Loading...
HomeMy WebLinkAboutContractDocusign Envelope ID: 82ECC117-0BD9-81 B9-838A-B4ED47CD8842 MEMO Public Works Department DATE: TO: FROM: STAFF CONTACT: SUBJECT: April 20, 2026 Martin Pastucha, Public Works Department Administrator Manuel Cruz, Airport Director William Adams, Principal Engineer -Airport New Limited Small Works Contract_S & S lnc_REIL Replacement Project The Airport is requesting approval of a Limited Small Works Agreement for $46,455.31 including tax with S & S Inc for the replacement of the four Runway End Identifier Lights (REI Ls) project at the Airport. The project scope includes the replacement of the old REI Ls that are regularly failing, and we can no longer find parts for. S & S Inc was selected as the result of an MRSC roster bid request and was the low apparent bidder responding to the request. Below is a summary bid tab. Bidder Bid Total Including WSST Blaze Construction $88,400.00 I I I Colvico Inc. $60,554.00 I I I Merriman Contracting LLC $56,727.32 I I I S&S, Inc $46,455.31 I I I Valley Electric Co. $84,830.85 I I I Engineers Estimate $65,000 -$75,000 The cost to the contract will be $46,455.31, including tax, and is funded under the Airport's capital budget line item, Major Facility Maintenance (422.725088) the 2025 balance for this line item is $386,902. Please review, sign and return it to William Adams for processing. c:\users\johno\appdata\local\temp\6fe21flb-676a-4ede-b7e4-f433a9b34695_will -reil replacement project.zip.695\memo to pwa -reil replacement.docx CAG-26-125 LIMITED SMALL WORKS CONTRACT AGREEMENT WITH SCHLECHT & SONS THIS AGREEMENT (“Agreement”) is made as of the 6 day of April, 2026, (the “Effective Date”) by and between the City of Renton, a non-charter code city under RCW 35A and a municipal corporation under the laws of the State of Washington (“Renton”), and Schlecht & Sons Inc, (“Contractor”), a Washington corporation, who are collectively referred to as the “Parties”, to replace the nonfunctional Runway End Identifier Lights (REILs) at the Renton Municipal Airport. Renton and Contractor agree as set forth below. 1. Scope of Services: Contractor will provide all material and labor necessary to perform all work described in the Proposal which is attached and fully incorporated into this Agreement by reference as Attachment “A.” 2. Changes in Scope of Services: Renton, without invalidating this Agreement, may order changes to the Scope of Services consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order signed by the Parties. 3. Time of Performance: Contractor shall commence performance of the Agreement no later than 90 days calendar days after the Agreement’s Effective Date. 4. Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Services, no later than 120 daysfrom the Effective Date. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of Renton and Contractor. 5. Agreement Sum: The total amount of this Agreement is the sum of $46,455.31 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Services. 6. Consideration: In exchange for Contractor’s performance of the items and responsibilities identified in the Scope of Services, Renton agrees to make payment of the amount identified as the Agreement Sum. 7. Method of Payment/Prevailing Wages/Retainage/Bonding/Limited Small Public Works: A.Payment: Payment by Renton for the Services will only be made after the Services have been performed and a voucher or invoice(in a form acceptable to Renton) along with a copy of filed Intents and Affidavits is submitted with the voucher or invoice. Payment of the initial 95% will be made in the next pay cycle of the Renton Finance Department after PAGE 2 OF 7 receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. Renton shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. B. Prevailing Wage Rates/Retainage/Bonding: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp. C For limited Small Public Works Contracts under $50,000.For limited public works projects, the City may choose to waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW, for laborers, mechanics, subcontractors, materialpersons, suppliers, and taxes imposed under Title 82 RCW that may be due from the contractor for the limited public works project, however The City shall have the right of recovery against the contractor for any payments made on the contractor's behalf. 8. Hold Harmless: Contractor shall indemnify, defend and hold harmless Renton, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys’ fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor’s own employees, agents and volunteers, or damage to property caused by Contractor’s negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by Renton and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and Renton, its officers, officials, employees and volunteers, Contractor’s liability shall be only to the extent of Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. PAGE 3 OF 7 9. Insurance: Contractor shall secure and maintain: a. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. b. Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to Renton that are excluded in the commercial general liability insurance. c. Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. d. It is agreed that on Contractor’s commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. Renton’s insurance policies shall not be a source for payment of any Contractor liability. e. Subject to Renton’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to Renton before executing the work of this Agreement. f. Contractor shall provide Renton with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: a. Contractor, and Contractor’s agents, employees, representatives, and volunteers with regard to the services performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of services or any other benefits under this Agreement, or procurement of materials or supplies. b. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. c. If Contractor fails to comply with any of this Agreement’s non-discrimination provisions, Renton shall have the right, at its option, to cancel the Agreement in whole or in part. PAGE 4 OF 7 d. Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. 11. Independent Contractor: Contractor’s employees, while engaged in the performance of any of Contractor’s services under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of Renton and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor’s relation to Renton shall be at all times as an independent contractor. Any and all Workman’s Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor’s employees, while engaged in services provided to be rendered under this Agreement, shall be the solely Contractor’s obligation and responsibility. 12. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Services provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 13. Public Records Compliance.To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor’s own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless thoserecords are protected by court order. 14. Other Provisions: a.Administration and Notices. Each individual executing this Agreement on behalf of City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of City or Contractor. Notice:Except for Service of Process in a legal proceeding, any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices PAGE 5 OF 7 may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three (3) calendar days after the date of mailing. Email notice will be deemed received the date of the email so long as sent before 12:00 noon on a business day, if after 12:00 Noon it will be deemed received the next business day – a copy of email notice must be mailed as set forth above. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON William Adams PE 1055 South Grady Way Renton, WA 98057 Phone: (206) 775-6862 wadams@rentonwa.gov CONTRACTOR Brooklyn Schlecht 14615 NE 379th St La Center WA 98629 Phone: (360) 831-5017 office@s-sinc.com And to: City Clerk cityclerk@rentonwa.gov b.Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. c.Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton’s prior express written consent. d.Compliance with Laws. Contractor and all ofthe Contractor’s employees shall perform the services in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. e.Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. f.Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. g.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. h.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. PAGE 6 OF 7 i.Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. j.Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. k.Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. l.Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either Renton or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date. CITY OF RENTON By:_____________________________ CONTRACTOR By:____________________________ Martin Pastucha Public Work Administrator Brooklyn Schlecht President _____________________________ Date _____________________________ Date Approved as to Legal Form By: __________________________ Alex Tuttle Senior Assistant City Attorney Limited small works template 6-15-23 OOTCA contract no. 3811 __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Approved by Alex Tuttle via email 4/8/2026 PAGE 7 OF 7 Attachment “A” Date: March 3, 2026 To: Potential Contractors Project Name: Renton Airport Runway End Identi Ʊcation Light System Project Location: Renton Municipal Airport, 243 W Perimeter Rd, Renton WA Project Schedule: Summer 2026 – Completed no later than ten (10) weeks from execution of the contract Engineer’s Estimate: $65,000 - $75,000 This bid request package includes the following: Exhibit A: Sample Contract Project Description and Requirements a. The Renton Municipal Airport has an outdated and failing Runway End IdentiƱcation Lights (REILs). The City of Renton seeks bids from qualiƱed contractors to supply and install (2) sets of REILs to replace existing REILs at 16 and 34 ends of the runway at the Renton Municipal Airport. Please see Exhibit A for additional information. b. Bids will only be considered if at the time of submittal, the Contractor is appropriately licensed. a. