HomeMy WebLinkAbout21-138 - Titan Earthwork, LLC - 2021 Small Drainage Program21-138
Council Approval 8/16/21
C'1
AGREEMENT FORM
CONTRACT NO.
21-138
THIS AGREEMENT is made and entered into on this 13thday nf September . 2021 , by and between
the City of Tukwila, Washington ("Owner") and TITAN Earthwork LLC ("Contractor"). Now,
therefore the parties agree as follows:
1. Project. Contractor shall complete aPI work and furnish all labor, tomka, ma8*halo, and equipment for
the projecentitled 2021 Small Drainage Program Project No. 92041201. including all changes to the Work
and force account work, in accordance with the Contract Donumenta, as described in Section 1-04.2 of the
Supplemental General Requirements.
2. Payments. Owner shall pay Contractor at the unit and Iump sum prices,and by force account as
specified in the Proposal according to the Contract Documents as to time, menner, and condition of payment.
The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work
under this Agreement shall be completed within the time specified in the Proposal. If the Work under this
Agreement is not completed within the time opeciUed, as detailed in the Contract Documents, Contractor shall
pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the
Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party
shall be entitled to recover its costs, including reasonable attorney's and expert witness fees.
5. Disclaimer. No liability of Gontractor shall attach to Owner by reason of entering into this Agreement,
except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of
which shall for all purposes be deemed an original.
CITY OF TUKWILA, WASHINGTON
(Owner)
By:
C7/Licut Shoe/kg
Mayor
09/13/2021
Attest:
This 13th day of September , 20 21
eSIgnedvlaSearalecsDocs,Dm
City Clerk
Approved as to Form:
City Attorney
Address tor giving nolices:
6200 Southcenter Blvd
Tukwila, WA 98188
TITAN Earthwork LLC
Justin Gilsoul
Title:, General Manager
Attest:
This 7th day of oegteober, 20 21
Contractor's License No,
Address for givingnoticea:
1585 Valentine Ave SE
Pacific, WA 98047
C-2
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. 0240808
We, TITAN Earthwork, LLC and Berkley Insurance Company
(Principal) (Surety)
a Delaware corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner''), in the penal sum of
Seven Hundred Tvventyght Thousand Two Hu dred Twenty Five and 00/100 Dollars
($728,225.00 ), the payrnent of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be. This
Payment and Performance Bond is provided to secure the performance of Principal in connection
with a contract dated September 13 , 2021 , between Principal and Owner for a project
entitled 2021 SMALL DRAINAGE PROGRAM , Contract No. 92041201 ("Contract"). The initial
penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal
submitted by Principal.
NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only
upon the condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• Indemnifies and holds Owner, its officers, and agents harmless from and against all
claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment,
and materials by satisfying all claims and demands incurred under the Contract, and
reimbursing and paying Owner all expenses that Owner may incur in making good any default
by Principal; and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any defect
appearing or developing in the material provided or workmanship performed under the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Project.
This bond shall remain in full force and effect at 10% of the total bid price for one (1) year after Final
Completion of the Contract, to insure against all defects and corrections needed in the material
provided or workmanship performed.
The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Payment and
Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if
the Contract time is extended by more than twenty percent (20%).
C-3
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Payment and Performance Bond shall automatically increase in a like amount.
Any such increase shall not exceed twenty-five percent (25%) of the original amount of the
Payment and Performance Bond without the prior written consent of Surety.
This Payment and Performance Bond shall be governed and construed by the laws of the State of
Washington, and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this 18th day of August , 20 21
Berkley Insurance Cornpany
Surety
Signature of Authon ed Official Signature of Authorized Official
Name and address of local office of
By Katharine J. Snider_
Attorney in Fact
(Attach Power of Attorney)
Propel Insurance
agent and/or Surety Company: 601 Union Street, Suite 3400
Seattle, WA 98101
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
No. MAN )5e -d
POWER 01 .ATITORNEY
BER..KI,EN IN-SURANCE COMPANY
WIL-MINGT()N, fVA....AVVARE
N() 11(1' 'rile warning fb.und els•e\vhere in this Power of ./k.ttorney affects the validity thereof'. Please re view c fetidly.
