HomeMy WebLinkAboutItem 6d. Authorization to award 879 Morro Roof Replacemetn, Specification No. 2000075-10 Item 6d
Department: Public Works
Cost Center: 9501
For Agenda of: 4/7/2026
Placement: Consent
Estimated Time: N/A
FROM: Aaron Floyd, Public Works & Utilities Director
Prepared By: Allie Genard, Capital Projects Manager I
SUBJECT: AUTHORIZATION TO AWARD 879 MORRO ROOF REPLACEMENT,
SPECIFICATION NO. 2000075-10
RECOMMENDATION
1. Approve the project plans and special provisions for the 879 Morro Roof Replacement,
Specification No. 2000075-10; and
2. Award a construction contract (Attachment A) to Ranger Roofing and Solar in the
amount of $189,074.96 for the 879 Morro Roof Replacement, Specification No.
2000075-10; and,
3. Authorize staff to issue a Purchase Order to Brezden Pest Control Inc., following
completion of the roofing project, at an amount within the remaining available project
budget; and,
4. Authorize a transfer of $24,948.21 from Sewer Fund Completed Projects to support
the roofing project and pest control work; and,
5. Authorize the City Engineer to approve Contract Change Orders, provided they remain
within the approved project budget or any amended budget subsequently authorized
by the City Manager.
POLICY CONTEXT
On May 17, 2022, Council approved a Purchasing Policy Update to the Financial
Management Manual (Resolution No. 11328), requiring Council authorization for Public
Works contracts exceeding $200,000.
DISCUSSION
Background
The Utilities Department Administration building roof at 879 Morro Street was last
replaced in 2001 as part of a Tenant Improvement (TI) and renovation project. Since then,
the roofing system has exceeded its useful life and developed multiple leaks, which have
been temporarily addressed through ongoing maintenance. A full roof replacement is now
required. Staff have worked with an architectural consultant team to prepare project plans
Page 73 of 251
Item 6d
and specifications for construction. In addition to the roofing system, staff observed
termite damage in the rafters supporting the roof. After the roofing project is complete,
staff will coordinate a termite remediation project (Attachment B).
The 879 Morro Roof Replacement Project (Project), Specification No. 2000075 -10, was
previously bid in the summer of 2025, with bids opened on July 17, 2025. Three bids were
received and all were deemed non-responsive; therefore, the project was not awarded.
The Project was re-advertised, with bids opened on February 12, 2026. Two bids were
received from Ranger Roofing and Solar and Southland Roofing Inc. The bid results are
listed below:
Contractor Bid Total
Engineer’s Estimate $ 225,000.00
1 Ranger Roofing and Solar $ 189,074.96
2 Southland Roofing Inc. $ 194,380.00
Ranger Roofing and Solar (Ranger) provided the lowest responsive bid in the amount of
$189,074.96. The contractor’s references, license, and registration with the Department
of Industrial Relations have been verified.
On February 13, 2026, staff received a bid protest letter from Southland Roofing Inc., the
2nd low bidder (Attachment C). The letter alleges that Ranger is not certified to install
Garland roofing products, which are specified in the project’s special provisions , but may
be substituted with an approved equal. Staff forwarded the bid protest letter to the low
bidder, Ranger, on February 20, 2026. Ranger responded with a letter on February 23,
2026, stating that the project plans and specifications list Versico products as the basis
of design (Attachment D). Additionally, Ranger stated that they are certified to install
Versico roofing systems, as required in the project’s special provisions. Staff determined
that Southland Roofing Inc.’s bid protest was invalid , because it did not satisfy the
procedural requirements for submitting a protest as set forth in the bid package.
Specifically, the protest did not reference the specific portions of the Contract Documents
upon which the protest was based. Additionally, staff determined that the bid protest was
without merit, as the special provisions do not require the contractor to use Garland
roofing products or be a certified Garland installer. On March 5, 2026, staff notified
Southland Roofing Inc. that their bid protest had been deemed invalid.
Staff is recommending that the project be awarded to Ranger Roofing and Solar. A 25%
construction contingency is recommended due to the potential for concealed conditions
commonly encountered during roofing replacements on older buildings. These include
dry rot, deteriorated substrate materials, and structural repairs that may not be visible until
the existing roof is removed.
