HomeMy WebLinkAbout2023-191 PO 20240166 Amnd #1- Tru North Construction LLC Purchase Order ,a_ ORIft CITY ECOR ER Fiscal Year 2024 Page: 1 of: 1 717HIS PO=Nl3MBTAPRE ERMUSARON ALC Ii _VOICES;AND SEMPPING DDODOIVIENTS - B City of Ashland • =_ = L ATTN: Accounts Payable Purchase L 20 E. Main Order# 20240166 Ashland, OR 97520 T Phone: 541/552-2010 0 Email: payable@ashland.or.us ,J_ V H C/O Public Works Department E TRU NORTH CONSTRUCTION, LLC I 51 Winburn Way HV VY 1130 N COAST HY . P Ashland, OR 97520 O NEWPORT, OR 97365 PhoT Faxne: 488-600647 R O Vendor Phone Number `JendorFax Nader =tequisition Number _ - = DBiivery2eference _ _ Scott Fleury =Date_Ordered= Vendor Number , mate Required= =Freigh�Metho�/Terns = Department/Location 10/20/2023 8104 FOB ASHLAND OR/NET30 City Accounts Payable = m# _ _ De_scr�ptlo_n artNo = =QTY .[Em _=Exten_ded Price- Temporary Roof Layer Briscoe 1 Remove existing temporary roof(tarping) and install new silicone 1.0 $52,440.00 $52,440.00 layer to provide temporary roof protection for Briscoe roof through the winter. Provide call out services as required. Goods and Services Agreement(Greater than $35,000) Completion date: 06/30/2024 Project Account: E-201927-999 2 Process�e, ehang order 1/08/2023 1.0 $6,591.06 $6,591.06 is, d� o er`tt 10. 1 Additional roofing aye equired Project Account: E-201927-999 . ***************GL SUMMARY************* * 088400 -704200 $59,031.06 / mbBy: 1 Date: - — —_ Authorized Signat a PO Total= $59,031.06 'et/ e--1- FORM #10 ( ,(� CITY OF CONTRACT AMENDMENT APPROVAL REQUEST FORM ASHLAND Request for a Change Order Name of Supplier 1 Contractor 1 Consultant: Tru-North 3 Total afimount of this, contract amendment:. Purchase Order Number:20240166 _:$ 6591.06.: Title/Description: Briscoe School Temporary Roof ❑■ Per attached contract amendment Contract Amendment Original contract amount $52440 100 %of original contract Total amount of previous contract amendments 0 %of original contract Amount of this contract amendment 6591.06 %of original contract TOTAL AMOUNT OF CONTRACT $59031.06 / 112 %of original contract In accordance with OAR 137-047-0800:1)The amendment is within the scope of procurement as described in the solicitation documents,Sole Source notice or approval of Special Procurement.2)The amendment is necessary to comply with a change in law that affects performance of the contract.3)The amendment results from renegotiation of the terms and conditions,including the contract price,of a contract and the amendment is advantageous to the City of Ashland,subject to all of the following conditions:a)goods and services to be provided under the amended contract are the same as the goods and services to be provided under the unamended contract b)The City determines that,with all things considered,the amended contract is at least as favorable to the City as the unamended contract;c)The amended contract does not have a tota I term greater than allowed in the solicitation document, contract or approval of a Special Procurement.An amendment is not within the scope of the procurement if the City determines that if it had described the changes to be made by the amendment in the procurement documents,it would likely have increased competition or affected award of contract Contract amendment is within the scope of procurement: YES ■ NO (If"NO",requires Council approval/Attach copy of CC.) Sourcing Method: SMALL PROCUREMENT—Not exceeding$5,000 INVITATION TO BID or COOPERATIVE PROCUREMENT,QRF or ❑"YES",the total amount of contract and cumulative REQUEST FOR PROPOSAL EXEMPTION PURSUANT TO AMC 2.50 amendments s$6,000. 0 "YES",the total amount of cumulative amendments 0"YES",the total amount of original contract and ❑If"NO",amount exceeding authority requires s 25%of original contract amount or$250,000 cumulative amendments s$100K for Goods&Services,s Council approval.Attach copy of Council whichever is less. $75K for Personal Services,<$50K for Attorney Fees. Communication. 0 If"NO",amount exceeding authority requires 0 If"NO",amount exceeding authority requires Council ❑ Exempt—Reason: Council approval.Attach copy of Council approval.Attach copy of Council Communication. PERSONAL SERVICES(Direct Appointment) Communication. ❑ Exempt—Reason: ❑ "YES",cumulative amendments s$35,000, 0 Exempt—Reason: ❑ If"NO",requires council approval.