACHMENT A REFURBISHMENT REQUIREMENTS & SPECIFICATIONS Instructions: Each specification mustbe completed to note as compliant ornot compliant. Initial the bottoms of each Page of the Specifications provided and remit as part of your Bid, acknowledging a demonstratgd understanding of the Vehicle Specifications and an ability to accommodate each component or specification. Any and all exceptions to the stated mandatory minimum requirements MUST be indicated on the Statement of Compliance (Attachment A) and identified by the Item Number listed in the specifications. Failure to note compliance or to list exceptions shall result in your Bid being deemed as non -responsive. Deviations from these specifications which exceed specified dimensions, capacity, quality or performance may be considered unless specific or maximum requirements are set provided the manufacturer submits full description and explanation of and justification for proposed deviations based on acceptable engineering practices. NOTE: IT SHALL BE ASSUMED THAT THE GRADE OFALL MATERIALS TO BE PROVIDED SHOULD BE MILITARY/MARINE GRADE WHERE APPLICABLE. SPECIFICATIONS ONE (1) COMPLETE REFURBISHMENTOF EXISTING 1985 YES NO NOREK T58 (CRYSTALINER) 29.5' FIBERGLASS RESCUE VESSEL, ALSO KNOWN AS AKA SEA WATCH III SECTION 1 1. Hardware 1.1 Replace All Through Hulls And Bonding System 1.2 All Hardware To Be 316 Grade Stainless Steel 1.3 Replace Bimini And S/S Piping 1.3.1 Navy Blue Sunbrella Canvas 1.3.2 Stainless Steel Structure. Weld To Current Radar Arch 1.4 Arch Refit With Proper Lighting And Update Antenna _ v Equipment 1.4 11 2 Led Deck Lights 1.4.2 2 Led Side Lights And Welded Brackets ✓ 1.4.3 4 New Antenna (Shakespeare Models Required By Each Device) 1.4.4 Whelen LED Blue Strobe 1.5 New Cushions V Berth And Two Crew Seats And Upholstery 1.5.1 Sunbrella Grey And New Foam V Berth Cushions (2) 1.6 Ring Buoy Racks 1.6.1 S/S West Marine Clips 1.7 Rub Rail 1.7.1 Black Uv Resistant And S/S ✓ 1.8 Removable seating -chairs -replace with similar style to SW1&2 RFB No. 26-06 INITIAL. 14-5 1.8.1 Operator and deckhand, stainless steel frame and fiberglass base and back with new sunbrella grey cushions. (Ref, to other NBFD vessels) 1.9 Fresh water plastic tanks 1.9.1 Fresh water pump w/ 3/" hoses 1.9.2 water heater included in the system 1.10 Anchor fittings and cleats 1.10.1 Stainless Steel 1.11 Sea Strainers 1.11.1 X2 Racor 1.12 Replace all fuel hoses, water and stainless steel hose clamps 1.12.1 USCG approved per engine and equipment specifications 1.13 Batteries x4 1.13.1 Optima Yellow Top (Group 31) 1.14 Magnetic Compass -Ritchie 1.14.1 6" with LED 1.15 Replace all Decals 1.15.1 LIFEGUARD, RESCUE, SEAWATCH III, CF, NBFD (Color: Navy) SECTION 2 2. Mechanical 2.1 Engine Driven Pump with stainless steel mounting bracket 2.1.1 Y-Valve Selector, Bilge And Inlet Attachment 2.2 Replace Rudders And Prop Shaft Seals And Associated Parts 2.2.1 Bronze Or Comparable To Current Material (after scan/inspection of existing) 2.3 Rudder Posts And Shaftways 2.3.1 Rebuild Structure/Glass And Secure With Stainless 2.4 Replace Fuel Tank 2.4.1 Aluminum, High -Quality, 120 Gallon (matched like for like capacity) 2,4.1.1 Fuel Gauge 2.4.1.2 Sending Unit 2.5 Steering System 2.5.1 Wheel — 20" spoked or approved equal 2.5.2 Hydraulic Hoses, Seastar Pump And Ramps 2.6 Replace Exhaust System (beyond manifolds or not otherwise included with engine package) 2.6.1 USCG Approved 4" or factory recommendation ✓ 2.6.2 2 new baffles 2.6.3 Elbows and Y's 2.7 Fuel/Water Separators ✓ 2.7.1 Brand: Sierra, with shut off valves, bronze 2.8 Fire Boy Fire System 2.8.1 Dual Tank System with Pull Switch and Indicator Light I:a�-l►1���II+:mil INITIAL: *QA- 14-6 2.9 NEW ENGINES (2) 2.9.1 ILMOR 5.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGE (OR_CITY APPROVED EQUAL) x 2 —which should consist of 2.9.1.1 Fresh water closed cooling - mechanical throttle and shift provision / - zf-68a transmission, 1.5:1 ratio - California 5-star emissions compliant -factory warranty - shipping skid Notes: llmor custom government engine package includes: - closed cooled exhaust manifolds. - crank mounted mk ii stainless steel raw water pump w/easy Remove impeller - easy access service points - 4" exhaust outlets - top mount rear engine marine grade starter for east access - self -recirculating on engine fuel pump module for long Service life - mechanical throttle adapter and harness - j1939 instrumentation data and engine harness - twin engine sync. Harness -170a high output marine grade alternator - super ultra low emissions (which meets EPA/CARS regulations) 2.10 New Gauges (if not included with engine package) 2.10.1 Velatron marine VMH 70 marine display 2.11 Morse Twin Controls 2.11.1 Cables and Connectors/Adapters 2.12 Marine digital media receiver with AM/FM radio and Bluetooth 