Loading...
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