HomeMy WebLinkAboutItem No. 11 - Agreement with Don Luginbill Roofing
Page 1 of 3
REPORT TO CITY COUNCIL
To:Honorable Mayor or Members of the City Council
From:Jason Simpson, City Manager
Prepared by:Rick DeSantiago, Public Works Manager
Date:February 14, 2023
Subject:Construction Agreement With Don Luginbill Roofing Inc. for Roof
Replacements at Fire Station #85, Fire Station #94, Neighborhood
Center, and Rosetta Canyon Sports Park
Recommendation
1. Approve and authorize the City Manager to execute a Construction Agreement with Don
Luginbill Roofing Inc., (DBA JJ Roofing) for Roof Replacements at Fire Station #85, Fire
Station #94, Neighborhood Center, and Rosetta Canyon Sports Park in an amount not to
exceed $721,037.00 in such final form as approved by the City Attorney; and
2. Authorize the City Manager to execute change orders not to exceed a 10% contingency
amount of $72,103.00 for uncertainties and adjustments.
Background
In September of 2022, staff-initiated proposals from local contractors from The Interlocal
Purchasing System, better known as TIPS Purchasing Cooperative, which assist in achieving the
best value for the participating public entities through cooperative purchasing.
It was determined that the existing roofs at Fire Station #85, Fire Station #94 and Neighborhood
Center, and Rosetta Canyon Sports Park need a significant amount of work ranging from:
•Cracked or loose roof tiles
•Repairs made with faulty materials
•Shingles have met their lifespan
•Caulking/sealant deterioration
•Improperly installed gutters
Construction Agreement for Roof Replacement
Page 2 of 3
Discussion
Staff has solicited three proposals for the replacement of roofs, and the recommended
repairs/replacement are identified below:
Fire Station #85
•Remove existing roofing
•Install a Class A ½" securock mechanically attached
•Install 2 layers of #15 ASTM paper
•Install Quarrix Double Roman composite tile 50-year material warranty
Fire Station #94
•Remove existing tile roofing and inspect the wood
•Deteriorated plywood sheeting replaced
•Deteriorated board lumber replaced
•Deteriorated facia replaced on a time and material basis
•Install Quarrix Double Roman pan tile with matching trim over two layers of #30 felt
underlayment and ½" gypsum board
•New metal drip edge installed at the perimeter
Neighborhood Center
•Remove existing roofing to the wood sheathing
•Install ½" gypsum substrate board over the plywood roof deck
•Install 60 mil PVC single-ply roof membrane with heat-welded seams
•Adhere the same membrane to walls and curbs
•Install a walkway protection pad to the service side of A/C units
•Replace pipe flashings with PVC
•Replace edge metal with PVC drip edge metal
•Replace gutter
Rosetta Canyon Sports Park
•Remove existing tile roofing and inspect the wood
•Deteriorated plywood sheeting replaced
•Deteriorated board lumber replaced
•Deteriorated facia replaced on a time of material basis
•Install Quarrix Double Roman pan tile with matching trim over two layers of #15 felt
underlayment and ½" gypsum board
•New metal drip edge installed at the perimeter
Construction Agreement for Roof Replacement
Page 3 of 3
The City received three proposals for repairs and roof replacement at Fire Station #85, Fire Station
#94, Neighborhood Center, and Rosetta Canyon Sports Park. The amounts of each proposal are
listed below:
Name of Company Amount
Don Luginbill Roofing Inc.$721,037.00
McDonnell Roofing Inc.$782,869.50
Shell Roofing Solutions $834,175.00
Don Luginbill Roofing Inc. has been competitively bid and priced on TIPS (The Interlocal
Purchasing System), Contract Number# 210205, with an expiration date of 4/30/2024. TIPS is a
National Cooperative Purchasing Program for member schools, colleges, universities, cities,
counties, and other government entities in all 50 states as authorized by each entity's jurisdictional
legal requirements. Region 8 Education Service Center, located in Pittsburg, Texas, is the lead
government agency for the cooperative. The primary procurement statute for the lead agency is
Chapter 44.031 of the Texas Education Code.
