HomeMy WebLinkAboutContractDocusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
CEDAR RIVER TRAIL TEMPORARY GRAVEL BUMP-OUT
CONTRACT AGREEMENT
THIS AGREEMENT ("Agreement") is made as of the March 20, 2026, (the "Effective Date") by
and between the City of Renton, a non-charter code city under RCW 35A, and a Washington
municipal corporation ("City"), and Raptor Excavating and Contracting LLC a Washington Limited
Liability Company, ("Contractor"), who are collectively referred to as the "Parties", to construct
the Cedar River Trail Temporary Gravel Bump-out. City and Contractor agree as set forth below.
1.Scope of Work: Contractor will provide all material and labor necessary to perform all
work described in the Scope of Work which is attached and fully incorporated into this Agreement
by reference as Attachment A. All work described in the Scope of Work will hereinafter be referred
to as the "Work" or "Project".
2.Changes in Scope of Work: City, without invalidating this Agreement, may order changes
to the Scope of Work consisting of additions, deletions or modifications, the agreement sum being
adjusted accordingly by the Parties' mutual agreement. Such changes in the work shall be
authorized by written Change Order or Amendment signed by the Parties.
3.Time of Performance: Contractor shall commence performance of the Agreement no later
than 5 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
Work, no later than May 15, 2026.
This Agreement may be extended to accomplish change orders, if required, upon mutual
written agreement of City and Contractor.
5.Consideration: In exchange for Contractor's performance of the items and responsibilities
identified in the Scope of Work, City agrees to make payment in the sum of Ten Thousand Eight
Hundred Eighty Four and 25/100 dollars ($10,884.25) which includes Washington State Sales
Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope
of Work.
6.Prevailing Wage/ Method of Payment/ Retainage/ Bonding: Payment by the City for the
Work will only be made after the Work has been performed and a voucher or invoice is submitted
in a form acceptable to the City.
A.Prevailing Wage Rates
CAG-26-087
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Contractor must comply with the State of Washington prevailing wage requirements.
Contractor must file with the Washington State Department of Labor and Industries
("L&I"): a Statement of Intent To Pay Prevailing Wages ("Statement of Intent") at the
beginning of the Project and an Affidavit of Wages Paid at the end of the Project. A copy
of Contractor's Statement of Intent, approved by L&I, must be submitted to the City. City's
payments to Contractor during the course of this Agreement are conditioned upon receipt
of a copy of the approved Statement of Intent submitted by Contractor and by any of
Contractor's subcontractors, if applicable, and upon a statement with each invoice or
voucher that prevailing wages have been paid in accordance with the Statement of Intent.
The State of Washington prevailing wage rates applicable for this Project, which is located
in King County, may be found at the following website address of the Department of Labor
and Industries:
https:ljlni.wa.gov/licensing-permits/public-works-projects/prevailing-wage
rates/
Pursuant to WAC 296-127-011, the applicable effective date for prevailing wage rates paid
for the duration of this contract shall be the prime contractor's bid due date with these
exceptions:
•If the project is not awarded within six (6) months of the bid due date, the
award date is the effective date.
•If the project is not awarded pursuant to bids, the date the contract is
executed is the effective date.
Upon request, the City will provide a copy of the applicable prevailing wages for this
Project. Alternatively, the rates may be viewed at the City of Renton City Hall by making
an appointment with the contact person identified herein or prior to contract award with
the contact person identified as the City of Renton contact in Paragraph 14.A of this
agreement. Contractor must pay the greater of prevailing wage or applicable minimum
wage.
B. Retainage, How Held
Pursuant to chapter 60.28 RCW, a sum equal to five percent (5%) of the monies earned by
the Contractor will be retained from payments made by the City to the Contractor under
this Agreement (the "Retainage"). Payment of the initial ninety-five percent (95%) of the
monies earned by Contractor will be made in the pay cycle of the Renton Finance
Department following receipt of Contractor's voucher or invoice (pay cycles are bi
monthly). The Retainage shall be used as a trust fund for the protection and payment (1)
to the State with respect to taxes, increases, and penalties which may be due pursuant to
Titles 50, 51, and 82 RCW, and (2) the claims of any person arising under the Agreement.
PAGE20F 12
Monies retained under the p r ovIsIons of RCW Chap er 60.28 shall be
Contractor must pi ck one -,f contractor does not pick one then the first option
(retamage held ,n a fund by the City) applies
X Retain d rn a fund by the C,ty
or
____ Deposited by the City in an escrow (interest-bearing) account in a bank,
mutual saving bank, or savin gs and loan assocIatIon (interest on monies so retained
shall be paid to the Contractor) Deposits are to be in the name of the City and are
not to be allowed to be withdrawn without thf' City's written authonzat,on. The
City w1ll Issue a check represe nting the sum of the mon,es reserved, payable to the
bank or trust company Such check shall be converted into bonds and securities
chosen by the Contractor as the interest accrues.
At or before the time the Ag reement Is executed, the Contractor shall designate
the optio n desired The Contractor in choosing the second agrees to assume full
respo ns1b1l1ty to pay all costs that may accrue from escrow services, brokerage
charges or both, and further agrees to assume all risks in connection with the
investment of the retain ed percentages rn secunties
The City may also, at its opt ion, accept a bond m lieu of retarnage pursuant to RCW
60 28 011(6).