2.11 VHF Radio — ICOM IC-M510 SECTION 3 3 Electrical 3.1 Rewire the entire vessel —AC and DC Systems: Must use Marine Grade Copper Tinned Wire. Additionally, use heat shrink/soldered connections, 16ga min, all new. 3.1.1 Circuit Breakers, Breaker Panel 3.1.1.1 Blue Seas Panel 3.1.1.2 Battery Voltmeter 3.1.2 Move Electronics into the companionway to accommodate new storage areas 3.2 Replace all Switches, Exterior Switch Panel 3.2.1 Blue Sea, Rocker Switches with Fuses 3.3 Shore Power inlet 3.4 2 Waterproof 12v DC Receptacles (USB A&C 4.0) RFB No. 26-06 INITIAL: *t-' 14-7 3.5 Inverter/Battery Charger, 3000 watt 3.6 Outlet —110v 3.7 New Simrad — GPS, Depth, Radar 3.7.1 Dual Screen Option 3.8 Bonding wiring/DC Current Protection/ 3.8.1 8 Gauge with zinc plates 3.8.1.1 Shaft, engine and rudder groundings , 3.9 Ignition Systems — switch to new with engines 3.10 Bilge Pumps, Float switches x3 3.10.1 Rule 1500s Integrated 3.11 1 Anchor Light, 2 Nav Lights — mounted to Arch - LED 6i3.12m Replace Deck Lights and Underwater Lights — LED SECiIQN 4 4. Construction 4.1 Construct New Fiberglass Structure at Helm, Center Companionway, and Port Side Cabinet Fabrication 4.1.1 Add Companionway Steps 4.1.2 Hatch to Ingress/Egress 4.2 Replace Underwater Swim Step/Platform 4.3 Rebuild the Middle 3 Deck Hatches to Current Newer Specifications 4.4 Air Vents, Port and Starboard, Below Combing, Replace/Rebuild Boxes 4.5 Move the Samson Post/Tow Bit Forward 4.6 Re -glass and Refurbish Rear Decks 4.6.1 Raise to Allow modern Rudder Posts, -fie Bars, Bearings, if Needed 4.6.2 New Wood/Fiberglass and Steel Structure to Accommodate 4.6.3 Build 3 New Hatches, Side Storage Areas, Two on Each Side 4.7 V Berth 4.7.1 Remove Cabinets and Reconfigure New; Set Up Vertical Space Port Side and Starboard 4.7.1.1 Hanging Locker 4.7.1.2 Three or Four Shelving Systems for Safety Equipment 4.8 Replace New Foredeck Hatch 4.8.1 Glass and Privacy Window 4.9 Paint (City to provide applicable Awlgrip paint codes prior to work) 4.9.1 Repaint V Berth Interior-- Blue 4.9.2 Repaint all Non -Skid Surfaces — Grey 4.9.3 Cockpit Interior and Heim — Blue 4.9.4 Repaint the Entire Hull of Boat and Combing 4.9.4.1 "Fighting Lady Yellow" 4.10 Bottom/Under Vessel 4.10.1 Strip Bottom Paint RFB No. 26-06 10 INITIAL: */�-, 4.10.2 Prime 4.10.3 Repaint Red 6M?BONDS!,REGISTRATION & DELIVERY Dealer shall complete all DMV registration and title documents as required by the State of California Department of Motor Vehicles (CA DMV) . CIF Number shall be registered to the following address: City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 *Please note that the registration address is different from the delivery address* ********************** City of Newport Beach - Equipment Maintenance Division Public Works Department 592 Superior Ave, Building D Newport Beach, CA 92663 PICKUP AND DELIVERY TO AND FROM 1901 Bayside Drive (where LG vessels are normally stationed) PERFORMANCE BOND Performance Bond for 100% of the awarded amount WARRANTY & MANUALS Provide 1 year warranty for fabrication/work 36-month/1000hr Manufacturer's Powertrain Warranty and ,i iyaG'4t3sd (this shall apply to the main refurbishment project as well as any awarded optional/additive bid items) CA-rs 3. Service/Technical Manual at time of delivery OPTIONAL/ADDITIVE BID ITEMS (ONLY AWARDED IF APPROVED BY CITY) 1. PURCHASE ANO INSTALLATION OF TWO (2) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITYAPPROVED EQUAL) FOR SEA WATCH I 2. PURCHASE AND INSTALLATION OF TWO (2) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITYAPPROVED EQUAL) FOR SEA WATCH 9W 11 3. PURCHASE ONLY OF (2) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE If jW PACKAGES (OR CITYAPPROVED EQUAL) I 4. PURCHASE ONLY OF (4) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITYAPPROVED EQUAL) INITIAL: RFB No. 26-06 14-9 QUESTIONS 1. Are you bidding on the exact specification indicated in this RFB or an equivalent? 2. If you are bidding with any equivalent items, please indicate them on the appropriate form. 3. What is your estimated delivery time? Can you complete 1 102 refurbishment and deliver the vehicle within the 180 day build Yam" schedule (and no later than May 1, 2026)? RFB No. 26-06 92 INITIAL: 14-10 COST FILE PROPOSED PRICING -- REFURBISHMENT OF ON (1 ) 1985 NOREK T58 "CRYSTALINER" LIFEGUARD RESCUE VESSEL BID ITEM COST SECTION 1 LABOR $ !Er000 � 0t) SECTION 2 MATERIALS $ 161, o tJ - a� SECTION 3 TAX ON MATERIALS $ P ZQ • d f PICKUP AND DELIVERY $� TOTAL BASE BID AMOUNT (AWARD OF BID SHALL BE BASED ON LOWEST TOTAL BASE BID) ADDITIVE/OPTIONAL BID ITEM NO. 1 (PURCHASEAND INSTALLATION OF TWO (2) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITYAPPROVED EQUAL) FOR SEA WATCH 1, WITH POWERTRAIN WARRANTY) $ / ADDITIVE/OPTIONAL BID ITEM NO. 2 (PURCHASE AND INSTALLATION OF TWO (2) ILMOR 6.2L GD1(430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITY APPROVED EQUAL) �D �d4 FOR SEA WATCH 11, WITN POWERTRAIN WARRANTY) foOD $ ADDITIVE/OPTIONAL BID ITEM NO. 3 (PURCHASE ONLY OF TWO (2) ILMOR 6.2L GDI (430 HP) GOV. INBOARD /� ENGINE PACKAGES (OR CITY APPROVED EQUAL) WITH 7 ?1 D �� 1 POWERTRAIN WARRANTY $ ADDITIVE/OPTIONAL BID ITEM NO. 4 (PURCHASE ONLY OF FOUR (4) ILMOR 6.2L GDI (430 HP) GOV. INBOARD ENGINE PACKAGES (OR CITYAPPROVED EQUAL) WITH POWERTRAIN WARRANTY $ RFB No. 26-06 pm 14-11 COST FILE Other Costs; in the space below, please indicate any other costs that may be associated with providing the requested services in this RFP that are not included in the table above. The costs provided in this section will not be used to assist in the determination of the contract award. Should additional space be required, use a separate page(s) and attach as part of the Cost File. P4 V od"�' Wx 'd- I <SD/'�r La 40",- 36�os� �ooaGrs 1 N`14v a M,pr r 14 vote d 411aL4V The undersigned certifies that submission of this Proposal is made without prior understanding, arrangement, agreement, or connection with any corporation, firm or person submitting a Proposal for the same services, and is in all respects fair and without collusion of fraud. The undersigned certifies that they have not entered into any arrangement or agreement with any City of Newport Beach public officer. The undersigned understands collusive practices are a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards, a gigs Pro set Sign ur Da fe 11 -To L413 L,P,u R k-rz� r� V. P. Printed Name and 'title RFB No. 26-06 zs 14-12 ATTACHMENT B { So Cal Surveys, LLC Survey Report Michael Dickinson, Accredited Marine Surveyor, SAMS Member Independent Marine Survey Services Crystaliner 29 Sea Watch III PO Box 367, Dana Point, CA. 92629 . telephone: 949.322.2567 . www.socalsurveys.com 14-13 Introduction SCOPE OF SURVEY.... VESSEL DESCRIPTION 3 4 APPRAISAL METHOD........................................................................................................................4 HULL DECK AND SUPERSTRUCTURE.................................................................................................. 6 BRIDGEDECK.................................................................................................................................... 7 PROPULSION.................................................................................................................................... 8 TRANSMISSIONS.............................................................................................................................. 9 FUELSYSTEM.................................................................................................................................... 9 ELECTRICAL SYSTEMS....................................................................................................................... 9 STEERING SYSTEM.......................................................................................................................... 10 THRU-HULLS................................................................................................................................... 10 SAFETY EQUIPMENT....................................................................................................................... 10 BILGEPUMPS................................................................................................................................. 11 BONDING SYSTEM.......................................................................................................................... 11 CABIN APPOINTMENTS.................................................................................................................. 11 ELECTRONICS AND NAVIGATION EQUIPMENT............................................................................... 12 FINDINGS AND RECOMMENDATIONS............................................................................................ 13 STATEMENT OF OVERALL VESSEL RATING OF CONDITION............................................................. 15 STATEMENT OF VALUATION........................................................................................................... 15 SUMMARY...................................................................................................................................... 