Project plans and special provisions are ready for construction, and the agreement with
Ranger Roofing and Solar has been drafted (Attachment A).
Page 74 of 251
Item 6d
Previous Council or Advisory Body Action
This project received funding allocations across the 2021-23, 2023-25, and 2025-27
Financial Plans, all of which were adopted by Council.
Public Engagement
Public input was solicited and considered during the development of each respective
Financial Plan.
CONCURRENCE
This project has received concurrence from the Utilities Branch of the Public Works and
Utilities Department, the Community Development Department, and the City Attorney’s
Office.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to sections
15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of the CEQA
Guidelines, as it is a maintenance and rehabilitation project. A Notice of Exemption has
been filed through the Community Development Department.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2025-27
Funding Identified: Yes
Fiscal Analysis:
Funding Sources Total Budget
Available
Current
Funding
Request
Project Balance Annual
Ongoing
Cost (2000075-10)
Water Fund –
2000075-10, 10.01 $ 197,164.14 $ $ 197,164.14 $ -
Sewer Fund –
2000075-10, 10.01 $ 131,324.14 $ $ 131,324.14 $ -
Sewer Fund
Completed
Projects –
602.9501.71501
$ 1,182,406.95 $ 24,948.21 $ 24,948.21 $ -
Total $ 1,510,895.23 $ 24,948.21 $ 353,436.49 $ -
Page 75 of 251
Item 6d
879 Morro Roof Replacement, Specification No. 2000075-10
879 Morro -
Roof
2000075-10,
10.01 Water
Fund (601)
879 Morro -
Roof
2000075-10,
10.01 Sewer
Fund (602)
Sewer Fund
Completed
Projects –
602.9501.71501
Project Total
Construction $94,537.48 $94,537.48 $0 $189,074.96
Construction
Contingency
(25%) $23,634.37 $23,634.37 $0 $47,268.74
Total for
Construction $118,171.85 $118,171.85 $0 $236,343.70
Construction
Design
Support $3,950.00 $3,950.00 $0 $7,900.00
Printing $500.00 $500.00 $0 $1,000.00
Termite
Remediation $33,650.50 $8,702.29 $24,948.21 $67,301.00
Total Project
Cost $156,272.35 $131,324.14 $24,948.21 $312,544.70
Total
Available $197,164.14 $131,324.14 $24,948.21 $353,436.49
Remainder $40,891.79 $0 $0 $40,891.79
The project was initially identified in the 2021 -23 Financial Plan, where $15,000 was
allocated for design services, split between the Water and Sewer Funds. The 2023-25
Financial Plan allocated an additional $100,000 for the construction phase. The 2024-25
Supplemental Budget allocated an additional $130,000 to support the construction phase ,
split between the Water and Sewer Funds. The 2025-27 Financial Plan allocated an
additional $75,000 to accommodate construction cost escalation, split between the Water
and Sewer Funds. As of February 13, 2026, there is currently a balance of $328,488.28
in the project account.
The total estimated project cost is $312,544.70. Funding for the project will be split evenly
between the Water and Sewer Funds, which can be accomplished by transferring
$24,948.21 from the Sewer Completed Projects Fund into the project account to
contribute toward termite remediation. The project account has sufficient funds among
the Water Fund, Sewer Fund, and Sewer Completed Projects Fund to award the lowest
responsive bid, complete construction, and hire a pest control company to perform termite
remediation with $40,891.79 in remaining budget from the Water Fund .
Page 76 of 251
Item 6d
ALTERNATIVES
Reject all bids and readvertise the project. The estimated project cost is within
available project budget. Re-advertising the project would result in cost escalation, which
could require the need for additional funding. Additionally, there is a small windo w during
the dry season when Utilities staff can reasonably be relocated during construction
(August 10, 2026 – September 11, 2026). Should this window be missed in 2026,
construction will not be able to occur until spring of 2027 at the earliest, which wo uld likely
result in further cost increases.