l'N(W AI , MEN BY TIll EF, PRES ENT S'), that B E RKI1 RAN C E C (.1.) P .A1 (the "(onipany"), a co rpo rat ion dilly
or,ganized and existing .cmder the laws of the Snite of Delaware, having its principal office in Greenwich, CT, has rnacle, constituted
iiicl;-,ippointed, and does bv. these presents mak.e, constitute and appoint: .,,Ificeon.21...::eittler; Cynthia L. Jay; 1 Zimmerman;
Joins B. Binder; .8re-button K. Bash; Alyssa .1. Lopez; an .Katharine J. Snider of Propel Insurance ofSeattle, A its true and
lawful Attorticy-in-Eact, to sign its narne as surety only as delineated below and to execute, seal., acknowledge and deliver any a.nd
all bonds and tidertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed.
()tie 11unclred ilIlon and 00/100 1„.1„S„ Dollars (1.1„S.S.1 00„000,00 0,00), to the sa.rne extent as if such bonds had been duly.
execu.ted and acknmviedgecl by the regularly elected officers of the (..Tonipany at its prin.ci.pal office in their own proper persons.
T his Power of Attorney shall be constrtied and enforced in accordance with, and govented by„ the laws of the State, (:)f Delaware,
..without giving effbct to tile principles of coil fliets of laws thereof. This Power of Attorney is granted ptirsuant to the fbilowing
resolutions \vhieh were duly and va.lidly !,..i.dopted at a oetirig of the Board of .1.)irectors of' tile C'ompany held on .1ariti.ry 25, 2010:
RES 0 ltaN7E ID, that, wiih Isp;t to the Surety business written by Berkley Surety, the (. huii oa> id ile 13oard.„ Clne•f
Executive Officer, President or any Vice President ol the Company, in conjunction with the Secretary or any Assistant
Secretary ,>r hereby autlwrizecl to execute powers of' attorney authorizing and qualifying the attotney-irt-tlict named .therein
to execute bonds, undertalings, recogrliza.nces„ or other .,.,iuretysliip obligations on behulf of the C'omp a ny, and to affix .the
Corporate seal 01 the Coniparty to powers of attorticy executed pursItalt 101 110 >nd said officers may remove: any such
attorney-in-fact and re VO ke u>y power of attorney previously grated, further •
1:"?.ES011...ArIED, that such power of 'attorney limits the acts of those nulled therein to die bonds, modertakings„ recognizances,
or other suretyship ()Litigations specifically named therein, and they have no .;:titttiority to bind the 0..n-rpany except in the
manner and to the extent therein stated; and further
RESO.LV ED, that such power of attorney revokes all previous powers issued on behalf. of the attorney• -in••• -fact named; and
further
RESOLVED, that the signatureol a>y authorized officer and the seal of the Conipany may be ffixed by facsintile to any
power of attorney or ,...•,ertification thereof authorizing the exectitirm and Ilive> y of any build, n rtalcin1,7„, recognizance„ of
other suretyship obligation (..if tle (1.12.oniparty; and such signature and s(N•ti when so used. S ha 11 have the sarn.e .force and ef redt. as
though mai:malty affixed. The Company rna.y continue to 1.„. for .the purposes licrein stated the 1.-"a.csirnik signature of any
person or persons who shall have been such cyfficer or officers of the Cornpa.ny, not\vithstanding the .fact ttait ttiey inay have
cea.sedto be at the time when satch instruinents shall 0 issued,
'W-1.171113SS WHEREOF,: the Company ha caused..thse presents tohe sip.ed and attested by its appropriate officers and its
corporate seal berennto..,..iiffixed this. 2nd di>yOf 2020
-
Attest Berkley lruuranco Company
By
h.A. Lederman
Executive ViGe President & Secretary
STATE C,W CONNECT1C(JT )
) ss:
COUNTY OFIFAIRFEELD )
Sworn 1' before me, 0 Notary Public in the State of Connecticut,
and kflity M Hoffer who are sworn ti) me to be the Ex.eoutive.
rrspcctively, of Berkley Insurance Company, l'Tcfy;:,,,,,,I7Trirl
comiEcTIC,XIT
PAY COMUSSION EXPRES
APHL 10. 2024
ifter
'?resida:
this 2nd day of pni, 2020 „ by lira. S. Lederman.