16 2 14-14 Introduction SCOPE OF SURVEY Acting at the request of Southcoast Shipyard the attending surveyor did attend onboard the Crystaliner 29 Sea Watch III beginning 23 Oct 2024 where an in -water survey was conducted at Newport Beach, CA. The Hull Identification Number (HIN) not was verified from the transom. A sea trial was not performed with the surveyor. An out -of -water inspection of underwater machinery and the exterior of the hull's wetted - surface were performed. The reason for the survey was to ascertain the physical condition and value of the vessel. AC and DC power were used to check operation of the electrical systems were specified in this report only. No reference or information should be construed to indicate evaluation of the internal condition of the engines or the propulsion system's operating capacity. Electronic equipment was checked for "power up" only. This vessel was surveyed without removal of any parts including fittings, tacked carpet, fastened boards or panels, anchors and chain, fixed partitions, instruments, clothing, spare parts, loose gear, miscellaneous material in the bilges and lockers, or other fixed or semi -fixed items. Locked compartments or otherwise inaccessible areas would also preclude inspection. The owner is advised to open all such areas for further inspection. Further, no determination of stability characteristics or inherent structural integrity has been made and no opinion is expressed with respect thereto. This survey report represents the condition of the vessel on the above date and time and is the unbiased opinion of the undersigned. It is not to be considered an inventory or a warranty either specified or implied. The survey was conducted in a practical amount of time that will limit the depth and detail of the survey. Additional survey services for more in-depth inspections and evaluations are available at an hourly rate. OF REPORT: Under no circumstance will this report be photocopied, transcribed, paraphrased, nor quoted in whole or in part, without the specific written permission of so cal surveys, IIc. Each report is an original and is signed at the last page of the body of the report. Any use or reliance upon other than a verified original is prohibited and no duty on the part of So Cal Surveys, LLC or the attending surveyor accrues neither to the user nor to the third parties. This report of survey is submitted for marine insurance underwriting purposes only. Any use or reliance by any party whatsoever, other than a bona fide insurance underwriting concern for the purpose of insuring the subject vessel is prohibited and beyond the scope of the survey and the report and no duty on the part of So Cal Surveys, LLC nor the attending surveyor accrues to the user nor to the third parties. All findings, recommendations and opinions within this report are based upon the presumption that the subject vessel will be operated, use, and maintained in a manner consistent with those of a prudent mariner and those contained in, but not limited to Chapman Seamanship and Small Boat Handling. The prudent mariner closes all seacocks when leaving the boat unattended. The prudent mariner thoroughly checks the engine, and machinery spaces, and related gear for fluid leaks and fumes before each start-up. The foregoing is included as examples only. Unless a sea trial was conducted under the supervision of the attending surveyor, the survey was conducted with the vessel in a static state. Observations underway could reveal circumstances not detectable while at rest. The report of survey is a description of what was available to observation on the date of survey only. No predictions as to future durability are made or implied. Use, abuse, neglect and deterioration due to the marine environment can alter the vessels condition substantially in short order. Consequently, the attending surveyor and So Cal Surveys cannot be held responsible or liable for any condition aboard after the date of survey. It is recommended and understood that all diesel and gas engines be surveyed by a qualified engine surveyor to determine the condition of the engines, gears, pumps, heat exchanger's, coolers, structures, shafts, etc. a sea trial is strongly recommended to determine the functioning of the vessel and systems. OF SURVEY: The mandatory standards promulgated by the united states coast guard (USCG) under the authority of title 46 united states code (USC); title 33 and title 46, code of federal regulations (CFR), and the voluntary standards and recommended practices developed by the American Boat and Yacht Council (ABYC) and the national fire protection association (NFPA) have been used as guidelines in the conduct of this survey. The use of the word "appears" or "seems" is intended to indicate that a close or complete inspection was not possible or it was not deemed appropriate at the time of the survey. The deficiencies reported herein reflect the condition observed at the time the survey was conducted. 