Waive of Competitive Bidding Procedures
Under Section 3.08.070(G) of the Lake Elsinore Municipal Code, the City Council can waive the
competitive bidding requirement that would otherwise be utilized for this purchase. In addition to
the benefits outlined above, repairs and roof replacements satisfy the City's requirements
compared to competitors with significant shortfalls in specifications and operating levels essential
to the City's needs. These benefits and characteristics suited to the City's specific needs support
the finding that waiving the competitive bidding requirement for this purchase is in the City's best
interest. Therefore, staff recommends that the City Council waive the competitive bidding
according to Municipal Code Section 3.08.070(G) and allow the City Manager to purchase the
repairs and roof replacement as outlined in this agenda report.
Following the approval of this agenda item, staff will execute an Agreement for the entire proposal
and schedule the Roof Replacements at Fire Station #85, Fire Station #94, Neighborhood Center,
and Rosetta Canyon Sports Park.
Fiscal Impact
Funds are available in the City's Fiscal Year 22/23 Capital Improvement Plan (CIP Project
#Z20005).
Attachments
Attachment 1 – Agreement
Exhibit A - Fire Station #85 Proposal
Exhibit B - Fire Station #94 Proposal
Exhibit C - Neighborhood Center Proposal
Exhibit D - Rosetta Canyon Sports Park Proposal
2
6
3
4
3
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
Don Luginbill Roofing Inc., (DBA JJ Roofing)
For the
Roof Replacement – Fire
Station #85, Fire Station
#94, Neighborhood Center
and Rosetta Canyon
Sports Park
CIP PROJECT NO. Z20005
This Agreement for Public Works Construction (“Agreement”) is made and entered into as
of February 14, 2023 by and between the City of Lake Elsinore, a municipal corporation (“City”)
and Don Luginbill Roofing Inc., (DBA JJ Roofing) (“Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
Roof Replacement – Fire Station #85, Fire Station #94, Neighborhood Center and
Rosetta Canyon Sports Park (CIP Project #Z20005)
The Project Documents include this Agreement and all of the following: (1) the Notice
Inviting Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted
by the Contractor, Contract Documents, General Specifications, Special Provisions, and all
attachments and appendices; (2) everything referenced in such documents, such as
specifications, details, standard plans or drawings and appendices, including all applicable State
and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and
affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or
extending the work contemplated as may be required to insure completion in an acceptable
manner. All of the provisions of the above-listed documents are made a part of this Agreement
as though fully set forth herein.
2.Compensation.
a.For and in consideration of the payments and agreements to be made
and performed by City, Contractor agrees to construct the Project, including furnishing all
materials and performing all work required for the Project, and to fulfill all other obligations as
set forth in the Bidder’s Proposal, such contract price being Seven Hundred Twenty-One
Thousand Thirty-Seven Dollars and Zero Cents. $721,037.00
b.City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms
and conditions herein contained and referred to, for the prices set forth, and hereby contracts to
pay the same at the time, in the manner, and upon the conditions set forth in the Project
2
6
3
4
3
Documents.
c.Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling
all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance
including those for well and faithfully completing the work and the whole thereof in the manner
and time specified in the Project Documents; and also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
3.Completion of Work.
a.Contractor shall perform and complete all work within 30 working days per
working location from the date of commencement specified in the Notice to Proceed, and shall
provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment,
and all taxes, utility and transportation services required for construction of the Project.
b.All work shall be performed and completed in a good workmanlike manner
in strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and
any other legal requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the City, the City Engineer, a City inspector, or a representative of any of
them, unless such act or omission actually prevents the Contractor from fully complying with the
requirements of the Project Documents, and unless the Contractor protests at the time of such
alleged prevention that the act or omission is preventing the Contractor from fully complying
with the Project Documents. Such protest shall not be effective unless reduced to writing and
filed with the City within three (3) working days of the date of occurrence of the act or omission
preventing the Contractor from fully complying with the Project Documents.
d.City and Contractor recognize that time is of the essence in the
performance of this Agreement and further agree that if the work called for under the Agreement
is not completed within the time hereinabove specified, damages will be sustained by the City
and that, it is and will be impracticable or extremely difficult to ascertain and determine the
actual amount of damages the City will sustain in the event of, and by reason of, such delay. It
is, therefore, agreed that such damages shall be presumed to be in the amount of Click or tap here
to enter text. per calendar day, and that the Contractor will pay to the City, or City may retain
from amounts otherwise payable to Contractor, such amount for each calendar day by which
the Contractor fails to complete the work, including corrective items of work, under this
Agreement within the time hereinabove specified and as adjusted by any changes to the work.