C. Contractor's Bond
In add1t1on to the Retarnage described above, pursuant to chapter 39.08 RCW the City
requires Contractor to provide a Performance and Payment (Contract) Bond on the City
approved form upon execution of the Agreement
� This Agreement has a contract value under $150,000.
For Ag reements under $150,000, the Parties may agree to waive the payment and
performance bond and instead the City will retain ten percent (10%) of the contract
amount.
The Parties a gree as follows
Contractor must pick on e -if contractor does not pick one then the J,rst option
(5% reta,na ge wi t h contract bond) app lies.
P,,c.E 3 Of 12
Docusign Envelope ID: 501A7970-D26,8.-401B-An2-06C5f9821705
___ To p r ovide a payment and performance bond (contract bond) in theamount of one hundred percent (100%) of the estimate including taxes 1th a fivepercent (5%) Retamage .
or )< To waive a payment and perform�nce bond (contract bond) and instead
the city will retain ten percent (10%) of the contract amount for a period of thirty
days after date of final acceptance, or until receipt of all necessary releases from
the department of revenue, the employment security department, and the
department of labor and industries and settlement of any hens filed under
chapter 60 28 RCW, whichever 1s later.
The City must receive certified copies of all Affidavits of Wages Paid, from Contractor and
each subcontractor, for the ProJect before the c,ty w,11 release the five percent Retainage
or the ten percent retainage in lieu of bond For the purposes of the retainage statute
(RCW 60.28 011), "completion of all contract work" ,s th<> same as "date of final
acceptance" in the performance and payment bond statute (RCW 39 08 010). If no
retainage ,s held, the City's Final Acceptance 1s cond1t1oned upon the City's receipt of
Affidavits of Wages Paid from the Contractor and each subcontractor
D City Satisfaction
City 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
E.Final Acceptance
Final Acceptance of the ProJect occurs when the City has determined that the ProJect 1s
one hundred percent (100%) complete and has been constructed in accordance with the
Plans and Spec1f1cat1ons.
F Payment in the Event of Termination
In the event this Agreement 1s terminated by either party, the Contractor shall not be
entitled to receive any further amounts due under this Agreement until the work spec1f1ed
in the Scope of Work is sat1sfactonly completed, as scheduled, up to the date of
term1nat1on At such time, 1f the unpaid balance of the amount to be paid under the
Agreement exceeds the expense incurred by the City in finishing the work, and all damages
sustained by the City or which may be sustained by the City or which may be sustained by
the reason of such refusal, neglect, failure or discontinuance of Contractor performing the
work, such excess shall be paid by the City to the Contractor If the City's exrense and
damages exceed the unpaid balance, Contractor and his surety shall be Jointly and
severally liable therefore to the City and shall pay such difference to the City. Such
PAGE 4 or 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
expense and damages shall include all reasonable legal expenses and costs incurred by the
City to protect the rights and interests of the City under the Agreement.
7.Hold Harmless: Contractor shall indemnify, defend and hold harmless City, 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 City 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
City, 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.
8.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 City 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.Commercial Automobile Liability for owned, leased, hired or non-owned, leased,
hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single
limit, if there will be any use of Contractor's vehicles on the City's Premises by or on behalf
of the City, beyond normal commutes.
PAGES OF 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
E.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. City's
insurance policies shall not be a source for payment of any Contractor liability.
F.Subject to City's review and acceptance, a certificate of insurance showing the
proper endorsements, shall be delivered to City before executing the work of this
Agreement.
G.Contractor shall provide City with written notice of any policy cancellation, within
two (2) business days of their receipt of such notice.
H.Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverage for
subcontractors shall be subject to the same insurance requirements as stated herein for
Contractor.
I.Additional Insurance if marked as "Required" by City:
1.□ Required. Builders Risk insurance covering interests of the City, the
Contractor, Subcontractors, and Sub-contractors in the Work. Builders Risk
insurance shall be on a special perils policy form and shall insure against the
perils of fire and extended coverage and physical loss or damage including
flood, earthquake, theft, vandalism, malicious mischief, and collapse. The
Builders Risk insurance shall include coverage for temporary buildings,
debris removal and damage to materials in transit or stored off-site. This
Builders Risk insurance covering the Work will have a deductible of $5,000
for each occurrence, which will be the responsibility of the Contractor.
Higher deductibles for flood and earthquake perils may be accepted by the
City upon written request by the Contractor and written acceptance by the
City. Any increased deductibles accepted by the City will remain the
responsibility of the Contractor. The Builders Risk insurance shall be
maintained until final acceptance of the Work by the City.
2.D Required. Contractors Pollution Liability insurance covering losses
caused by pollution conditions that arise from the operations of the
Contractor. Contractors Pollution Liability insurance shall be written in an
amount of at least $1,000,000 per loss, with an annual aggregate of at least
$1,000,000. Contractors Pollution Liability shall cover bodily injury,
property damage, cleanup costs and defense including costs and expenses
incurred in the investigation, defense, or settlement of claims.