'Vice President/ Secrttary and5 Senior Vibe PreEddellt,
• • -ell)
A.40tary 1Aiblic, State Cannecticut
CERIT.FICA'rE
5, the undersigned, _Assiatant Secretary of :BE:RI:LEY 11,TS11.11tANCE, CC).N.I.PANY, "DO tifiREDY CERTIFY that thb foreg'oin•g is a
truf.,,, 0,0I-Rtc.A: and complete copy of the original Power Of A„ti.Dmey; that said power of Attorney bas not inert I'evokod or “:scinded
aad ihs thr authotily of the Attx.Kney-in•-•.Fact ;t1q., forth therein who necuted the bond or undertaking to which. this Po \vet of-
t.t.acted, is in fall forc.:.e and effect al., ofthis date,
(,. (3. ti andel my hand and seal of the Company, this 18th___ day of Auskist ,..,,
, 2021
SEA , ,
/
Vincent P, Fcarte,
P-1
PROPOSAL
Contractor's Name TITAN Earthwork LLC
Contractor's State License No. TITANEL936C0
City of Tukwila Project No. 92041201
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that he personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled 2021 SMALL DRAINAGE PROGRAM which includes drainage improvements at up to
six (6) locations all within the City of Tukwila, including but not limited to storm conveyance
installation, pressure grout and open excavation pipe repair, cured -in-place pipe lining, tree
removal, plant revegetation and restoration, water apparatus relocation and adjustments, providing
temporary erosion/water pollution control, removing and replacing HMA pavement, cement concrete
sidewalk and curb and gutter, and other work necessary to complete the Work as described in the
Contract Documents; and has read and thoroughly understands these Documents which govern all
Work embraced in this improvement and the methods by which payment will be made for said
Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and
complete all Work embraced in this improvement in accordance with these Contract Documents
and at the following schedule of rates and prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one) ® bid bond or ❑ cash, ❑ cashier's check, ❑ certified check,
or ❑ postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total
Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner
within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter
into an Agreement and furnish the required Payment and Performance Bond and liability insurance
within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid
Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner
as liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within sixty [60] working days
from the date stated in the written Notice to Proceed. If the work is not completed within this time
period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the
Standard Specifications for every working day work is not Physically Complete after the expiration
of the Contract time stated above. In addition, Bidder shall compensate Owner for actual
engineering inspection and supervision costs and any other legal fees incurred by Owner as a
result of such delay.
Proposal
2021 Small Drainage Program
Project No. 92041201
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price
and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to
Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per
section 1-07.2(1) and WAC 458-20-171.
P-2
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
ROADWAY
1
Minor Changes
1
EST
$ 12,000.00
$ 12,000.00
2
Roadway Surveying
1
LS
16,0(70 . CU
151000, p0
3
Record Drawings (Minimum Bid $1,500)
1
LS
116000. 00
\1 r>Cr i0D
4
Mobilization
1
LS
10Sio0t7.00
(OGj1000. a)
5
Project Temporary Traffic Control
1
LS
01 f 3 / .OD
11 -fp -00
6
Contractor Provided Uniformed Police Officer
60
HR
17,-00
-4-1 t Q7 00
7
Clearing and Grubbing
1
LS
V - A,000. OO
3, 00a tw
8
Removal of Structure and Obstruction
1
LS
- z 000,Vo
IA, 0017 co
9
Pavement Removal Incl. Haul
80
SY
q 0, 00
1 -12 -CO, 00
10
Unsuitable Foundation Excavation Incl. Haul
15
CY
100. 00
11 �DD, 00
11
Shoring or Extra Excavation Class B
2,650
SF
Gi . 0o
f 12AO. o 0
12
Crushed Surfacing Top Course
420
TN
00,00
'3-1.1voo,to
13
HMA Cl. 3/8" PG 58H-22
80
TN?7QQ.
7
2/..itOW-AO
14
HMA Berm
690
LF
10.a)
iP,100,CC)
15
Relocate Water Air and Vacuum Assembly
1
EA
y t 000,00
`-A 1000,00
16
Adjust Hydrant Assembly
1
EA
?7fi0U.0t)
?j,' O0.LO
17
Adjust Water Service
2
EA
11000..0i)
2.1000, OU
18
Erosion Control and Water Pollution Prevention
1
LS
(01000. OD
(01 00E1 00
19
Cement Conc. Traffic Curb and Gutter
25
LF
00 ,00
It 1 GOO. OD
20
Cement Conc. Sidewalk
15
SY
( 0 0 , 00
)1100. OD
21
Plastic Stop Line
12
LF
e50. CO
1000 OD
Proposal
P-3
2021 Small Drainage Program
Project No. 92041201
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price
and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to
Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per
section 1-07.2(1) and WAC 458-20-171.