4.Changes to Work. City and Contractor agree that the City may make changes to
the work, or suspend the work, and no matter how many changes, such changes or
suspensions are within the contemplation of the Contractor and City and will not be a basis for a
compensable delay claim against the City nor be the basis for a liquidated damage claim
against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed
by the City and the Contractor, stating their agreement to the following:
a.The scope of the change in the work;
2
6
3
4
3
b.The amount of the adjustment to the contract price; and
c.The extent of the adjustment to the Schedule of Performance.
The City Engineer is authorized to sign any change order provided that sufficient
contingency funds are available in the City’s approved budget for the Project. All change in
the work authorized by the change order shall be performed under the applicable conditions
of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously
as possible the appropriate adjustments for such changes.
5.Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price
in the form that complies with the Project Documents and is satisfactory to the City Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise
disposed of by Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of
Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost
and expense, keep in effect or obtain at all times during the term of this Agreement, any
licenses, permits, insurance and approvals which are legally required of Contractor to practice
its profession. Contractor shall maintain a City of Lake Elsinore business license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, the County and Board Supervisors, and volunteers from
and against any and all losses, liability, claims, suits, actions, damages, and causes of action
arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation
of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by
the willful misconduct or negligent acts or omissions of Contractor or its employees,
subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality
or character of their work. The foregoing obligation of Contractor shall not apply when (1) the
injury, loss of life, damage to property, or violation of law arises from the sole negligence or
willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions
of Contractor or its employees, subcontractor, or agents have contributed in no part to the
injury, loss of life, damage to property, or violation of law. It is understood that the duty of
Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section
2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements
required under this Agreement does not relieve Contractor from liability under this
indemnification and hold harmless clause. This indemnification and hold harmless clause shall
apply to any damages or claims for damages whether or not such insurance policies shall have
been determined to apply. By execution of this Agreement, Contractor acknowledges and
agrees to the provisions of this Section and that it is a material element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure
and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager,
the following insurance policies.
2
6
3
4
3
i.Workers’ Compensation Coverage. Contractor shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days
prior to such change. The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Contractor for City. In the event that Contractor is exempt from Worker’s
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California, Contractor shall submit to the City a
Certificate of Exemption from Workers Compensation Insurance in a form approved by
the City Attorney.
ii.Commercial General Liability Coverage. Contractor shall maintain
commercial general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a
commercial general liability insurance form or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to the work to be performed
under this Agreement or the general aggregate limit shall be at least twice the required
occurrence limit. Required commercial general liability coverage shall be at least as
broad as Insurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii.Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance Services
Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No
endorsement may be attached limiting the coverage.
iv.Builder’s Risk Coverage. Prior to the commencement of any
construction of the Project, Design-Builder shall obtain (or cause to be obtained) and
keep in force during the term of any construction, builder’s risk insurance insuring for all
risks of physical loss of or damage (excluding the perils of earthquake and flood).
v.Professional Liability Coverage. Contractor shall maintain
professional errors and omissions liability insurance appropriate for Contractor’s
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Contractor’s services under this Agreement, whether such services are
provided by the Contractor or by its employees, subcontractors, or sub consultants.
The amount of this insurance shall not be less than one million dollars ($1,000,000)
on a claims-made annual aggregate basis, or a combined single limit per occurrence
basis.
b.Endorsements. Each general commercial liability and automobile liability
insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII
and shall be endorsed with the following specific language:
2
6
3
4
3
i.The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii.This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self-insured retention the City may have,
shall be considered excess insurance only and shall not contribute with it.
iii.This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv.The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v.Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi.The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d.Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
10.Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Contractor:Don Luginbill Roofing Inc.
Attn: Don Luginbill
2
6
3
4
3
2011 Spruce Street
Riverside, CA 92507
2
6
3
4
3
11.Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12.Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13.Assignment and Subcontracting. Contractor shall be fully responsible to City for
all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations
of the Contractor under this Agreement will be permitted only with the express consent of
the City. Nothing in this Agreement shall create any contractual relationship between City and
any subcontractor nor shall it create any obligation on the part of the City to pay or to see to
the payment of any monies due to any such subcontractor other than as otherwise is required
by law.