If the Contractors Pollution Liability insurance is written on a claims-made
basis, the Contractor warrants that any retroactive date applicable to
PAGE60F 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
9.
coverage under the policy precedes the effective date of this Agreement;
and that continuous coverage will be maintained or an extended discovery
period will be exercised for a period of three (3) years beginning from the
time that Work under this Agreement is completed.
The City shall be named by endorsement as an additional insured on the
Contractors Pollution Liability insurance policy.
If the scope of services as defined in this Agreement includes the disposal
of any hazardous materials from the job site, the Contractor must furnish
to the City evidence of Pollution Liability insurance maintained by the
disposal site operator for losses arising from the insured facility accepting
waste under this Agreement. Coverage certified to the Public Entity under
this paragraph must be maintained in minimum amounts of $1,000,000 per
loss, with an annual aggregate of at least $1,000,000.
Pollution Liability coverage at least as broad as that provided under ISO
Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA
99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90)
shall be attached.
Discrimination Prohibited: Contractor agrees as follows:
A.Contractor, and Contractor's agents, employees, representatives, and volunteers
with regard to the Work 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 Work or any other benefits under this Agreement, or
procurement of materials or supplies.
B.The Contractor will ensure that applicants are considered 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 the non-discrimination provisions herein,
City shall have the right, at its option, to cancel the Agreement in whole or in part.
PAGE70F 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
D.Contractor is charged with knowledge of and 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.
10.Independent Contractor: Contractor's employees, while engaged in the performance of
any of Contractor's Work under this Agreement, shall be considered employees of the Contractor
and not employees, agents, representatives of City and as a result, shall not be entitled to any
coverage or benefits from the City of Renton. Contractor's relation to City 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 Work provided
to be rendered under this Agreement, shall be the solely Contractor's obligation and
responsibility.
11.City of Renton Business License: The Consultant shall obtain a City of Renton Business
License prior to performing any Work and maintain the business license in good standing
throughout the term of this agreement with the City.
Information regarding acquiring a city business license can be found at:
https:ljwww.rentonwa.gov/City-Services/Business/Business-Licenses
Information regarding State business licensing requirements can be found at:
http://dor.wa.gov/doing-business/register-my-business
12.Record Keeping and Reporting: Contractor shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work 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 those records are protected by court
order.
PAGE80F 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
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 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
Mark Richardson
1055 South Grady Way
Renton, WA 98057
Phone: (425)430-6714
m richardson@rentonwa.gov
And to:
City Clerk
cityclerk@rentonwa.gov
CONTRACTOR
Tanner Waliezar
1051 Middle Fork Rd.
Onalaska, WA 98570
Phone: (360)932-8702
Raptorexcavating@outlook.com
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 of the Contractor's employees shall
perform the Work 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.
PAGE90F 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
E.Conflicts. In the event of any inconsistencies between Contractor proposals and
this Agreement, the terms of this Agreement 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 Ma Ieng Regional Justice Center
in Kent, King County, Washington, or its replacement or successor. Contractor hereby
expressly consents to the personal and exclusive jurisdiction and venue of such court even
if Contractor is a foreign corporation not registered with the State of Washington.
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 City 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.
PAGE 100F 12
Docuslgn Envelope 10: 501A7970-D268-401B-A772-06CSF9821705
IN WITN S WH OF, th Part s h v voluntarily nt r d into this r m nt s of
£fi ctIve Oat
CITY OF RENTON
G-� Maryjane Van Cleave •-=
MaryJan Van Cle v , Administrator
1055 South Grady W y
R nton, WA 98057
3/25/2026 I 4:22 PM POT
Approv d as to L gal Forrn
Blythe Phillips
Assistant City Attorney
swc:. 03042026
PAGI 11 or l}
CO T ACTOR gd:?L-=--=---ifanner W It zcr
1051 Middle Fork Rd
Onala bi, WA 8570
Approved by Blythe Phillips via email 3/24/2026
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Attachment A
PAGE 12 OF 12
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
REQUEST FOR BID
SMALL WORKS ROSTER
EXHIBIT'A'
CEDAR RIVER TRAIL TEMPORARY GRAVEL BUMP-OUT
Part 1 -Base Bid (Basis of Award)
Bid Scheduie - Base Bid Only
Item Description
No.
1 Cedar River Trail Temporary
Gravel Bump-out and
Drainage
Unit I Estimated Qty
LS 1
Unit Price
$
Subtotal
Sales Tax (10 5%)
Total Base Bid (Basis of Award)
Part 2 -Contingent Unit Price (Not Included In Total Base Bid)
Unit Price Schedule
Item Description Unit
No.
C 1 Imported Common Fill {includfng furnish, CY haul, place, compact)
Contingent Item Provisions
Unit Price
s 80.0 o
Total
$ 9g50,ob
S 98So.o6
$ I 03'(.J.5
$ I 0, R&'-1-�
per CY
The unit pnce listed above Is for establishing a contract unit price only and shall not be included in the
Total Base 81d for purposes of determining the lowest responsive bidder
This item is contingent and shall be performed only upon wntten authorization by the Owner
Payment will be based on actual field-verified quantities placed No minimum quantity Is guaranteed
The undersigned declares that before preparing their proposal, they read carefully the specifications and
requirements for proposers and that their proposal Is made with full knowledge of the kind, quality and
quantity of services and equipment to be furnished, and their sa,d pn,posal Is as stated on these pages.