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
ROADSIDE DEVELOPMENT
22
Topsoil Type A
23
CY
/ 00,00
213a7 OD
23
Seeded Lawn Installation
105
SY
5 .00
t 25'. 00
24
Water Quality Seeding
165
SY
c.OD
92-G.00
25
Bark or Wood Chip Mulch
10
CY
190, 00
11000. OD
26
Fine Compost
20
CY
f 00,E
1 t 000, a)
27
PS Salix scouleriana/ Scouler's Willow; 5 Gal.
Cont.
2
EA
(op t9f�
tZ° 00
28
PS Thuja plicata/ Western Redcedar; 5 Gal.
Cont.
2
EA
I �0. 00
--t1).' 117
29
PS Halodiscus discolor/ Oceanspray; 2 Gal.
Cont.
11
EA
Cja Do
GjGjQ, 00
30
PS Symphoricarpos albus/ Snowberry; 2 Gal.
Cont.
20
EA
4('.00
so 0.00
31
PS Mahonia aquifolium/ Tall Oregon Grape; 2
Gal. Cont.
15
EA
',p.
OC. 00
32
PS Mahonia nervosa/ Low Oregon Grape; 2
Gal. Cont.
5
EA
(ob 00
?jDD. 00
33
PS Polystichum munitum/ Sword Fern; 1 Gal.
Cont.
25
EA
ti D. DO
11000. CD
34
PS Gaultheria shallon/ Salal; 1 Gal. Cont.
5
EA
40,00
tOO.OD
35
PS Fragaria vesca/ Woodland Strawberry; 4"
Pot.
25
EA
40,®®
(1000,00
36
Property Restoration
1
EST
$ 5,000.00
$ 5,000.00
37
Chain Link Fence Type 4
50
LF
Cj(). 00
21 DO,C):)
38
Hand Placed Riprap
5
TON
/00,00 O
'3b0.(DD
39
Quarry Spalls
4
TON
`Q d , cO
/400 00
Proposal
P-4
2021 Small Drainage Program
Project No. 92041201
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price
and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to
Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per
section 1-07.2(1) and WAC 458-20-171.
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
STORM DRAINAGE
40
Remove/Abandon Existing Storm Sewer Pipe
186
LF
0,, 00
q, 300 c O
41
Yard Drain
1
EA
Z,QC0,00
2, CY,V.ao
42
Storm Sewer Pipe 18 In. Diam.
180
LF
I tia . (AD
Zi cop (X
43
Storm Sewer Pipe 24 In. Diam
8
LF
{7•0(7
1/ (0o0, 00
44
Ductile Iron Storm Sewer Pipe 6 In. Diam.
6
LF
/op,e0
WO -00
45
Ductile Iron Storm Sewer Pipe 8 In. Diam.
290
LF
//5.iO
3l'D.
46
Ductile Iron Storm Sewer Pipe 12 In. Diam.
244
LF
/5l>-00
°?�Z19I-to.0
47
Concrete Inlet
4
EA
/,'0O. OO
"-÷i Z. ()O
48
Debris Barrier
1
EA
11 000. 00
?1000.(X)
49
Catch Basin Type 1
6
EA
'210(),p00
Mow, co
50
Storm Manhole 48 In. Diam. Type 1
1
EA
/Oil °moo
(OI O0.O0
51
Catch Basin Type 2 48 In. Diam. with Overflow
Debris Cage
1
EA
I�tta).v®
1 t Doo ,00
52
New Pipe Connection to Existing Storm Drain
Structure
5
EA
� 1 00. 00
.1-200,a)
53
57th Ave S SDMH, Complete
1
LS
21-I600,c0
� 1ibaa.)
Proposal
P-5
2021 Small Drainage Program
Project No. 92041201
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price
and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to
Division 10 for definition of pay items. Include applicable sales tax shall be included in the various unit and lump sum prices, per
section 1-07.2(1) and WAC 458-20-171.