ATTACHMENTS
A - Draft Contract, Specification No. 2000075-10
B - Termite Abatement Estimate - Brezden Pest Control Inc
C - Bid Protest Letter - Southland Roofing Inc
D - Bid Protest Response Letter - Ranger Roofing and Solar
Page 77 of 251
Page 78 of 251
APPENDIX
0
AGREEMENT
THIS AGREEMENT, made on ______________________, by and between the City of San
Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California
(hereinafter called the City) and RANGER ROOFING AND SOLAR (hereinafter called the
Contractor).
WITNESSETH:
That the City and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
879 MORRO ROOF REPLACEMENT, SPEC NO. 2000075-10
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the City, in strict compliance with the Contract Documents hereinafter
enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the City or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The City shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 14
Comply w/ applicable OSHA
provisions throughout duration of
the project.
LS 1 ----- $2,200.00
2 99
Disconnect / Unmount MEP
conduits, ducts, equipment from
roof surface, store on site for
reinstallation, and dispose of
debris.
LS 1 ----- $2,750.00
3 14
Disconnect, unmount, remove,
and dispose existing photovoltaic
array (48 panels), incl. all
components and substructure.
LS 1 ----- $10,142.72
4 99 Remove and dispose existing
multi-layer bituminous roofing. SQFT 2,000 $4.15 $8,300.00
5* 99
Partially remove, replace, and
dispose water-damaged plywood
per plan S -1 Allowance.
SQFT 200 $14.00 $2,800.00
Page 79 of 251
APPENDIX
1
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
6* 99
Partially remove, replace, and
dispose water-damaged roof 2x8
rafters per plan S-1 Allowance.
LF 50 $42.00 $2,100.00
7 99
Remove and dispose existing
polycarbonate glazing and
gaskets, clean and store aluminum
glass stop profiles on site for
reinstall.
SQFT 180 $7.78 $1,400.40
8 99
Prepare surface for, deliver and
install new roofing system incl. all
materials
SQFT 2,000 $39.49 $78,980.00
9 99
Install new polycarbonate glazing
and gaskets in existing skylight
structure.
SQFT 180 $54.44 $9,799.20
10 99
Deliver and install new scuppers
and connect to existing
downspouts
EA 4 $1,567.06 $6,268.24
11 99 Reinstall/attach/connect MEP
conduits, ducts, equipment. LS 1 ----- $3,500.00
12 99 Replace exhaust fan per plan M-1 LS 1 ----- $5,200.00
13 99 Install parapet roof membrane,
flashing, and metal coping detail LF 180 $152.78 $27,500.40
14 99 Deliver and install ladder cage EA 1 ----- $7,434.00
15 14 Health and Safety Plan (HSP) LS 1 ----- $2,000.00
16 14 Asbestos Removal by California
Certified Asbestos Abater LS 1 ----- $18,700.00
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required
work.
* Bid item exempt from Section 9-1.06B & 9-1.06C of the Standard Specifications. The unit price will not be adjusted
regardless of the final bid item quantity.
BID TOTAL: $189,074.96
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
If any dispute arises regarding the work or contract price, Contractor must follow the
procedures in the contract documents, including the requirements on change order
requests and dispute resolution.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2024
5. Accepted Bid and Bid Bond
Page 80 of 251
APPENDIX
2
6. List of Subcontractors
7. Labor Code Section 1725.5 Statements
8. Bidder Acknowledgements
9. Qualifications
10. Non-Collusion Declaration
11. Agreement and Bonds
12. Insurance Requirements and Forms
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the acts or omissions of
Contractor, its employees, subcontractors, representatives, or agents, in bidding or
performing the work or in failing to comply with any obligation of Contractor under this
Agreement, except such loss or damage which is caused by the sole or active negligence
or willful misconduct of the City. Should conflict of interest principles preclude a single legal
counsel from representing both the City and the Contractor, or should the City otherwise
find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the
City its costs of defense, including without limitation reasonable legal counsel fees, expert
fees and all other costs and fees of litigation. The Contractor shall promptly pay any final
judgment rendered against the City (and its officers, officials, employees and volunteers)
with respect to claims determined by a trier of fact to have been the result of the Contractor’s
acts or omissions in bidding or performing the work or in failing to comply with any obligation
of Contractor under this Agreement. It is expressly understood and agreed that the
foregoing provisions are intended to be as broad and inclusive as is permitted by the law
of the State of California and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V: It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
Page 81 of 251
APPENDIX
3
ARTICLE VI LABOR CODE COMPLIANCE: This Agreement is subject to all applicable
requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements
pertaining to wages, working hours and workers’ compensation insurance, as further
specified in the contract documents.