3 14-15 Introduction VESSEL DESCRIPTION The vessel is a commercial powerboat constructed of fiber -reinforced plastic with a modified V hull and twin inboard gasoline engines. The vessel has an open deck, open cockpit, and cuddy cabin. The vessel is in good operational condition. The vessel shows signs of regular maintenance and has above average equipment and electronics. The vessel is designed for near coastal commercial use. APPRAISAL METHOD The BUC guide values this vessel between $36,000 and $40,300 when adjusted for location and above average condition. There are no similar vessels currently on the market. The model year of the vessel could not be determined. The valuation is based on a year 2000 model. I have estimated the market value at $40,000. The replacement value is estimated at 200,000 based on the new price of similarly equipped vessels. This surveyor made no actual measurements or calculations during the inspection of the vessel. All reported measurements and capacities were taken from published sources or affixed labeling. The terms and words used in this report have the following meanings as used in this Report of Survey: APPEARS: Indicates that a very close inspection of the particular system, component or item was not possible due to constraints imposed upon the surveyor (e.g. no power available, inability to remove panels, or requirements not to conduct destructive tests). FIT FOR INTENDED USE: Use, which is intended by Survey Purchaser (present or prospective owner). SERVICEABLE: ADEQUATE: A particular system, component or item is sufficient for a specific requirement. POWER UP: Power was applied only. This does not refer to the operation of any system or component unless specifically indicated. EXCELLENT CONDITION: A particular system, component or item is new or like new. GOOD CONDITION: A particular system, component or item is nearly new, with only minor cosmetic or structural discrepancies noted. FAIR CONDITION: A particular system, component or item is functional "as is" with minor repair. POOR CONDITION: A particular system, component or item is unusable "as is", requires repair or replacement of system, components or item to be considered functional. 4 14-16 General Information FILE NUMBER ..................................... 24-1023 DATE AND TIME OF SURVEY ................ 23 Oct 2024 PLACE OF SURVEY ............................. Newport Beach, CA SURVEY PREPARED FOR .................... Southcoast Shipyard TYPE OF SURVEY ............................... Condition and Value NAME OF VESSEL ............................... Sea Watch III OVERALL VESSEL RATING .................. ESTIMATED MARKET VALUE ............... ESTIMATED REPLACEMENT COST...... HULL IDENTIFICATION NUMBER (HIN)... CALIFORNIA REGISTRATION NO........... MAKE OF VESSEL .............................. MODEL OF VESSEL ............................. BUILDER ............................................ YEAR BUILT ....................................... HULL MATERIAL ................................. HULL TYPE ........................................ LENGTH OVER ALL (LOA)................... BEAM................................................ DRAFT............................................... DISPLACEMENT .................................. PROPULSION SYSTEM ........................ FUEL TYPE ......................................... FUEL CAPACITY ................................. AC POWER ......................................... DC POWER ......................................... Above Average $40,000 200,000 Not Readable CF 2303 XC Crystaliner 29 Crystaliner Corp, Costa Mesa, CA Information not Available Fiber Reinforced Plastic Modified V 29' 5" (per BUC Guide) 11' 0" (per BUC Guide) 2' 6" (per BUC Guide) 11,000 Lbs (per BUC Guide) Twin Inboard Gasoline 150 Gallons (estimated) 120 VAC 30-amp 12 VDC 5 14-17 Systems HULL DECK AND SUPERSTRUCTURE HULL CONSTRUCTION: The hull is constructed of fiber -reinforced plastic in a V configuration with hard chines and strakes. The hull is stiffened by stringers and partial and full bulkheads. The hull is in good condition above the waterline. The interior of the hull is in good condition where accessible. The hull below the waterline is in good condition. Percussion soundings to the hull found no delamination. The bottom paint is in fair condition. There are no blisters or cracks sighted. BULKHEADS: The bulkheads are constructed of plywood covered with fiber -reinforced plastic and tabbed to the hull. The bulkheads and tabbing are in good condition. Percussion soundings to the bulkheads found no core damage or delamination. There is some damaged plywood in the bulkhead aft of the engine compartment at the starboard exhaust hose. B.1 (see findings and recommendations) R Y STRINGERS: The stringers and transverse members are constructed of fiber -reinforced plastic and tabbed into the hull and are in good condition. The wood strings supporting the engines are in good condition and secure. THE TRANSOM: The transom is in good condition. N. 14-18 Systems DECK CONSTRUCTION: The deck is constructed of cored fiber -reinforced plastic and is in good condition. Percussion soundings to the deck found no delamination or core damage to the deck. No cracks were sighted. HULL -TO -DECK JOINT: The hull -to -deck joint is an external overlap type covered by a rubrail on the outside and secured with fasteners and glue. There is no indication of impact damage to the hull -to -deck joint or the rubrail. DECK FITTINGS: The cleats are metal and are in good condition and secure. VENTILATION: Ventilation to the engine compartment is natural and mechanical and appears adequate. The blower is operational. There is only on bilge blower. The bilge blower does not extend to below the engines. 