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
STORM DRAINAGE CONTINUED
54
Pipe Repair
45
LF
cb.O0
-2,17-0, co
55
Grout Pipe Repair
4
EA
Ci(). 00
21 0(../) , oO
56
Furnish and Install 12" Diam. CIPP
350
LF
f 00.00
ICOO,c
57
Furnish and Install 24" Diam. CIPP
285
LF
/50.00
515- 092,00
58
Temporary Water Bypass System
1
LS
/.1,q jpop
Iqt o 00
59
Protect Utility Pole
1
LS
Zi rt/4). f�
i./ 1 Gli), (X
60
Pothole Utility
11
EA
f (CCO.CYD
11, CS0.00
61
Resolution of Utility Conflicts
1
EST
$ 14,000.00
$ 14,000.00
Total Bid
$ '2IZ2-S.c>L7
* Sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC
Note: Determination of low bidder will be based solely on the 'Total Bid'.
Proposal
P-6
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may
submit an original computer printout sheet with their bid, as long as the following requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the hard-
copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown below,
signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which
acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid
and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will
prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these
Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices
shown on the computer printout will be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the
bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be
tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME)
acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that
the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the
respective estimated r uantiti wf}9wn .n the Bid form then totaling all of the extended amounts.
Signed:
Title: Member
Date: 07/22/2021
Proposal P-7
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
Date of Receipt
Addendum
No.
07/22/2021 3
2 4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid
Documents and will provide the required coverage.
The below signed bidder acknowledges that bids must be submitted for `Total Bid'. Partial bids will
not be considered.
It is understood that Owner may accept or reject all bids. The basis for determination of the low
bidder shall be based solely on the `Total Bid'. The Owner reserves the right to accept any, all, or
no Additive Items at time of Award, or any time thereafter.
The Surety Company which will furnish the required Payment and Performance Bond is
Berkeley Insurance Company
Bidder:
Signature of Authorized Official:
Printed Name and Title:
Address:
of c/o Propel Insurance, 1201 Pacific Ave, Ste 1000, Tacoma, WA 98042
(Name) (Address)
TITAN Earth .rk LLC
Steve Greiling, Member
1585 Valentine Ave SE, Pacific, WA 98047
Circle One: Individual / Partnership / State of Incorporation: N/A
Joint Venture / Corporation
Phone No.: 206-325-3004 Date: 07/27/2021
This address and phone number is the one to which all communications regarding this proposal should be
sent.
NOTES:
1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be
executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name
by the president or vice-president (or any other corporate officer accompanied by evidence of authority to
sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a
bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on
the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be
rejected.
Proposal P-8
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
-- OR --
Bid Bond: The undersigned, TITAN Earthwork LLC (Principal),
and Berkley Insurance Company (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of Five Percent of the Total Bid Amount
dollars
(s, 5% of the Total Bid Amount ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal
for 2021 SMALL DRAINAGE PROGRAM Project No. 92041201, according to the terms of the
Proposal and Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all
other respects perform the Contract created by the acceptance of said Proposal,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages, .
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this 27th day of July
TITAN Earthwork LLC
Signature of AJth6rized Offici
Title
—
Title
Name and address of local office of
2021
Berkley Insurance Company
Surety
By ek_t_i-1-0--t-j-L,
Attorney in Fact (Attach Power of Attorney)
Katharine J. Snider
Propel Insurance
agent and/or Surety Company: 601 Union Street, Suite 3400
Seattle, WA 98101
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
No. BI -10165e -el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Aliceon A. Keltner; Cynthia L. Jay; Eric A. Zimmerman;
James B. Binder; Brandon K Bush; Alyssa J. Lopez; or Katharine J. Snider of Propel Insurance of Seattle, WA its true and
lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and
all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed
One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been duly
executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney-in-fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to.be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2nd day of Aril 2020 .
Attest
By
Executive Vice President & Secretary
STATE OF CONNECTICUT )
) ss:
COUNTY OF .FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this 2nd day of
and Jeffrey M Hafrer who are sworn to me to be the Executive Vice President
respectively, of Berkley Insurance Company. MANOTARv IT lAc *
CONNECTICUT
MY COMMISSION EXPIRES
APRIL 30, 2024
2020 , by Ira S. Lederman
Senior Vice President,
e of Connecticut
CER111(`LCATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
d_that-t-he authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
IRANr•
` d, is in full force and effect as of this date.
er my hand and sealof the Company, this 27th day of July . �f , 2021
Vincent P. Forte
Proposal
P-9
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
ss.