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. c. This project is not federally funded. Davis-Bacon rates do not apply to this project. d. This is a prevailing wage project. Contractor must comply with the state of Washington prevailing wage requirements. Contractor must Ʊle and intent to pay prevailing wages at the beginning of the project and an a idavit of wages paid at the end of the project with the Washington state Department of labor and industries. Pursuant to WAC 296-127-011, the applicable e ective date for prevailing wage rates paid for the duration of the contract shall be the date the contract is executed as reƲected in the “E ective Date” identiƱed at the top of the Ʊrst page of the agreement. e. Taxes must be included in the bid as a separate line item. f. Contractor to obtain any and all necessary permits related to this project. g. Pursuant to RCW 60.28 and 39.08 the city requires a 5% retainage be withheld and that the contractor will provide either a performance and payment (contract) bond on the city approved form upon execution of the agreement or waive the payment and performance bond and instead the city will retain 10%. Payment of the initial 95% will be made in the next pay cycle of the Ʊnance department after receipt of such voucher or invoice (pay cycles are bi-weekly). The Recipient Page 2 of 3 March 3, 2026 remaining 5% will be retained for the purpose of completion of the project and fulƱllment of claims and liens. (Unless the contractor waives the payment and performance bond below and opts for a 10% retainage.) Contractor must pick one – if contractor does not pick, then 5% with contract bond is required: _____To provide a payment and performance bond (contract bond) in the amount of 100% of the estimate including taxes with a 5% retainage, or _____To waive a payment and performance bond (contract bond) and instead the city will retain the remaining 10% for the purpose of completion of the project and fulƱllment of claims and liens. Scope of Work a. Contractor shall provide all labor, materials, equipment, and tools necessary to supply and install two (2) sets of LED Runway End IdentiƱcation Lights (REIL) to replace existing REIL System at 16 and 34 ends of the runway at the Renton Municipal Airport. b. All work must be completed in a workman like manner and in compliance will all applicable laws, rules, codes, requirements and authority’s having jurisdiction, FAA Advisory Circular (AC) 150/5345-53 “Airport Lighting Equipment CertiƱcation Program”, FAA Engineering Brief No. 67D Light Sources Other Than Incandescent and Zenon for Airport and Obstruction Lighting Fixtures”, and the latest edition of the NEC (National Electrical Code). c. Contractor shall furnish two (2) set (four (4) individual Ʊxtures) of Type L-849 (L) Runway End IdentiƱcation Lights LED – SAL 1030 or equal (the City will determine in its sole discretion whether a proposed substitution is su iciently equal to meet the requirements of this project). d. Prior to commencement of the project the contract must verify the existing electrical system that feeds each REIL is in good working order. Assumptions a. On site daily pre-construction meeting with all parties will take place to review the scope of work; operations; schedule and safety plan. b. Daily cleanup of site. General Civil Rights Provisions a. The City of Renton, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notiƱes all bidders or o erors that it will a irmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses, or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be a orded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proƱciency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Recipient Page 3 of 3 March 3, 2026 b. The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. c. Women and Minority Business Enterprises (WMBE) are encouraged to bid. d. The City’s Fair Practices, Non-Discrimination, and Americans with Disabilities Act Policies shall apply. If interested, a site visit can be scheduled for March 16th at 10:00AM. Bids will be received until March 31st by 5:00 PM PST. Any bids received after the published bid submittal time cannot be considered and will not be accepted. This project is located on the Renton Municipal Airport (243 W Perimeter Rd Renton WA 98057). To schedule a site visit please contact William Adams PE at wadams@rentonwa.gov. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. If a bidder has any questions regarding the project, the bidder may either: Submit questions in writing to Renton Municipal Airport – 243 W Perimeter Rd Unit A Renton, WA 98057, Attn: William Adams, or Submit questions via e-mail: wadams@rentonwa.gov. Put “Renton Airport Runway End IdentiƱcation Light System” in the subject line. No other type of inquiry will be accepted. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business Ʊve (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. Thank you, William Adams P.E. | Principal Engineer City of Renton Public Works | Airport Cell: (206) 775-6862 | 243 W Perimeter Rd NOTICE OF PUBLIC DISCLOSURE: This message complies with Washington State’s Public Records Act – RCE 42.5