By signing this page of the quotation, the Contractor acknowledges and agrees to the terms and
conditions of each of the forms Included In the proposal documents.
uthomed Off1c1al (Signature)
Print Name cf Authonzed Official
pg 6
Date
_ COl'l--.fro I, "j ®'t v""r
Title of Authorized Official
Docusign Envelope ID: 5D1A7970-D268-401B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
IV SUBMIT TAL DEADLINE
A The tty must receive Bid Form and Qualifications by Monday, March 16, 2026 at
12:00 PM (Noon) Submittals after this deadline will be d1squahf1ed.
B Please dtrect all questions (questions due 3/13/2026 at 9am) and submit Bid Form and
Quahf1cat1ons to Betsy Severtsen, Capital ProJects Manager via email:
b vc t en@rentonwa gov.
V.CONTRACTOR QUALIFICATIONS
In addition to the mandatory bidder respons1b1hty criteria in RCW 39.04.350, the Contractor
must also meet the following supplemental bidder respons1b1hty wtena.
A Contractor shall provide a 11st of three (3) successfully completed proJects within the
past five (5) years of comparable size and scope involving gravel trail/pathway
construction or similar earthwork, drainage, anf.i surfacing improvements Within
narrative, include pro1ect name, photo, and reference contact mformat1on
B.The City may check references for the previous proJects and may evaluate that owner's
assessment of the Contractor's performance in areas including. but not ltmited to:
•Quality of project and quality control.
•Management of safety and safety record,
•Timeliness of performance,
•Use of skilled personnel,
•Availability of and use of appropriate equipment,
•Compltance with contract documents,
•Management of schedule, submittals process, change orders, and close-out,
C. The City may check references known to the City but not provided by Contractor,
including the City itself. for information about Contractor's performance on past
proJects.
The deadline for appealing a determination that a bidder 1s not responsible 1s Ma rch 19,
2026
VI.TERMS AND CONDITIONS
A.The City reserves the right to reJect any and all proposals, and to waive minor
irregularities many proposal
B.The bidder w1ll be subJec to retainage and bonding requirement under chapters 60.28
and 39 08 RCW
c.The successful bidder will be required to pay prevailing wage or minimum wage,
whichever 1s greater
D.The City's fair practices and non-d1scnminat1on pohcr.�s apply to this pro1ec
pg 4
Docusign Envelope ID: 5D1A7970-D268-401B-A772-D6C5F9B217 05
C dar R rTr alT m
pg 7
Un1f1 d Bus,
(UBI
)
m
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
CEDAR RIVER TRAIL
TEMPORARY GRAVEL BUMP-OUT
REQUEST FOR BID
CITY OF RENTON
PARKS AND RECREATION DEPARTMENT
PARKS AND TRAILS DIVISION
1055 SOUTH GRADY WAY
RENTON, WASHINGTON 98057
March 9, 2026
pg. 1
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
TABLE OF CONTENTS
Request for Bid
Attachment 1: Cedar River Trail Temporary Gravel Bump-Out Site Plan, Detail and
Specifications
Attachment 2: Site Photos
Attachment 3: Sample Small Works Contract Agreement
pg.2
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
REQUEST FOR BID
I.PURPOSE OF REQUEST
The City of Renton ("City") is requesting your proposal for construction of a temporary gravel-surfaced
trail "bump-out" along the Cedar River Trail in Renton, WA. The purpose of this project is to temporarily
widen an existing trail segment near a fenced embankment failure to allow safer passage of cyclists and
pedestrians until permanent embankment repairs are completed (anticipated in 2027).
The Work shall include construction of an approximately 110 linear feet by 12-feet-wide gravel trail
expansion, including but not limited to:
•Clearing and grubbing of existing vegetation
•Subgrade preparation and placement of suitable imported material as needed
•Placement and compaction of crushed rock base course and crushed rock top course
•Drainage swale regrading
The City's requirements are outlined in the following Request for Bid ("RFB"). The Work shall be
performed under the City of Renton Small Works Contract Agreement (sample attached).
Bid Deadline: Monday, March 16, 2026, 12:00 PM (Noon)
II.PROJECT SCHEDULE
Notice to Proceed (expected)
Substantial Completion
Final Completion
March 27, 2026
April 15, 2026
May 15, 2026
Substantial Completion must occur by April 15, 2026 to accommodate event-trail use.
Ill. INSTRUCTIONS TO PROPOSERS
A.Provide a bid including:
1. Completed Exhibit 'A' Bid Form
2.Contractor Qualifications (see Section V below)
pg.3
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
IV. SUBMITTAL DEADLINE:
A.The City must receive Bid Form and Qualifications by Monday, March 16, 2026 at
12:00 PM (Noon). Submittals after this deadline will be disqualified.
B.Please direct all questions (questions due 3/13/2026 at 9am} and submit Bid Form and
Qualifications to Betsy Severtsen, Capital Projects Manager via email:
bsevertsen@rentonwa.gov.
V. CONTRACTOR QUALIFICATIONS
In addition to the mandatory bidder responsibility criteria in RCW 39.04.350, the Contractor
must also meet the following supplemental bidder responsibility criteria.