14.Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
17.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18.Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties
shall mutually agree upon the mediator and share the costs of mediation equally. If the parties
are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor
in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter
the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
19.Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the
Agreement. Each party warrants that the individuals who have signed this Agreement have the
legal power, right, and authority to make this Agreement and to bind each respective party. The
City Manager is authorized to enter into an amendment or otherwise take action on behalf of the
City to make the following modifications to the Agreement: (a) a name change; (b) grant
extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or
terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of
the City.
20.Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
2
6
3
4
3
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or
violation of this warranty, City shall have the right to rescind this Agreement without liability. For
the term of this Agreement, no member, officer or employee of City, during the term of his or her
service with City, shall have any direct interest in this Agreement, or obtain any present or
anticipated material benefit arising therefrom.
21.Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
22.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general prevailing
rate of per diem wages as determined and as published by the State Director of the Department
of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of
these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of
Lake Elsinore and are available for review upon request.
b.Contractor's attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State's wage and
the hours laws will be enforced.
c.Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The
statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been
awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish
electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016,
Contractor and its subcontractors must furnish electronic certified payroll records to the Labor
Commissioner without regard to when the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship
Committee nearest the site of the public works project, which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen to be used in the performance of the Agreement. The Contractor is
required to make contributions to funds established for the administration of apprenticeship
programs if the Contractor employs registered apprentices or journeymen in any apprenticeable
trade and if other contractors on the public works site are making such contributions.
Information relative to apprenticeship standards, contributions, wage schedules and other
requirements may be obtained from the State Director of Industrial Relations or from the Division
of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful
to refuse to accept otherwise qualified employees as registered apprentices solely on the
2
6
3
4
3
grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e.Eight hours labor constitutes a legal day's work, as set forth in Labor
Code Section 1810.
23.Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
2
6
3
4
3
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date
first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
“CONTRACTOR”
Don Luginbill Roofing, Inc. (DBA JJ Roofing)
City Manager
ATTEST:
By: Don Luginbill
Its: Owner
City Clerk
APPROVED AS TO FORM:
By:Click or tap here to enter text.
Its:Click or tap here to enter text.
City Attorney
Assistant City Manager
EXHIBIT A
CONTRACTOR’S PROPOSAL
[ATTACHED]
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
2011 Spruco Stre€t
Rive{side, Celifomis 92507
P.O. Box 5657
Riverside, CA 925'1 7-5657
Don Lwinbill Roofing lnc.,
dba JJRC,OAilG
Siala t,bonse ,vo. ,09528
(951)78+ROOF
(95118+7663
FAx: (951)78+7677
@ Phone i'lo.
do John Slegin with Roof Resource FAX:
130 S. Main St.
Lake Elsinore. CA 92530
We propo€e to fumish th€ folloring mat€tials ard perform a[ labor necessary to comd€te the loof at:
Fire Staiion #85 294OS Grand Ave. Ld(e Elsinore
Remove existing roofirE and haul anay.'
lnstall a class a %' securcd( mechanislly altached.
lnstall 2 layers of '15# asim paper.
lnstafl Qu;rix Oouble Romin composlte tib 5() year materid waranty p€r manufac,turers r€commendatbns.
Clean up dd haul a^ray all our debris on a daity basis.
NOTE: .lI uould uo|* is ne€d€d add slo.oo a square foot for plylvood and $14.00 a linear foot for
board sheathing.
ExcMe: Two flat roob on th€ rear d ths buiHing, bonds, Gbestos abatemenumoH remediation, framing or
strudural repairs, removing or ming of any rnschanbal equipment, guiters/doflnspouts. painting, plumbirE'
electrical, waierproofing and ansulatbn.
The above wo* to be completed in a substantial and workmanship like rnannet for tho sum of:
Two Hundred & Fourteen Thousand, Seven Hundr€d & Fotly Tvio Dollars $ 214,742'00
PROPOSAL AND CONTRACT
We are fulty covsred by u.orkmen's comperEatbn and public liability insurance.
Cari€r's names and polhy numbors availado on requesl.
Resp€cttully Submitted.