(Attach CC) - INTERMEDIATE PROCUREMENT SOLE SOURCE EMERGENCY PROCUREMENT Goods&Services->$5,000 and<$100,000 0 "YES",the total amount of cumulative amendments 0 Written Findings:Document the nature of the Personal Services•>$5,000 and<$75,000 s 25%of original contract amount or$250,000 emergency,including necessity and circumstances ❑� "YES",the total amount of cumulative whichever is less. requiring the contract amendment - amendments s 25%of original contract amount 0 If"NO",amount exceeding authority requires 0 Obtain direction and written approval from City ❑If"NO",amount exceeding authority requires Council approval.Attach copy of Council Administrator Council approval.Attach copy of Council Communication. 0 If applicable,attach copy of Council Communication Communication. 0 Exempt—Reason: 0 Exempt—Reason: ,0 Exempt—Reason: SPECIAL PROCUREMENT INTERGOVERNMENTAL AGREEMENT ❑"YES",the total amount of original contract andcumulative amendments are 0 Renewal of Intergovernmental Agreement:Terms modified in accordance with initial within the amount and terms initially approved by Council as a Special agreement OR cost will not be more than 25%greater than initial agreement.Renewal Procurement. approved by City Attorney and department head affected by renewal and approved/signed ❑ If"NO",amount exceeding authority requires Council approval. by City Administrator.AMC 2.28.045(B) Attach copy of Council Communication. 0 If"NO",Council approval is required.Attach copy of Council Communication Project Number 2 o 1 9 -2 7 Account Number 0 8 8 4 0 o- 7 o 4 2 0 0 Account Number - "Expenditure must be charged to the appropriate accountnumbers for the financials to reflect the actual expenditures accurately. Attach extra pages if needed. Employee Signature:AvrA.,0 ezn'6 .t4 ent Head Signature: .(i f/ e--/O,24-.? qua(to or greater than$5,000) City Manager: Im-lfi/ (Contract and addenda greater than$35,000) Funds appropriated for current fiscal year: YES /NO Finance Director(Eq o o reefer than$5,00 Sit � to Comments: Additional material and labor required for temporary roof due to severe deterioration of existing roof Form#10—Contract Amendment Approval Request Form, Request for a Change Order,Page 1 of 1,4/23/2020 i da 71h L te AMENDMENT NO. 1 to GOODS& SERVICES AGREEMENT between THE CITY OF ASHLAND, an Oregon municipal corporation, ("City") and Tru-North Construction LLC, a(company), ("Provider") for Temporary Roof Layer Briscoe RECITALS i A. The City and Provider previously entered into a Goods and Services Agreement effective October 12,2023 (the"Agreement"),for the(brief description of Goods& Services): B. The City and Provider now wish to amend the Agreement to increase the amount of compensation to be paid to Provider. AGREEMENT NOW THEREFORE,in consideration of the mutual benefits and obligations set forth herein, the parties agree as follows: • 1. Amend Section 2 of the Agreement as follows,with strikeout wording deleted and underscored wording added: 2.1 City shall pay Provider the stun of$59.031.06 6(fifty-nine thousand thirty-one dollars and. six cents)$527,140440 as1 p�ovided herein as final compensation for the Work as specified in the SUPPORTING DOCUMENTS. 2.2 In no event shall Provider's total of all compensation and reimbursement under this Agreement exceed the sum of$59,031.06 (fifty-nine thousand thirty-one dollars and six cents) $G0:00 without the express, written approval from the City official whose signature appears below, or such official's successor in office. Provider expressly acknowledges that no other person has authority to order or authorize additional Work which would cause this maximum sum to be exoeeded and that any authorization from the responsible official must be in writing. Provider further acknowledges that any Work delivered or expenses incurred without authorization as provided herein is done at Provider's own risk and as a volunteer without expectation of compensation or reimbursement, Page 1 of 2: Amendment No. 1 to Goods&Services Agreement between the City of Ashland and Tru North Construction LLC 2. This Amendment No. 1 is effective upon being signed by both parties. 