113.2, B.3 (see findings and recommendations) GRAB RAIL: The stainless -steel grab rails are in good condition and secure. ANCHOR PLATFORM: The anchor platform is integrated into the bow and is in good condition. BRIDGE DECK DESCRIPTION AND OBSERVATIONS: The vessel is operated from the cockpit offering good visibility with a full set of controls and gages. cockpit is protected by a canvas bimini that is in good condition. The 7 14-19 Systems PROPULSION Engine: Type Serial Number Model Number HP Rating Indicated Hours Port Crusader Not Sighted 454 315 2250.3 Starboard Crusader 670393 454 315 6197.1 OBSERVATIONS: The engines are in good operational condition with signs of regular maintenance. The engine THROTTLE CONTROLS: The throttle controls operated easily and are in good condition. ENGINE MOUNTS: The engine mounts are in good condition and secure. LUBRICATION: The engine oil appeared caramel in color with no indications of water and no grit. EXHAUST SYSTEM: The exhaust system is wet and appears in good condition. The hoses are in good condition and double clamped. There is corrosion and evidence of a leak at the starboard engine outboard exhaust. 13.4 (see findings and recommendations) PROPELLERS AND SHAFTS: The stainless -steel propeller shafts are in good condition. The shaft seals are in good condition and double clamped. The 3-blade bronze propellers are in good condition 18X20. The cutless bearings are in good condition. The struts are secure and in good condition. There is evidence of a leak at the port shaft seal. 13.5 (see findings and recommendations) COOLING SYSTEM: The engines are fresh -water cooled. The heat exchangers appear in good condition. The engine raw water pumps appear operational and appear in good condition. The port engine oil heat exchanger is not secure. 13.6 (see findings and recommendations) RAW WATER STRAINERS: The raw water strainers are in good condition and clear of debris. HOSES AND CLAMPS: The hoses and clamps are in good condition. W 14-20 Systems BELTS AND PULLEYS: The belts and pulleys are in good condition. TRANSMISSIONS Trans Drive Type Serial Number Model Number Gear Ratio Port ZF Marine 20206785 ZF 63 A 1.58 Starboard ZF Marine 20344699 ZF 63 A 1.58 OBSERVATIONS: The transmissions appear in good operational condition. FLUID LEVEL AND CONDITION: The fluid shows no signs of water or grit. CONTROLS: The controls operate easily and are in good condition. COOLERS: The transmission coolers appear in good condition. FUEL SYSTEM FUEL TYPE: Gasoline TANKS: The aluminum fuel tank appears secure and are in good condition. FILL PIPE: The fill pipe is secure. FUEL LINES AND FITTINGS: The fuel hoses are in good condition and are USCG rated Al and A2. The fill hoses are double clamped. VENTS: The fuel tank vents appear serviceable. ELECTRICAL SYSTEMS D.C. ELECTRICAL SYSTEM DESCRIPTION AND OBSERVATIONS: There are four 12-volt Optima batteries that appear in good condition and secure with spill containment for engine starting and house use. The wiring appears in good condition and properly secured. The house conductor appears to be properly over -current protected. The battery switches are operational. PANEL: The main panel is located in the cabin and is operational and properly labeled. CHARGING SYSTEM: The Lewco battery charger appears operational. The engine alternators appear operational. I7 14-21 Systems A.C. ELECTRICAL SYSTEM SHORE POWER: The 30-amp receptacle and shore power cord are in good condition. MAIN AND BRANCH CIRCUIT BREAKERS: The main breaker panel is in the salon and are operational and properly labeled. OUTLETS: The outlets are operational and properly polarized and GFCI protected. STEERING SYSTEM TYPE: The hydraulic steering operates smoothly with no notable play. There is no access to the rudderposts and seals. THRU-HULLS THRU-HULL: The thru-hulls below the waterline are bronze and are in good condition and secure. The thru-hulls above the waterline are stainless steel and are in good condition and secure. SEACOCKS: There is a bronze ball -type seacock on each of the thru-hulls below the waterline that are in good condition and operational. Purpose Type Seacock Condition Thru-hull Condition Engine Supply Bronze, Ball Good, Operational Good, Secure Engine Supply Bronze, Ball Good, Operational Good, Secure SAFETY EQUIPMENT SAFETY EQUIPMENT (US Coast Guard) PFD'S NUMBER AND TYPE: There are four type -II Personal Floatation Devices onboard that appear serviceable. THROWABLE PFD'S: There is one throwable Personal Floatation Device onboard that appears serviceable. FIRE EXTINGUISHER'S: There are two 131 fire extinguishers onboard that appear serviceable. VISUAL DISTRESS SIGNALS: The visual distress signals (flares) are current. SOUND DEVICES: The vessel's horn is operational. 