J J ROOF'NG
Terms: Net cash on comdgtion. 2 -year guarantee'
ThiS 066r valu for oie vt,E€k frofi daia ot aslinrate. Any dteralbns or d6yidinrs fro.n ttB sbo,e sp.cificelions or boiHillg plans
twolvhg ertra cost of labo. or mat6.ial $, b€cdis an additirnd (,tergs d€.thr p.ke quoted in lhb 6slinrat6'
tt or.a tit is accoptco. vrort r,def tli6 co.!tra.l6hel cornrE rco rlot Liri, th.n .2022 a.d will ba oofiplet€d
by , 2022. nt comCelidl dab slrel b€.xbtrrcd to atry d€t ys causcd bv tlcl€rynt.*:4Jt€r'
a;.irrer{a. ihonaCcs d ntatrdat or bbor and otrEr ddays uaavoidago ot bqaond J J Roof6p s clot ol. J J Rodng_s failuc.
wflhod tadd Bxcus!. !o coml'lenc. urort wilhin 20 deF tom dab spGo'fied in lhis agt onl€ni shall co.lslitub a viraliir.! d tho
C.aot€clo(s Lir.rEa t6 . J J Roofing sha! bc ds6rl!€d'O trare srtsbaafy conrE{rcsd *!rk wtEn it t'lo\,e3 cquixnct{ orrb ttE
iob !rib.
it Oriralay accets is rqrilld b ilErs{ roafinO, m assufio no lblifty 6. damage b diYa*ay caus€d by r,riJlt of hd(s
lryho &molilioi is iEca6sa,y. ou,nor or tenaal ii r€s9oosbl6 to tal€ rEcar6ary pa€cautofls a0ainEt int6rioa damego catl3cd by
dust or d6t is.
Accept€d by:
SOnalure
Printed ttame & Title
Date 2022 Se embet 27,2022
THE TERMS AND CONDITIONS APPEARING ON THE REVERSE SIDE OF THIS OOCUMENT ARE INCORPORATEO
INTO, AND MADE A PART OF, THIS DOCUMENT.
Don Luginbill, Estimator
White/Orbinal, Customer Yellorr/Acc€olance, Sign & Return PinUFile Copy
201 1 Spruce Street
Riverside, CA 92507
Mailinq Addres
P.O. Box 5657
Riverside, C A 92517 -5657
Don Luginbill Roofing lnc.,
dba J J ROOFING
State License No. 409528
(951)784-ROOF
(951)784-7663
F^x: (951)784-7677
PROPOSAL AND CONTRACT
City of Lake Elsinore Phone No.
c/o Jose Torres - RoofSource FAX:
130 S. Main St.
Lake Elsinore, CA 92530
We propose to furnish the following materials and perform all labor necessary to complete the roof at:
Fire Station #94: 22770 Railroad Canyon Road, Lake Elsinore, CA
WORK TO BE PERFORMED:
Remove existing tile roofing and inspect wood
'deteriorated plywood sheeting replaced at $10.00 per sq ft ADD
'deteriorated board lumber replaced at $14.00 per lin ft ADD
'deteriorated facia replaced on time and material basis ADD
lnstall Quarrix Double Roman pan tile with matching trim over two layers of 30# felt underlayment and %" gypsum board
New metal drip edge installed at perimeter
Miscellaneous: Price includes fifty (50) year material- two (2) year labor warranty
Exclusions: Permits, bonds, ponding water, woodwork (other than listed above), waterproofing, sheetmetal,
gutters/downspouts, plumbing, electrical, HVAC work and any insulation.
The above work to be completed in a substantial and workmanship like manner for the sum of:
Two Hundred Eighty Five Thousand Six Hundred Forty Five Dollars $285,645.00
Terms: Net cash on completion. 2-year guarantee.
. This offer valid for one week from date of estimate. Any alterations or deviations from the above specifications or building plans involving extra
cost ol labor or materialwill become an additional charge over the price quoted in this estimate.
. lf this bid is accepted, work under this conkact shall commence not later than ,2022 and will be completed by
,2022. The completion date shall be extended for any delays caused by inclement weather, accidents, shortages of material or labor and other
delays unavoidable or beyond J J Roofing's control. J J Roofing's failure, without laMul excuse, to commence work within 20 days from date
specifled in this agreement shall constitute a violation of the Contractors License Law. J J Roofing shall be deemed to have substantially
commenced work when it moves equipment onto the job site.. lf driveway access is required to install roofing, we assume no liability for damage to driveway caused by weight of trucks.. When demolition is necessary, owner or tenant is responsible to take necessary precautions against interior damage caused by dust or debris.
We are fully covered by workmen's compensation and public liability insurance.
Carrier's names and policy numbers available on request.
Accepted by:
Respectfully Submitted.