A.Contractor shall provide a list of three (3) successfully completed projects within the
past five (S) years of comparable size and scope involving gravel trail/pathway
construction or similar earthwork, drainage, and surfacing improvements. Within
narrative, include project name, photo, and reference contact information.
B.The City may check references for the previous projects and may evaluate that owner's
assessment of the Contractor's performance in areas including, but not limited to:
•Quality of project and quality control;
•Management of safety and safety record;
•Timeliness of performance;
•Use of skilled personnel;
•Availability of and use of appropriate equipment;
•Compliance with contract documents;
•Management of schedule, submittals process, change orders, and close-out;
C.The City may check references known to the City but not provided by Contractor,
including the City itself, for information about Contractor's performance on past
projects.
The deadline for appealing a determination that a bidder is not responsible is March 19,
2026.
VI.TERMS AND CONDITIONS
A.The City reserves the right to reject any and all proposals, and to waive minor
irregularities in any proposal.
B.The bidder will be subject to retainage and bonding requirement under chapters 60.28
and 39.08 RCW.
C.The successful bidder will be required to pay prevailing wage or minimum wage,
whichever is greater.
D.The City's fair practices and non-discrimination policies apply to this project.
pg.4
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
E.A Notice to Proceed shall be given after the Risk Manager approves the insurance, and
the Contract is approved and signed by the Mayor or Administrator as applies.
F.Upon Notification of Intent to Award Contract, the following documents must be
submitted prior to commencement of the Work and no later than five (5) working days
after receipt of Notification of Intent to Award Contract:
SCOPE OF WORK
1.Contract Agreement (sample below)
2.City of Renton Business License
3.Certificate of Liability Insurance naming the City of Renton as additional insured
PROJECT PROPOSAL
The trail bump-out construction and associated scope of work required under this contract shall be fully
completed within the Project Schedule (Section II) and Time of Completion as provided in this RFB.
A.Work shall conform to the Project Work Requirements and attached Drawings and per
City of Renton requirements.
B.Coordinate with the City Representative regarding site access (available via Cedar River
Trail off Houser Way S/Mill Ave S), trail user safety, inspection scheduling, and
compaction verification.
C.Maintain safe passage for trail users at all times unless temporary closure is approved by
the City.
D.Clean site and remove all debris in a legal manner upon completion.
PROJECT WORK REQUIREMENTS
Contractor shall furnish all labor, materials, tools, equipment, traffic control, and incidentals necessary
to complete construction of the temporary gravel trail bump-out per the Plans, Details and
Specifications (Attachment 1).
pg.5
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
ATTACHMENT 1: CEDAR RIVER TRAIL TEMPORARY GRAVEL BUMP-OUT PLAN
AND MATERIAL SPECIFICATIONS
--20' Contour
--100' Contour
River/Stream
Wetland
Developed Park
City Ownership
0 155 310 620 Feet
L...J
DESIGNED BY:=""'='�---
t -DATE:�
NORTH
SCALE IN FEET
CEDAR RIVER TRAIL
TEMPORARY GRAVEL BUMP-OUT
SITE PLAN
FIG 1
SHEET• 1 OF 2
BASE COURSE GRADATION TOP COURSE GRADATION
! II
.,I
1:1 COMMON BACKSLOPE PROVIDES FOR NATURAL REVEGETATION
SIEVESlZE %PASSING
3/4"
46-66
4" CRUSHED ROCK BASE COURSE (COMPACTED)
FOLLOWING REMOVAL OF ORGANIC MATERIAL AND ROUGH GRADING TRAIL BED. PROVIDE 95% COMPACTION.
SIEVESIZE
3/8"
% Fracture
1. All TRAIL CONSTRUCTION SHALL INCLUDE STANDARD CLEARING LIMITS AS FOLLOWS: BRUSH ANO BAANCHES ABOVE 36" ABOVE GROUND LEVEL SHALL BE REMOVED TO A HT. OF 8' WITHIN 3' OF TRAIL ALL VEGETATION BELOW 36" HT. SHALL BE OJT BACK TO THE WIDTH OF THE TRAIL FALLEN LOGS SHALL BE CIJT FLUSH AT THE EDGE OF THE TRAIL
2. FOLLOWING CLEARING WITHIN THE DESIGNED TRAIL CORRIDOR. REMOVE All ROOTS AND ORGANIC DE8RIS TO A DEPTH OF 6" PRIOR TO IMPORTING CRUSHED ROCK. ESTABLISH DESIGN CROSS-SLOPE IN SUBGRADE MATERIALS, SLOPE OR CROWN AS DIRECTED.
3. PROVIDE BASE COURSE AND TOP COURSE PER SPECIFICATIONS. ROU/COMPACT EDGES OF FINISH PATH TO BLEND BACK TO ADJACENT GRADE. FINISHING GRADE OF PATH WILL BE FLUSH OR SLIGHTLY ELEVATED/CROWNED ABOVE ADJACENT SURFACES.
3. IMPORT CRUSHED ROCK FOLLOWING OWNEfl. APPROVAL OF PREPAAEO TRAIL BED. TAPER EDGES AT A4S' ANGLE INTO THE SUBGRAOE. TOP COURSE FLUSH WITH FINISH GRADE. COMPACT AS SPECIFIED.