3. Except as specifically modified by this Amendment No. 1,the terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF the parties have caused this Amendment No. 1 to be signed in their respective names by their duly authorized representatives as of the dates set forth below: { CITY OF ASHLAND,•OREGON TRU NORTH CONSTRUCTION LLC By: By: City of Ashland Printed Name; (,Ari ✓LCiA- i Date: II h /23 . - - Title: at,kve., Date: 26Orr ig } Page 2 of 2: Amendment No. I to Goods&Services Agreement between the City of Ashland and Tru North Construction LLC TRU-NORTH CONSTRUCTION LLC P:541-2310666 CCB#236084 1130 N Coast hwy Newport, OR 97365 541-231-0686. City of Ashland 51 Winburn Way Ahiand OR 97520 Attention Jason Strait Project: Briscoe School Temporary Roofing Project Address: 265 N Main St,Ashland OR 97520 Date: 9/7/2023 Scope of Work: RFC1 -Built up Roofing Install ice n water shield at unexpected BUR Roof area to ensure good adhesion of GE Silicone Ice n Water Materials: 40 Rolls®$72.06/Roll=$2,882.40/.85(margin)=$3,391.06 Labor to install Ice n Water: 84 Man Hours @$40.00/hour-$3,200.00 Total RFC1: $6,591.06 Tru-North Construction LLC Terms and Conditions 1. TERMS OF PAYMENT:Unless otherwise specified,terms of payments are net 30 days from invoice date with no retention.Past due accounts bear interest at 1 '/2%per month,or the maximum amount permitted by law,whichever is the lesser amount.Should Tru-North place the account with an attorney for collection,customer agrees to pay Tru-North reasonable attorney fees,costs and expenses. 2. BACKCHARGES AND CREDITS:Tru-North shall not be liable for any back charges or obligated to allow credit to customer for any reason whatsoever,unless agreed in writing and signed by both parties before such costs or expenses are incurred.All applicable taxes of whatsoever kind will be added to the sales price set forth herein and paid by customer on demand. 3. EXCLUDED WORK:Tru-North shall have no obligation to complete any work not specified herein. 4. ACCEPTANCE OF MATERIALS:Customer shall check all shipments against delivery documents and shall notify Tru-North in writing within five days of receipt of shipment of any shortage or damaged material and shall furnish to Tru-North freight bills,bills of lading or delivery tickets with shortages or damages acknowledged by carrier agent's signature,otherwise,the claim shall be disallowed. 5. CHANGE IN DRAWINGS OR SPECIFICATIONS:Customer and/or General Contractor may change the drawings or specifications,but if any change results in an increase or decrease cost to Tru-North,the price hereof shall be renegotiated. 6. DELAY IN PERFORMANCE OR DELIVERY:Unless specified herein,work shall be completed as agreed upon at a later date in writing by the parties to this agreement.Tru-North shall not be liable for delays in work,deliveries and/or installation occasioned by contingencies beyond its control or otherwise including,but not limited to,delays caused by strikes,lockouts,boycotts,fires,floods, storms,riots or embargoes,or civil disorder.All claims for delay damages are barred and waived unless written notice is given to Tru- North when the claim arises and written monthly estimates of costs as furnished to Tru-North showing the damages incurred. Acceptance of materials on delivery shall constitute a waiver of claims for damages due to delay,whether or not excused by the foregoing. 7. SPECIAL INSPECTIONS:If Customer requires special inspections,it shall be performed at customer's expense.Material and workmanship,must be inspected and either accepted or rejected upon substantial completion. 8. TERMINATION OF AGREEMENT:Customer's misrepresentation or failure to furnish necessary information or default in making payments due hereunder or any other default shall entitle Tru-North to cease work,and upon actual notice to customer,cancel the incomplete portion of this contract;and,in the event of cancellation,customer shall be liable for the reasonable value of all material and work performed to date of cancellation and for additional damages suffered by Tru-North. Tru-North may also seek against customer any other available remedy. 9. DISCLAIMER OF EXPRESS OR IMPLIED WARRANTIES:Except as otherwise provided,Tru-North warrants only that the goods are as described in this agreement,but no other expressed warranty is made with respect to the goods.Implied warranties of merchantability and fitness for any particular purpose are excluded and disclaimed.All warranties which are extended herein shall be for a period of one year from the date of delivery,and customer's remedy against Tru-North shall be limited to the cost of replacing or correcting defective or nonconforming goods. 