TO: Mayor and Commissioners
FROM: Missie Barletto, Director Public Works
THROUGH: Terrence R. Moore, ICMA-CM
DATE: May 19, 2026
Title
APPROVAL OF RESOLUTION NO. 82-26 TO AWARD AN AGREEMENT TO DMS CONTRACTORS LLC FOR ROOF REPLACEMENT SERVICES AT FIRE STATION 112 PURSUANT TO INVITATION TO BID (ITB) NO. 2026-024 IN THE AMOUNT OF $119,633.00
Body
Recommended Action:
Recommendation
Motion to Approve Resolution No. 82-26 to award an agreement to DMS Contractors LLC for Roof Replacement Services at Fire Station 112 pursuant to ITB No. 2026-024 in the amount of $119,633.00; authorizing the City Manager to execute any amendments and/or renewals thereto and take any and all actions necessary to effectuate the intent of this resolution; providing an effective date; and for other purposes.
Body
Background:
Fire Rescue Station No. 112 has served the community since its construction in 1991. Now 35 years old, the facility has undergone only routine maintenance, and many components of the building envelope have reached the end of their useful life. The existing roof system shows clear signs of age-related deterioration, increasing the likelihood of leaks and moisture intrusion. Exterior waterproofing and protective coatings have also degraded over time, reducing the structure’s resilience to weather exposure and accelerating wear on critical building elements.
Funding appropriated through the 2026 Capital Improvements Program supports significant upgrades to the building envelope such as the complete replacement of the roof system, exterior waterproofing, and repainting of the facility. These improvements will restore the building’s durability, protect structural components, and ensure the station can continue to operate reliably for years to come.
On February 24, 2026, the City advertised ITB No. 2026-024 for Roof Replacement Services for Fire Station No. 112.
On March 18, 2026, the City received 10 submittals pursuant to ITB No. 2026-024. The bid submitted by DMS Contractors LLC was deemed the lowest, responsive, and responsible bidder per the solicitation requirements.
|
Name of Bidder |
Base Bid Cost + Contingency |
|
1. DMS Contractors LLC |
$119,633.00 |
|
2. CMM Roofing, Inc. |
$141,350.00 |
|
3. Porter Roofing Contractors, Inc. |
$151,800.00 |
|
4. Best Roofing Services, LLC |
$177,650.00 |
|
5. Golden Keys Construction Group, LLC |
$192,500.00 |
|
6. Salomon Construction & Roofing Corp |
$198,000.00 |
|
7. CJ Contracting, LLC |
$218,350.00 |
|
8. Atlas Apex Roofing, LLC |
$200,200.00 |
|
9. Pink Eagle Roofing, LLC |
$231,000.00 |
|
10. A-1 Duran Roofing |
$272,723.00 |
The term of the agreement shall be from the effective date through the completion of work and full acceptance by the City, unless terminated earlier in accordance with terms set forth in the solicitation.
The City, at its sole discretion, reserves the right to terminate this agreement with or without cause immediately upon providing written notice to the contractor. Upon receipt of such notice, the contractor shall not incur any additional costs under the agreement. The City shall be liable only for reasonable costs incurred by the contractor prior to the date of the notice of termination. The City shall be the sole judge of “reasonable costs.”
This motion is in accordance with Code of Ordinances Section 36.02, Commission Approval Required.
Attachments:
1. Resolution No. 82-26
2. Legal Review Checklist
2. Agreements ITB No. 2026-024
3. Exhibit A
4. Solicitation
5. Submittal
City Attorney Review:
Approved as to form and legal sufficiency
Funding Source/Financial Impact:
Funding is available for this project as approved in the Fiscal Year 2026 through 2030 Capital Improvement Plan (CIP) Budget from 383-22-000-522.62-10 (Finance Project Code 22009). This project is funded by the Public Safety General Obligation Bond.
Timing of Request:
Timely approval is requested to begin the project.