4. PERFORM SITE RESTORATION ANO REVEGETATION (GRASS SEED) IMMEDIATELY UPON COMPLETION OF TRAIL WORK AND/OR RELATED DRAINAGE WORK OR AS DIRECTED BY THE ENGINEER..
TEMPORARY GRAVEL BUMP-OUT DETAIL
%PASSING
<-0-65
30-75
PART1-GENERAL
1.01 DESCRIPTION
PROVIDE ALL LABOR ANO EQUIPMENTTO PERFORM CONSTRUCTION OF CRUSHED ROCK PATH BUMP-OUT, INCLUDING INCIDENTALS RELATED TO THAT WORK.
STANDARD SPECIFICATIONS: WSDOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION (CURRENT EDITION), ANO AMENDMENTS.
1.03 QUALITY ASSURANCE
A. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING THE QUALITY OF THE WORK AND SHALL PERFORM COMPACTION ANO OENSfTYTESTS ON REQUEST OF THE OWNER TO CHECK COMPLIANCE WITH THESE SPECIFICATIONS. A COPY OF THE TEST REPORTS SHALL BE FURNISHED TO THE OWNER.
8. THE OWNER'S TESTING AGENCY WILL PERFORM COMPACTION AND DENSITY TESTS TO CHECKCOMPLIANCEWITHTHESE SPECIFICATIONS.
C. THE OWNER MAY REQUIRE THAT AN INDEPENDENT TESTING LABORATORY TEST IMPORTED MATERIALS AT ANYTIME. IFTHE MATERIAL IS FOUND TO BE NON-COMPLIANT WITH THE CONTRACT, THE CONTRACTOR SHALL BEAR THE COST OF TESTING, REMOVAL OF ALL NONCOMPUANT MATERIALS FROM THE PROJECT SITE, AND REPLACEMENT OF THE MATERIALS WITH MATERIALS MEETING THE REQUIREMENTS OF THE CONTRACT. IF THE MATERIALS TESTED ARE FOUND TO BE COMPLIANT WITH THE REQUIREMENTS OF THE CONTRACT, THE OWNER WILL REIMBURSE THE CONTRACTOR FOR COSTS INCURRED BY TESTING.
D. SUBMITTAL$:
THE OWNER SHALL APPROVE IN PRINCIPLE ALL PRODUCTS USED IN THE EXECUTION OF THIS SECTION PRIOR TO THEIR IMPORTATION TO THE PROJECT SITE. SUBMIT A PARTICLE GRADATION ANALYSIS IN GRAPH AND TABLE FORM FOR EACH IMPORTED PRODUCT SPECIFIED. APPROVAL BY THE OWNER OF AN ANALYSIS DOES NOT CONSTITUTE APPROVAL OF THE ACTUAL PRODUCT, WHICH MAY BE SUBJECTTO AOOITIONAL TESTING AT ANYTIME PER PARAGRAPH 1.03.C IN THIS
SECTION.
A. PRIOR TO THE IMPORTATION OF ANY MATERIALS, THE CONTRACTOR SHALL PROVIDE THE OWNER WITH A CERTIFIED TEST LAB REPORT OF THE SIEVE ANALYSIS OF THE PRODUCT. THE OWNER SHALL BE THE FINAL DETERMINING FACTOR IN ESTABLISHING COMPLIANCE WITH SIEVE REQUIREMENTS. NO MATERIAL SHALL BE BROUGHT ONTO THE JOB SITE UNTIL THE INITIAL SIEVE ANALYSIS HAS BEEN APPROVED IN WRITING.
B. DURING THE COURSE OF IMPORTATION OF MATERIALS, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTINUALLY CHECKING THE MATERIALS TO ENSURE THAT THEY CONTINUE TO MEET THE SPECIFICATIONS.
A. TYPE 1 MINERAL AGGREGATE (SIB-INCH MINUS CRUSHED ROCK, BEARING NO NATURALLY OCCURRING OR WORN SURFACES) PER WSOOT STANDARD SPECIFICATIONS SECTION 9·03.9(3) CRUSHED SURFACING. GRADATION OF THE BASE COURSE PER DETAIL
