Loading...
HomeMy WebLinkAbout05 - Amendment to On-Call M/RSA for Rescue Boat Haul Out ServicesQ �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report February 24, 2026 Agenda Item No.5 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Jeff Boyles, Fire Chief - 949-644-3101, jboyies@nbfd.net PREPARED BY: Lili Banuelos, Assistant Management Analyst - 949-644-3360, Banuelos@nbfd.net Kyle Brodowski, Fleet and Facilities Superintendent - 949-718- 3464, kbrodowski@newportbeachca.gov TITLE: Amendment No. One to On -Call Maintenance/Repair Services Agreement with South Coast Shipyard, Inc. for Rescue Boat Haul Out Services ABSTRACT: The City of Newport Beach owns a fleet of three lifeguard rescue vessels (rescue boats) that are used to conduct marine rescue and patrol operations. Maintenance of the rescue boats is overseen by the Newport Beach Fire Department's Lifeguard Division and the Municipal Operations Department's Fleet Division. The City's current contractor for rescue boat on -call haul out and maintenance services, South Coast Shipyard, Inc., was previously selected via a competitive bid process. Staff is requesting City Council approval to extend the term and increase the not -to -exceed amount of the agreement by an additional $150,000 for a new contract not -to -exceed amount of $270,000 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; and b) Approve Amendment No. One to On -Call Maintenance/Repair Services Agreement with South Coast Shipyard, Inc. for Rescue Boat Haul Out Services (Contract No. 9428-1) to extend the term to June 30, 2028, and to increase the contract amount by $150,000, for a total not -to -exceed amount of $270,000, and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: The Newport Beach Fire Department, through its Lifeguard Operations Division, operates three 29.5-foot, solid fiberglass hulled, twin -engine rescue boats manufactured by the Crystaliner Corporation. These boats are used to conduct marine rescue and patrol operations along the City's coastline, and are crucial resources in incidents involving Amendment No. One to On -Call Maintenance/Repair Services Agreement with South Coast Shipyard, Inc. for Rescue Boat Haul Out Services February 24, 2026 Page 2 missing swimmers, vessels in distress, mass rescues, recovery efforts, dive team operations, and any other incident requiring a swift response in the ocean environment. Large emergency boats have an expected replacement of 25 years per City Council Policy F-9. The existing hull design has proven to be incredibly durable; consistent maintenance and haul -out services, combined with engine maintenance performed by Municipal Operations Department mechanics, have extended the boats' lifespans. Haul out services require that the vessel be removed from water to undergo various safety checks, including, but not limited to: examination of the vessel's bottom paint and hull condition, a review of the rudder, driveshaft and various seals, cleaning/polishing of props, shafts, and anode studs, and removal and re -sealing of the deck. Any issues found are corrected via repair or replacement. Historically, haul out services and related repairs have been provided through local shipyards. On March 13, 2023, a Request for Proposals (RFP) No. 23-60 for Rescue Boat Haul Out Services was posted to the City's electronic bidding portal; approximately 118 vendors were automatically notified of the RFP. Four prospective bidders reviewed and/or downloaded the bid documents, and two vendors submitted responses. Only one bidder, South Coast Shipyard, Inc. (South Coast Shipyard) was deemed responsive, as the other bidder failed to include a complete response file. Following review of the responsive bid, South Coast Shipyard was awarded a three-year on -call maintenance agreement for a not -to -exceed amount of $120,000. South Coast Shipyard continues to provide quality work, and staff remains satisfied with the contractor's performance. Additionally, following a recent competitive bid process (Request for Bid No. 26-06), South Coast Shipyard was also awarded a contract to completely refurbish and repower one of the City's rescue boats and install new engines in the other two rescue boats. The current on -call agreement is set to expire on June 30, 2026, and is approximately 90% expended. In order to maintain current service levels and ensure continuity of service between the ongoing refurbishment and engine replacement projects with future haul out services, staff requests City Council approval of Amendment No. One to extend the term of the agreement to June 30, 2028, and increase the not -to -exceed amount of the agreement from $120,000 to $270,000 (an increase of $150,000). This increase will cover continued haul out services, on -call maintenance/unforeseen repairs, and possible engine work or modifications outside of the new engines' manufacturer's warranty. Additionally, the increase would accommodate rising parts and materials costs (wood, fiberglass, radio equipment, fuel tanks, etc.) from various suppliers. No changes to the labor rates are proposed, as the agreement already incorporates annual Consumer Price Index (CPI) adjustments. FISCAL IMPACT: Typical haul out services are approximately $5,000 per vessel and are done on an annual basis. As -needed repairs, replacements or modifications can include complete replacements of bilge pumps, engine removals and reinstallations, and large fiberglass Amendment No. One to On -Call Maintenance/Repair Services Agreement with South Coast Shipyard, Inc. for Rescue Boat Haul Out Services February 24, 2026 Page 3 hull repairs, and can cost upwards of $13,000 or more. The adopted budget includes sufficient funding for these services. It will be expensed to the Equipment Renovation account in the Municipal Operations Department, 7529032-911020. 