10 14-22 Systems NAVIGATION LIGHTS: The navigation lights are operational. NO OIL DISCHARGE PLACARD: The No Oil Discharge placard is posted in the engine compartment. TRASH DISPOSAL PLACARD: The Trash Disposal placard is posted in the galley. AUXILIARY SAFETY EQUIPMENT E.P.I.R.B.: There is no EPIRB sighted onboard. FIRE ALARMS: There is no fire alarm sighted onboard. A.2 (see findings and recommendations) CARBON MONOXIDE DETECTOR/ALARM: There is no carbon monoxide detector sighted onboard. A.3 (see findings and recommendations) HIGH WATER ALARM: The high-water alarm is not operational. A.4 (see findings and recommendations) BILGE PUMPS DESCRIPTION: The Rule 2000 bilge pump is operational with a float switch and from the helm. BONDING SYSTEM MAIN BONDING CONDUCTOR: The bonding system is in good condition utilizing 8-gage wire. There is good continuity between the underwater metals. There is no bonding to the starboard strut. B.7 (see findings and recommendations) CABIN APPOINTMENTS INTERIOR DESCRIPTION: The interior is in good condition with typical wear. The cabin lights are operational. The skylight is operational with good seals. The cabinets are in good condition. The upholstery in the cockpit is in good condition. 11 14-23 Systems ELECTRONICS AND NAVIGATION EQUIPMENT VHF: The Icom IC-M605 VHF radio is operational. RADAR: The Simrad radar is operational. GPS/CHARTS: The Simrad GPS chartplotter is operational. COMPASS: The 3" Ritchie compass appears operational. ANTENNAS: The Shakespeare antenna is in good condition. DEPTH SOUNDER: The Simrad depth sounder is operational. INSTRUMENTATION: The engine instruments appear operational. 12 14-24 Findings and Recommendations FINDINGS AND RECOMMENDATIONS Deficiencies noted under A. SAFETY DEFICIENCIES should be addressed before vessel is next underway. These findings represent an endangerment to personnel and/or the vessel's safety and proper operating condition. Findings may also be a violation of USCG regulations. Deficiencies noted under B. OTHER DEFICIENCIES should be corrected in the near future so as to maintain standards and to help the vessel to retain value. The ABYC Standards and Technical Information Reports for Small Craft are the product of a consensus of representatives of government, industry and public sectors. It is intended solely as a guide to aid manufacturers and the marine community in the design, construction, equipage and maintenance of small craft. SAFETY DEFICIENCIES FINDINGS RECOMMENDATIONS A.1 The vessels hull id number is not readable Make the hull id number readable. at the transom. A.2 There is no fire alarm sighted onboard A.3 There is no carbon monoxide detector sighted onboard. Install a smoke detector or fire detection system. Install carbon monoxide detection system in each cabin in accordance with ABYC A-24 A.4 The high-water alarm is not operational. Make the high-water alarm operational. OTHER DEFICIENCIES FINDINGS B.1 There is some damaged plywood in the bulkhead aft of the engine compartment at the starboard exhaust hose. B.2 There is only on bilge blower. B.3 The bilge blower does not extend to below the engines. RECOMMENDATIONS Repair the plywood at the bulkhead. There shall be at least one powered blower for each gasoline engine used for propulsion. ABYC H-2.5.4.1 Extend the bilge blower inlet hose to the lower part of the bilge but above the bilge water level and secure in place. ABYC H- 2.6.3 B.4 There is corrosion and evidence of a leak at Repair the leak at the exhaust. the starboard engine outboard exhaust. B.5 There is evidence of a leak at the port shaft Inspect the shaft seal for leaks. seal. 13 14-25 Findings and Recommendations B.6 The port engine oil heat exchanger is not Secure the heat exchanger. secure. B.7 There is no bonding to the starboard strut. Inspect the bonding connections from the zinc plate to the struts. SURVEYORS NOTES AND OBSERVATIONS FINDINGS C.1 None RECOMMENDATIONS 14 14-26 Summary and Valuation STATEMENT OF OVERALL VESSEL RATING OF CONDITION It is the surveyor's experience that develops an opinion of the overall vessel rating of condition after a survey has been completed and the findings have been organized in a logical manner. The grading condition