J J ROOFING
ITi.tha.rd B Luai,nh L
Signature
Rick Luginbill, Estimator
Signature
Printed Name & Title
20tl Spruce Strs€t
Rivqsire, Calibmla
92il7
bllit,.W:
PO. 8ox 5657
Riverside, CA 925 t7-5657
Don Luginbi[ Roofing lnc.,
dba JJ SOOFlflG
Sate thorce ,,ro. .@528
PROPOSALAND CONTRACT
(951 )78,|-ROOF
(gsl )78+7663Fr\x; (951[84-7677
City of Lako Elsinors
cJo John S€gh wi0r Root R6ourEe
130 S. Main St
Lake EbinorB, CA 92530
Acceptod by:
Signature
Phooo tlo. 951.674.3'1 24
FAX:
We propose to fumish the following maiedals and perform all labor necessary to coanpbb the rcol at
NeighborM Center 117 S. Langstaf St. Lake ElsinorB, CA 92530
Work to bG o.do.tncd LOU, SLOPE ROOF AREIS:
o R$rcve exisling rodng to wood shoathing. 'ir6p€ct sheatfrE.
Ths h6e bi, includ€o up to 10% €f w@d deck rodacomod b(n addilioial dryrEt slE€ting tspbcsd at t10.00 per sq
ft ADD ard dry boad lumbor dryrot Gdaced at t14.m pgr [n lt ADO
lnslo PVC slogta pty taf sys&,m co,rstsdtry ol ahe lo oqlrrg:. lnstall r,f gypelllnsuDat-ateboa.doverplywoodrooldeck. lnsta 60 mfl PVC single ply roof rn€mbrane with heat relded seams. Adh6r6 sarng r€mbl.an6 to walls and orbs. lnstall w:allcr.ay protectirn p8d to service sk e ofa/c units. Reptace pipe f,aEhings with ryC dpe f,ashingE. Roplace edg8 rnstal w h PVC drlp edgs metd. The gutbr wn b€ Eplacsd with nsw at rcof lovd. Clean up and haul away our debris. Labor and matorial relgaaes upon completion
Altemate Bid: lnstall 80 mil FryC lringlo-dy (h lbu of 60 mt) on dl ist rcof arBas: (soe allemalo pfto b€low)
Mis.allaneous: hi@ indtdes manu[ad)rer's tuenty (m) yeat'no alolhr linif bbr and natetial wdranty on bas6 bid,
lwenly fiw (25) yqt & a,temale.
Exdusions: Pemib, bonds, roofirE lhe ttrc snalld€cks on r€ar, a6b€rilc abatElr€nurnold rsnodialiofl, sDodwork (other
ihan plFvood list€d abovB), v.alloay prct€clion pads, framing oa slruciural rBpairs, rgrroving abandoned equipment or
pipes, sheqlrn€tal, gutlerVcd€dor boxos/downspouts, painting, plumt ng, elecaical, HVAC wolk (induding qrrbs,
ductwort, cfickets, etc.), and any insdatbn (tapored or rsgular).
The above veork b be cornplebd in a substantial and workmanship like manner for the sum ot
Base Bid 20 y6ar 60 mil PVC: One Hundr€d T!rerity T$o Ttpusand Six Hundred Dollars
Aftemate Btu, 25 yr 80 mil H/C: One Hurdrcd Tweflty S€ven Tholsand Tu,o Hundrcd Fifry Do{als
$122,600.00
t127,2fi.O0
Terms: Net cash on cornpleliofl. 2().year guarantee.
. Thb olte. l* br qlo r'rd( ftqn dsb o, atnds. any &diorB 6 d€vlrtix|. nqn lf|o .Dor. rp€dfi.dixB d blnhe Ctls ihoh,tlg €xre cod
of labor o. mabrbl lvl b@no &| aaLltollrl clEga or/5a tr p.ica qJobd h n* aadme.. lf lhb tid k acc€pl€d, {/dk undo. thb ca|t'a6l sh.l conrn€rlc rcl bt r lian ,m22 lrd $I bo complol€d by
, m22. I|e cdnplo{ion de shat bo ad.nd.d ft. afly dcrrF ca.i6€d b, llcl€rnod wea0|€r, acddonb, dldtagE3 cf rrder!{ o. lab(r and olher
ddaF u'lavdlatb o. baF.|d J J Rodng'6 cstd. J J Rodnob lakIB. wltDd lawh, orcu6a, b conInglc. xo.l rihh 20 (hF liom dato
6pacli6d h tib aorodrEi ahal cooldtrto r ,otdbn of th€ Cdffi.! tirllra l"ew. J J Rooetg lhd !. doofiEd to hsva lubstanlially
corynsrc.d n t rl|ar t rlloi/E sqillElt ato ft Fb Eb.. rdrivsky.cc6 b l€quild to n6t l irdiu r. aslurb m tffly h. drraob !o divohy.au!.d by sirn o,tuct3.. When dorm&ibo b nocassa.y, c^lrler n Enart b rc.porBlbh b tarG n€.€6sary p.ecauli,|s agaimt inisrio. dan ge caGed by dud or debrb.