2.03 CRUSHED ROCK TOP COURSE, STABILIZED 1/4 INCH MINUS CRUSHED ROCK(NO. 4 TO DUST).
A. 1/4-INCH MINUS CRUSHED ROCK{NO. 4 TO OUST) SHALL CONSIST OF CRUSHED LEDGE ROCK OR TALUS BEARING NO NATURALLY OCCURRING OR WORN SURFACES. GRADUATION OF THE TOP COURSE PER DETAIL
2.04 GENERAL BACKFILL MATERIALS
A. ON-SITE COMMON FILL: ON-SITE COMMON FILL SHALL CONSIST OF APPROVED MATERIAL EXCAVATED DURING SITE GRADING AND SHALL MEET THE FOLLOWING CRITERIA FOR REUSE:
1. ON-SITE COMMON FILL: FOR REUSE 1'S GENERAL BACKFILL ANO IN AREAS TO RECEM TOPSOIL AND SOIL AMENDMENTS (PLANTEDfSEEDEO AREAS) SHALL BE FREE FROM DEBRIS OR OTHER DELETERIOUS MATERIALS
2. ON-SITE COMMON FILL SHALL BE STORED IN SUCH A MANNER ,STO MAINTAIN ITS NATIJRAL MOISTURE CONTENT. IF ON-SITE COMMON FILL BECOMES OVERLY DRY OR WET DURING STORAGE, IT SHALL BE MOISTURE-CONDITIONED PRIOR TO BACKFILLING AND COMPACTION
2.0S SELECTED BACKFILL (COMMON FILL)
A. WHERE ON-SITE SOILS PROVE TO BE INSUFFICIENT IN QUANTITY OR QUALITY TO ACHIEVE DESIGN SUB-GRADES ANO COMPACTION LEVELS, IMPORTED FILLS MAY BE ACCEPTED. SELECTED BACKFILL (COMMON ALL) SHALL BE TYPE 17 (BANK RUN GRAVEL), AVAILABLE FROM A RECOGNIZED COMMERCIAL SOURCE. WITH ORGANIC CONTENT LESS THAN 8% ORY WEIGHT, ANO MEET THE FOLLOWING SIEVE GRAOA TION.
SIEVE SIZE PERCENT PASSING
3"SQSIEVE 95-100
1/4"SQSIEVE 25-7S
N0.200SIEVEWET 0-5
2.06STABILIZERBINDER
A. SHALL BE GENERIC-CPX 2900 SERIES GENERIC COPOLYMER RESIN SOIL-STABILIZER SOLUTION, A WATER-BASED, NON-TOXIC, ORGANIC BINDER THAT IS A COLORLESS ANO OOORLESS BLENO OF AQUEOUS POLYMER EMULSIONS THAT BIND THE 1/4 INCH MINUS CRUSHED ROCK TOGETHER TO PRODUCE A FIRM, STABLE SURFACE. SUPPLIER: HTTPS://'WWW.STABILIZERSOLLITIONS.COMIPRODUCTS/STABILIZER·LANDSCAPE/
A. LITILITIES: THE CONTRACTOR SHALL PROTECT PRIVATE ANO PUBLIC LITILITIES FROM DAMAGE. VERIFY THE LOCATIONS OF UNDERGROUND LITILITIES MINIMUM 48 HOURS PRIOR TO EXCAVATION.
B. PAVEMENT:THE CONTRACTOR SHALL PROTECT FROM DAMAGE ALL PAVEMENT OR PAVED AREAS INCLUDING CURBS AND WALKS INTENDED TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE FOR REPLACEMENT IF DAMAGE OCCURS TO PAVEMENT OR CURBS.
C. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PROTECT ALL WORK IN PROGRESS FROM DAMAGE DUE TO EXTREMES OF COLO, MOISTURE, OR DRYING, OR MECHANICAL DAMAGE FROM EQUIPMENT TRAFFIC OR FOOT TRAFFIC. ALERT THE OWNER TO THE PRESENCE OR LIKELIHOOD OF CONDITIONS THAT MAY ADVERSELY AFFECT THE QUALITY OF THE WORK. THE PHYSICAi. STRUCTURE OF SOILS, OR TRANSPORT OF SITE SOILS OFF SITE.
B. PROTECT CRUSHED ROCK FROM EXCESSIVE MOISTURE; COVER STOCKPILES WITH PLASTIC SHEETING DURING WET PERIODS.
C. APPLY SUPPLEMENTAL MOISTURE TO OVERLY DRY SOILS.
3.03 SITE EXCAVATION, GRADING, ANO BACKFILL
1. THE CONTRACTOR SHALL NOTIFY THE OWNER AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION.
2. UNIFORMLY GRADE AREAS WITHIN THE LIMITS OF GRADING UNDER THIS SECTION, INCLUDING ADJACENT TRANSITION AREAS. SMOOTH THE FINISHED SURFACE WITHIN SPECIFIED AREAS.
A. REMOVAL OF MATERIALS BEYOND INDICATED SUBGRAOE ELEVATIONS OR DIMENSIONS WITHOUT SPECIFIC DIRECTION OF OWNER IS NOT AUTHORIZED. UNAUTHORIZED EXCAVATION, AS WELL AS REMEDIAi. WORK DIRECTED BY OWNER, SHALL BE AT THE CONTRACTOR'S EXPENSE.
B. OBTAIN OWNER'SAPPROVALOF SUBGRAOE PRIOR TO PLACING ANY CRUSHED ROCK.
3.0S DISPOSAL OF EXCAVATED SOIL
A. EXCESS EXCAVATED MATERIALS THAT CANNOT BE REUSED ON SITE ANO ALL EXCAVATED MATERIALS DETERMINED TO BE NON-REUSABLE SHALL BE PROPERLY DISPOSED OF AT AN OWNER-APPROVED UPLAND DISPOSAi.SiTE.
B. THE CONTRACTOR SHALL MAKE ARRANGEMENTS FOR TRANSPORTATION ANO DISPOSAL OF THE EXCAVATED MATERIAL WITH THE UPLAND DISPOSAL FACILITY OPERATOR. THE CONTRACTOR SHALL BE HELD FULLY RESPONSIBLE FOR THE SATISFACTORY DISPOSAL OF THE MATERIALS.