developed by BUC Research and accepted in the marine industry for a vessel at the time of survey determines the adjustment to the range of base value in the BUC Used Boat Pricing Guide for a similar vessel sold within a given time period as a consideration to determine the market value. The following is the accepted marine grading system of consideration: "EXCELLENT (BRISTOL) CONDITION", is a vessel that is maintained in mint or Bristol fashion- usually better than factory new- loaded with extras- a rarity. "ABOVE AVERAGE CONDITION", has above average care and is equipped with extra electrical and electronic gear. "AVERAGE CONDITION", is ready for sale requiring no additional work and normally equipped for her size. "FAIR CONDITION", requires usual maintenance to prepare for sale. "POOR CONDITION", has substantial yard work required and devoid of extras. "RESTORABLE CONDITION", is where enough of the hull and engine exists to restore the boat to usable. As a result of my investigation as shown in the Systems and Findings and recommendations sections of this Report of Survey, and by virtue of my experience my opinion is an Overall Vessel Rating of: Above Average STATEMENT OF VALUATION The "FAIR MARKET VALUE" is the most probable price in terms of money that a vessel should bring in a competitive and open market under all conditions requisite to a fair sale, the buyer and seller each acting prudently, knowledgeably and assuming the price is not affected by undue stimulus. Implicit in this definition is the consummation of a sale as of a specified date and the passing of title from seller to buyer under conditions whereby: Buyer and seller are typically motivated. Both parties are well informed or well advised, and each acting in what they consider their own best interest. A reasonable time is allowed for exposure in the open market. Payment is made in terms of cash in US dollars or in terms of financial arrangements comparable thereto; and The price represents a normal consideration for the vessel sold unaffected by special or creative financing or sales concessions granted by anyone associated with the sale. Therefore, after consideration of the reliability of the data the extent of the necessary adjustments and condition of the vessel, it is this surveyor's opinion that the "FAIR MARKET VALUE" of the subject vessel is: $40,000 The "ESTIMATED REPLACEMENT COST" indicates the retail cost of a new vessel of the same make/model with similar equipment offered by the same manufacturer. "ESTIMATED REPLACEMENT COST" of the subject vessel is: 200,000 15 14-27 Summary and Valuation SUMMARY In accordance with the request for a marine survey of the Crystaliner 29 for the purpose of evaluating its present condition and estimating its Fair Market Value and Replacement Cost, I herewith submit my conclusion based on the preceding report. The subject vessel was personally inspected by the undersigned on 23 Oct 2024 and was found to be in good operational condition with above average amount of equipment. The vessel showed signs of good maintenance practices and regular care. The condition of the engines could not be determined and it is recommended that a certified engine mechanic be hired to inspect the engines to determine their condition. With the understanding that a sea trial was not performed and subject to the correction of deficiencies listed under A. SAFETY DEFICIENCIES in section FINDINGS AND RECOMMENDATIONS, the vessel is considered to be suitable for its intended use. All deficiencies listed in section FINDINGS AND RECOMMENDATIONS should be attended to in a timely fashion especially A and B findings. The findings and deficiencies are not unusual for a vessel this size and age and are not extensive enough to affect the estimated fair market value. SURVEYOR'S CERTIFICATION I certify that to the best of my knowledge and belief: The statements of fact contained in this report are true and correct. The reported analyses, opinions, and conclusions are limited only by the reported assumptions and limiting conditions, are my personal, unbiased professional analyses, opinion, and conclusions. I have no present or prospective interest in the vessel that is the subject of this report, and I have no personal interest or bias with respect to the parties involved. My compensation is not contingent upon the reporting of a predetermined value or direction in value or direction in value that favors the cause of the client, the amount of the value estimate, the attainment of a stipulate result, or the occurrence of a subsequent event. I have made a personal inspection of the vessel that is the subject of this report. This report is submitted without prejudice and for the benefit of whom it may concern. ATTENDING SURVEYOR Michael R. Dickinson Accredited Marine Surveyor, SAMS Member 16 14-28