We arE fuly covolEd by wortmen's cornpsnsaton and puuic liability insurancg.
Canier's nanlf,s and Nicy nurnOels ar€ibDls o, ,€gt esL
Pdnted Name & Trte
Date
THE TER'iIS ANO CONOITIONS APPEARING ON THE REVERSE SIDE OF THIS OOCUMENT ARE INCORPORAIED INTO, AND
MADE A PART OF, THIS DOCUMENT.
2022
Respecttr[ty Submittgd.
J J R(X)HNG
Pal,ol A lp;J
Sirnatu.s
Rld( Luginbill, Eslimator
No!/€f.ttu 1, 2gzr\Ot'14, 2022
2011 Spruce Street Don Luginbill Roofing Inc., (951)784-ROOF
Riverside, CA 92507 dba J J ROOFING (951)784-7663
Mailing Addres State License No. 409528 FAX: (951)784-7677
P.O. Box 5657
Riverside, CA 92517-5657
PROPOSAL AND CONTRACT
City of Lake Elsinore Phone No.
c/o Jose Torres - RoofSource FAX:
130 S. Main St.
Lake Elsinore, CA 92530
We propose to furnish the following materials and perform all labor necessary to complete the roof at:
Rosetta Park: 39423 Ardenwood Way, Lake Elsinore, CA
WORK TO BE PERFORMED:
Remove existing tile roofing and inspect wood
*deteriorated plywood sheeting replaced at $10.00 per sq ft ADD
*deteriorated board lumber replaced at $14.00 per lin ft ADD
*deteriorated facia replaced on time and material basis ADD
Install Quarrix Double Roman pan tile with matching trim over two layers of 15# felt underlayment and ½” gypsum board
New metal drip edge installed at perimeter
Miscellaneous: Price includes fifty (50) year material- two (2) year labor warranty
Exclusions: Permits, bonds, ponding water, woodwork (other than listed above), waterproofing, sheetmetal,
gutters/downspouts, plumbing, electrical, HVAC work and any insulation.
The above work to be completed in a substantial and workmanship like manner for the sum of:
Rosetta Park 39423 Ardenwood Wy: Ninety Three Thousand Four Hundred Dollars $ 93,400.00
Terms: Net cash on completion. 2-year guarantee.
• This offer valid for one week from date of estimate. Any alterations or deviations from the above specifications or building plans involving extra
cost of labor or material will become an additional charge over the price quoted in this estimate.
• If this bid is accepted, work under this contract shall commence not later than ,20 23 and will be completed by
, 2023. The completion date shall be extended for any delays caused by inclement weather, accidents, shortages of material or labo r and other
delays unavoidable or beyond J J Roofing’s control. J J Roofing’s failure, without lawful e xcuse, to commence work within 20 days from date
specified in this agreement shall constitute a violation of the Contractors License Law. J J Roofing shall be deemed to have substantially
commenced work when it moves equipment onto the job site.
• If driveway access is required to install roofing, we assume no liability for damage to driveway caused by weight of trucks.
• When demolition is necessary, owner or tenant is responsible to take necessary precautions against interior damage caused by dust or debris.
We are fully covered by workmen’s compensation and public liability insurance.
Carrier’s names and policy numbers available on request.
Respectfully Submitted.
Accepted by: J J ROOFING
_________________________________ Richard B Luginbill
Signature Signature
________________________________ Rick Luginbill, Estimator
Printed Name & Title
Date ______________________, 2023 February 6, 2023
THE TERMS AND CONDITIONS APPEARING ON THE REVERSE SIDE OF THIS DOCUMENT ARE INCORPORATED INTO, AND
MADE A PART OF, THIS DOCUMENT.
White/Original, Customer Yellow/Acceptance, Sign & Return Pink/File Copy