The project is subject to the prevailing wage requirements applicable to the locality in which
the work is to be performed for each craft, classification or type of worker needed to perform
the work, including employer payments for health and welfare, pension, vacation,
apprenticeship and similar purposes. Copies of these prevailing rates are on file with the
City and are available online at http://www.dir.ca.gov/DLSR.
City may not enter into the Agreement with a bidder without proof that the bidder and its
subcontractors are registered with the DIR to perform public work pursuant to Labor Code
section 1725.5, subject to limited legal exceptions.
Pursuant to Labor Code § 1861, by signing this Agreement, Contractor certifies as follows:
“I am aware of the provisions of Labor Code § 3700 which require every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work on this contract.”
Page 82 of 251
APPENDIX
4
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
CITY OF SAN LUIS OBISPO
A Municipal Corporation
__________________________________
Whitney McDonald, City Manager
APPROVED AS TO FORM CONTRACTOR:
Ranger Roofing and Solar
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Chad A. Kozak
Its: CEO
(2nd signature required if Corporation):
By:________________________________
Levy Benitez
Its: Project Manager
Page 83 of 251
Page 84 of 251
WORK ORDER AGREEMENT
Building No.Street City Zip Date
879 Morro St San Luis Obispo 93401-2710 10/11/24
Brezden Pest Control Inc.
3261 S Higuera St
Suite 100,San Luis Obispo,CA 93401-2021
Tel 805-544-9446 Fax 805-544-2807
Registration #:PR30
A LICENSED PEST CONTROL
OPERATOR IS AN EXPERT IN
HIS/HER FIELD. ANY QUESTIONS
RELATIVE TO THIS REPORT
SHOULD BE REFERRED TO
HIM/HER.
Report #:13437
Ordered by:Property Owner and Party of Interest:Completion sent to:
Utilities Offices
879 Morro St
San Luis Obispo,CA 93401
City of San Luis Obispo
990 Palm St
San Luis Obispo,CA 93401
City of San Luis Obispo
990 Palm St
San Luis Obispo,CA 93401
COST FOR WORK RECOMMENDED FOR TERMITE REPORT #:13437
SECTION I SECTION II SECTION NOT DETERMINED OR FURTHER
INSPECTION RECOMMENDED
2A $67,301.00
Total Section I: $67,301.00
I HEREBY AUTHORIZE BREZDEN PEST CONTROL INC.TO PERFORM THE FOLLOWING ITEMS:
TERMS:
DOES ANY PERSON LIVING OR WORKING AT THIS ADDRESS HAVE ANY KNOWN CHEMICAL SENSITIVITES OR ALLERGIES? YES /NO
HAVE YOU OR ANYONE ELSE LIVING OR WORKING AT THIS ADDRESS EVER MADE ANY PESTICIDE APPLICATIONS TO THE INTERIOR OR
EXTERIOR OF THE STRUCTURE? YES /NO
AUTHORIZATION
CONDITIONS:
BY OWNER/AGENT/BUYER Brezden Pest Control Inc.
PHONE: 805-781-7371 By: James Byon
SIGNATURE:
Signature:
Lic.#:FR51027
NOTE:WORK WILL NOT COMMENCE UNTIL DELIVERY OF YOUR WOOD DESTROYING PESTS AND ORGANISMS REPORT. FOR DETAILS
REGARDING THE ABOVE RECOMMENDATIONS PLEASE REFER TO YOUR INSPECTION REPORT.
Page 85 of 251
Page 86 of 251
1
Date: 02/13/2026
From: Southland Roofing, Inc.
9127 S Western Avenue,
Los Angeles, CA, 90047
February 13, 2026
To: City of San Luis Obispo
Public Works and Utilities Department
Attn: Project Manager - 919 Palm Street San Luis Obispo, CA 93401
Re: Bid Protest – Apparent Lowest Bidder, Specification No. 2000075-10 (879 Morro Roof
Replacement)
Dear Sir or Madam,
Pursuant to the Notice to Bidders and the bid protest procedures set forth in the Contract
Documents, this letter serves as a formal protest of the apparent lowest bidder for the above-
referenced project. This protest is submitted timely within the required protest period and is made
by an actual bidder on this project, in accordance with the City’s stated protest requirements.