10. LIABILITY AND INDEMNITY:Upon receipt of materials,customer assumes all liability for injury to persons and damage to property relating to such material and customer agrees to hold harmless Tru-North from any liability,loss,cost,or expense arising out of such injury or damage. 11. ACCEPTANCE AND APPROVAL:Acceptance hereof shall not be effective until this proposal is signed by an authorized representative of customer's and delivery to Tru-North office within the"firm price"limitations set forth herein.Should customer make any changes or additions to the proposal,the agreement shall not be deemed consummated until received and approved in writing by Tru-North.Upon acceptance by both parties,the proposal shall be deemed to be a binding contract. 12. LITIGATION:In the event of litigation,including appeals and adversary proceedings in United States Bankruptcy Court,the prevailing party shall be entitled to recover reasonable attorney fees from the other. 13. INSURANCE AND BONDS:Certificate of liability insurance will be provided including additional insured endorsement if required.There will be no performance bond for this project.If workers compensation insurance waiver of subrogation is required there will be$125 added to this proposal. 14. EXPIRATION:This proposal is effective for 30 days from its date. We at Tru-North Construction, LLC., appreciate the opportunity to be of service to you. Tru-North: Date: Print Name: Lorin Lynch Title: Owner Authorization To Proceed Proposal No. I/We hereby authorize Tru-North Construction, LLC. to proceed with procurement of materials and installation as outlined in this proposal. Signature: Date: Print Name: Title: Page 2 Tru-North Contractor Proposal Page 2 of 2 7 Memo TO: Sabrina Cotta, Deputy City Manager FROM: Jason, Strait, Project Manager DATE: 10/25/2023 RE: Deputy City Manager Signature Needed for Change Order to Tru-North Construction Contract Background: This item is coming to you for signature to incorporate changes needed to install a functioning temporary roof on the Briscoe School. Under the recently approved contract for the work, Tru North(contractor) started installation of the temporary roof. Following removal of the blue tarping which has been used over the past several winters for temporary leak protection, it was discovered that the quality of the existing roof was inadequate to make use of the proposed silicon sealant system as a temporary roof. To mitigate the poor condition of the roof, an additional layer of temporary roofing was installed, which was not part of the originally proposed work. This change order incorporates the incremental material and labor costs associated with the installation of the additional roofing layer ($6,591.06 cost increase). Council Action: N/A Signatures Required: 1. Finance Director on Form 3 2. City Manager on Form 3 3. City Manager on page 2 of amendment Other Relevant Information: Picture 1: Blue Tarp (previous temporary roof system) Prior to Removal Picture 2: Condition of Existing Roof as Discovered After Tarp Removal. Picture 3: Additional Roof Layer Being Installed • CITY ASHLAND 20 East Main Street Tel:541-488-6002 Ashland,Oregon 97520 Fax:541-488-5311 www.ashland.or.us TTY: 800-735-2900 ter'dia- �j Ig - 7Jt k •\1ktire .. I f `} 3Y ode f 11fl' ..,.., ,L"` I!1! �'� __ - . f • ,, ',,, g ' 411'A\ " ,`v 1'1 :' . :Nt 4 -,t, .-",..: PP A , 3ry,----1.1 , . - :- ' :---- "-:-' ' .-4- -11r-"w - -- r., , ,,,x,.. . ..+ .,„.......i").,,,' -."."..., — ' 1!5 N1 5" , tN,Y L , r ki t~.V 4k ~ 44; •bt'} '` r,^4-4-1:,p, '2.41`,'.. -..t . ` f z • awj . v 4 ^ : •. , , /4 V r• .. t Lz. ' 4 , ,fi▪n - ,":•. : y., �.�.i....3y r• ! t * � i4R ¢,h k t +sKtj "- J „ t � iguw &yAt4 `� >,,,,if-pis } ?- . wa. ,,CCr. � _ �3. aLT-tea.f . Insurance waived or reduced? Yes. General Liability is at 1 $MM per occurrence and 2 $MM aggregate while Commercial General Liability is at 2 $MM per project and 5 $MM aggregate. Typical requirement for the City is $2MM per occurrence. Given the limited work scope and duration(5-6 days) and in the interest of time with continued leaks and damage occurring at Briscoe, approving the contract now will enable the commencement of work this weekend. Who to return to if different from sender? Tami Campos Are all other signatures required collected? Yes If no,please collect before sending them to the City Manager. Are all attachments listed included?Yes CITY ASHLAND WI 20 Eastst Main Street Tel:541f188-6002Ashland,Oregon 97520 Fax:541-488-5311www.ashland.or.us TTY: 800-735-2900 ,