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 — Photos of Haul Out and Repair Services Attachment B — Amendment No. One to On -Call MRSA with South Coast Shipyard, Inc. a SeaWatch III Haulout Port side view Deck build Console view Attachment B AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH SOUTH COAST SHIPYARD, INC. FOR RESCUE BOAT HAUL OUT SERVICES THIS AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 24th day of February, 2026 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and SOUTH COAST SHIPYARD, INC., a California corporation ("Contractor"), whose address is 223 21 st Street, Newport Beach, CA 92663, and is made with reference to the following: RECITALS A. On July 1, 2023, City and Contractor entered into a Maintenance/Repair Services Agreement (Contract No. C- 9428-1) ("Agreement") to perform fixed and on -call rescue boat haul out services for City ("Project"). B. The parties desire to enter into this Amendment No. One to extend the term of the Agreement to June 30, 2028, increase the total compensation, revise the Contractor's Project Manager, update the City's Project Administrator, revise notice information for both parties, and update the insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2028, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Two Hundred Seventy Thousand Dollars and 00/100 ($270,000.00), without prior written authorization from City." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontractor fees, in an amount not to exceed One Hundred Fifty Thousand Dollars and 00/100 ($150,000.00). 3. PROJECT MANAGER Section 5.1 of the Agreement is amended in its entirety and replaced with the following: "Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. The Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated John Lauritzen to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel." 4. ADMINISTRATION Section 6 of the Agreement is amended in its entirety and replaced with the following: "This Agreement will be administered by the Fire Department. City's Assistant Chief of Lifeguard Operations or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement." 5. NOTICES Section 23.2 of the Agreement is amended in its entirety and replaced with the following: "All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Fire Administrative Manager Fire Department City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660" Section 23.3 of the Agreement is amended in its entirety and replaced with the following: "All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: John Lauritzen South Coast Shipyard, Inc. 223 21 S' Street Newport Beach, CA 92663" 6. INSURANCE REQUIREMENTS As of the Effective Date of this Amendment No. One, Exhibit C of the Agreement shall be deleted in its entirety and replaced with Exhibit C, attached hereto and incorporated herein by reference. Any reference to Exhibit C in the Agreement and Amendment No. One shall hereafter refer to "Exhibit C" attached hereto. SOUTH COAST SHIPYARD, INC. Page 2 7. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] SOUTH COAST SHIPYARD, INC. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: �r1� By: Aa C. Harp n City Attorney ATTEST: Date: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Lauren Kleiman Mayor CONTRACTOR: SOUTH COAST SHIPYARD, INC., a California corporation Date: By: Peter Stewart Chief Executive Officer and President Date: By: Michelle Stewart Secretary [END OF SIGNATURES] Attachments: Exhibit C — Insurance Requirements SOUTH COAST SHIPYARD, INC. Page 4 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from bodily injury, property damage, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 SOUTH COAST SHIPYARD, INC. Page C-1 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Consultant's primary and excess/umbrella liability policies are exhausted. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees, or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess/umbrella liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as additional insureds under such policies. C. Primary and Non -Contributory. Consultant's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to the City, its City Council, boards and commissions, officers, agents, volunteers and employees. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. SOUTH COAST SHIPYARD, INC. Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Consultant ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Right to Review Subcontracts. Consultant agrees that upon request, all agreements with subcontractors or others with whom Consultant enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as SOUTH COAST SHIPYARD, INC. Page C-3 CG 20 38 04 13. D. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. H. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. SOUTH COAST SHIPYARD, INC. Page C-4