PROVIDE A COMPACTED LIFT AT THE THICKNESS SHOWN ON THE CONTRACT DRAWINGS OF SPECIFIED CRUSHED ROCK PATH BASE AGGREGATE TRUE TO THE ELEVATIONS EITHER DESCRIBED OR IMPLIED IN THE CONTRACT DRAWINGS.
3.0S CRUSHED ROCK PATH TOP COURSE
A. PROVIDE A COMPACTED LIFT AT THE THICKNESS SHOWN ON THE CONTRACT DRAWINGS OF SPECIFIED CRUSHED ROCK PATH TOP COURSE STABILIZED CRUSHED ROCK TRUETO THE ELEVATIONS SHOWN ON THE CONTRACT DRAWINGS OR 1'S REQUIRED TO MATCH ADJACENT EXISTING PAVEMENTS.
B. SHAPE THE TRAIL OR PATHWAY TO THE DESIRED GRADES ANO SHAPE BEFORE APPL YING THE STABILIZER PRODUCT. GRADE THE SURFACE SO ,S TO PROVIDE RUNOFF AND DRAINAGE ,S INDICATED ON THE CONTRACT DRAWINGS.
C. APPLY WATER/STABILIZER PRODUCT MIXTURE ANO COMPACT FOR A SEMl•PERMEABLE BUT STABILIZED PATHWAYWITH LOOSE TOP MATERIAL PER MANUFACTURER'S RECOMMENDATIONS .
A. THE CONTRACTOR SHALL COMPACT SUBGRADE ANO BACKFILL BY MEANS OF AN APPROPRIATELY SIZED STATIC, VIBRATORY, OR IMPACT TYPE COMPACTOR SUITED TO THE SOIL ANO PHYSICAL RESTRICTIONS OF THE AREA TO BE COMPACTED. ALTHOUGH THE CONTRACTOR IS RESPONSIBLE FOR THE SELECTION OF THE METHOD OF COMPACTION, SELECTION OF AN INAPPROPRIATE METHOD SHALL NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY TO ACHIEVE THE SPECIFIED RESULT. JETTING, SWICING, OR WATER SETTllNGWILL NOT BE PERMITTED.
B. COMPACTION TESTING PERFORMED BY THE OWNER SHALL NOT RELIEVE THE CONTRACTOR OF THE OBLIGATION TO PLACE, COMPACT, ANO TEST BACKRLL MATERIALS AS REQUIRED IN ACCORDANCE WITH THESE SPECIFICATIONS.
C. CONTROL SOIL COMPACTION DURING CONSTRUCTION SO AS TO PROVIDE A MINIMUM PERCENTAGE OF DENSITY SPECIFIED FOR AREA CLASSIFICATION. 00 NOT ALLOW EQUIPMENT TRAFFIC TO COMPACT AREAS BEYOND SPECIFIED PERCENTAGES. CORRECT OVER-COMPACTION 1'S DIRECTED BY THE OWNER, INCLUDING RIPPING, RE-GRADING, AND RE-COMPACTION OR OVER-EXCAVATION ANO IN-KIND REPLACEMENT PER THE CONTRACT DRAWINGS.
0. UNLESS OTHERWISE SPECIFIED FOR A SPECIFIC BACKFILL OR FILL MATERIAL, PLACE BACKFILL ANO FILL MATERIALS IN LAYERS NOT MORE THAN 8 INCHES IN LOOSE DEPTH FOR MATERlALCOMPACTEO BY HEAVY COMPACTION EQUIPMENT AND NOT MOR ETHAN 4 INCHES IN LOOSE DEPTH FOR MATERIAL COMPACTED BY HANO-OPERATED TAMPERS.
E. PERCENTAGE OF MAXIMUM DENSITY REQUIREMENTS: COMPACT CRUSHED ROCK TO NOT LESS THAN THE FOLLOWING PERCENTAGES FOR MAXIMUM DENSITY THAT EXHIBITS A WELL-DEFINED MOISTURE DENSITY RELATIONSHIP DETERMINED IN ACCORDANCE WITH ,STM 01557, AND NOT LESS THAN THE FOLLOWING PERCENTAGES OF RELATIVE DENSITY DETERMINED IN ACCORDANCE WITH ASTM 2049, FOR MATERIALS THAT WILL NOT EXHIBIT A WELL-DEFINED MOISTURE DENSITY RELATIONSHIP.
1. EXISTINGSUBGRAOETO REMAIN-95% OF MAXIMUM ORV DENSITY PER ASTh1 0698 (STANOAAO PROCTOR)
CRUSHED ROCK BASE COURSE -9S% OF MAXIMUM DRY DENSITY PER ASTM 0698 {STANDARD PROCTOR)
CRUSHED ROCK TOP COURSE· 95% OF MAXIMUM DRY DENSITY PER ASTM 0698 (STANDARD PROCTOR)
DESIGNED BY:=""'='�---
DATE:�
CEDAR RIVER TRAIL
TEMPORARY GRAVEL BUMP-OUT
DETAIL AND SPECIFICATIONS
FIG 2
2 OF 2
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
ATTACHMENT 2: SITE PHOTOS
View Northwest
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
View Northwest
View Northwest
Docusign Envelope ID: 5D1A7970-D268-401 B-A772-D6C5F9B21705
Cedar River Trail Temporary Gravel Bump-out
View Southeast