The basis of this protest is that the apparent lowest bidder is not certified or approved to install
Garland roofing products, which are specified for this project, and failed to submit any substitution
request or “or-equal” request prior to the bid date, as required by the Contract Documents. As a
result, the bidder’s proposal does not comply with the specified material and manufacturer
requirements and is therefore non-responsive.
The Contract Documents require strict compliance with the specified roofing system and
manufacturer requirements. Any proposed deviation or substitution must be formally requested
and approved prior to bid submission. Allowing a bidder who is neither certified nor approved by
the specified manufacturer, and who did not submit a timely substitution request, would be
inconsistent with the bidding requirements and would undermine the integrity of the competitive
bidding process.
Page 87 of 251
2
Accordingly, the undersigned respectfully requests that the City determine the apparent lowest
bidder to be non-responsive, reject that bid, and proceed with award to the lowest responsive and
responsible bidder who fully complies with the Contract Documents, including manufacturer
certification and substitution requirements.
Supporting documentation regarding Garland manufacturer’s certification requirements and the
absence of a pre-bid substitution request is available upon request and can be provided to the City
for review.
Thank you for your attention to this matter. Please confirm receipt of this protest and advise of the
City’s determination in accordance with the protest procedures outlined in the Contract
Documents.
Sincerely,
Pier Pjerin Prenga | Principal
Page 88 of 251
February 23, 2026
Allie Genard
Capital Projects Manager
City of San Luis Obispo, Public Works
919 Palm Street San Luis Obispo, CA 93401
RE: Bid Protest Response – 879 Morro Roof Replacement (Spec. No. 2000075-10)
Ms. Genard,
Please see responses to the bid protest claims on the 879 Morro roof replacement project in
San Luis Obispo CA.
PROTEST CLAIM 1 – Ranger roofing is not an approved applicator with the specified
manufacture published by the project architect.
RESPONSE -
Specification section 071354 calls out in the section 1.6 -C that the bidder be certified with
Versico Roofing systems. Attached below is a copy of that section and a copy of Ranger
Roofings Versico Roofing Systems certified applicator letter.
1
Los Angeles - Inland Empire - SoCal
(619) 748-9663
chad@rangerroofingandsolar.com
License #1107898 C-39, C-46
Page 89 of 251
PROTEST CLAIM 2 – Versico was not a specified product in the project specification.
RESPONSE - Specification section 071354 in Appendix B section 2.1 – A specifically calls out
Versico Roofing Systems Versiflex 80 mil PVC as the basis of design for this project. This is the
product and manufacture Ranger Roofing utilized in its project bid. There are contradicting
products listed below that are not manufactured by Versico; however, the published project
drawings only show the use of the appropriate versico products as can be seen in the
highlighted project drawings below. Ranger Roofing is confident that the submitted bid meets
the project criteria published by the city and their architect and is fully compliant with the bid
process.
2
Los Angeles - Inland Empire - SoCal
(619) 748-9663
chad@rangerroofingandsolar.com
License #1107898 C-39, C-46
Page 90 of 251
3
Los Angeles - Inland Empire - SoCal
(619) 748-9663
chad@rangerroofingandsolar.com
License #1107898 C-39, C-46
Page 91 of 251
4
Los Angeles - Inland Empire - SoCal
(619) 748-9663
chad@rangerroofingandsolar.com
License #1107898 C-39, C-46
Page 92 of 251
Ranger Roofing and Solar bid this project in strict accordance with the project documents provided by the
City. We believe the protest is without merit as our submission fulfills all technical and experience
requirements set forth in the Special Provisions.
Thank you for the opportunity to clarify our position.
Sincerely,
Chad A. Kozak
CEO, Ranger Roofing and Solar
5
Los Angeles - Inland Empire - SoCal
(619) 748-9663
chad@rangerroofingandsolar.com
License #1107898 C-39, C-46
Page 93 of 251
Page 94 of 251