COUNTY OF KING
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action
in restraint of free competitive bidding in connection with the City of Tukwila project named 2021
SMALL DRAINAGE PROGRAM, Project No. 92041201.
TITAN Earthwork LLC
Name of Firm
Signature of AuthoTr Tafficial
Member
Title
Signed and sworn to before me on this 27th day of July , 2021
Si ature otary Public in and for the State of Washington, residing at Spanaway, WA
o
Myappointjtc IIII"/ '///ip3/27/2022
r f
o
SEAL NOTARY '.
'.G• PUBLIC
"1.1,,Q �' ''''k NOTICE TO ALL BIDDERS
To report bid rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All
information will be treated confidentially and caller anonymity will be respected.
Proposal P-10
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: TITAN Earthwork LLC
Address of Bidder: 1585 Valentine Ave SE
Pacific WA 98047
City
Contractor's License No. TITANEL936C0
License Bond Registration No, 0182016
State
WA State UBI No. 602-605-763
Zip Code
Dept. of L&I
Worker's Comp. Acct. No. 129,376-00
Bidder is a(n): ❑ Individual ® Partnership ❑ Joint Venture ❑ Incorporated in the state of
If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO N/A
List business names used by Bidder during the past 10 years if different than above:
N/A
Bank of America
Bank Reference Columbia Bank
Bank
Year
Sally Nguyen 206-358-2055
Amanda Salanga 206-254-8062
Account Officer Officer's Phone
No. of regular full-time employees: 75
Number of projects in the past 10 years completed: ahead of schedule on schedule
behind schedule
Total value of contracts in hand (gross): $ 22,154,581.00
Bidder has been in business continuously from 02/20/2007
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 14 Years years.
As a subcontractor for 14 Years years.
Describe the general character of work performed by your company:
Earthwork, utilities, electrical, demolition, site remediation.
List major equipment anticipated for this project; state whether Contractor -owned, or if it will be
rented or leased from others. See attached equipment list.
Proposal
P-11
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
Name
Title How Long With Bidder
Nick Seeley Project Manager
/L
Superintendent
Foreman
Project Engineer
Name the Surveyor to be used on this Project who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the Surveyor
licensed in the State of Washington (a PLS)? Yes C No
Surveyor's Name: iS1 1 CAti5U I ti YIG� 2<_.lrS
List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous
experience working with these firms, if any.
Subcontractor
Scope of Work
No of Previous
Contracts
Worked with
Bidder
1 n5 d-uu- rm
CA PP 1A'rL
2
I�Gt.r Mno log. Lol,rtkS Cr1.
Litvide6t-PirlD
3
aiii Coo5u i iai
Si v
Z
List all those projects of similar nature and size completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. Bidder must have at least 10 years' experience working on projects of similar nature
and size.
Year Contract
Project Name Completed Amount Owner/Reference Name and Phone
See attached Project List
Proposal P-12
List all projects undertaken in the last 10 years which have resulted in partial or final settlement of
the Contract by arbitration or litigation in the courts:
Name of Client and Project
N/A
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litigated of Claims
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
In No 0 Yes If yes, give details: N/A
Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within
the past 5 years?
® No 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any offense that has resulted in your firm being barred from bidding or
performing work for any State, Local or Federal agency?
IXI No 0 Yes If yes, give details: N/A
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any illegal restraints of trade, including collusive bidding?
® No 0 Yes If yes, give details: N/A
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
® No 0 Yes If yes, please state:
Project Name
N/A
Contracting Party Bond Amount
Proposal P-13
Has Bidder ever been found guilty of violating any State or Federal employment laws?
® No 0 Yes If yes, give details: N/A
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? ® No 0 Yes If yes, give details: N/A
Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
® No El Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
❑ No ❑ Yes N/A
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
® No 0 Yes If yes, give details: N/A
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? ® No 0 Yes If yes, please state:
Date
N/A
Tvpe of Injury Agency Receiving Claim
Attach additional sheets as needed.
The undersigned warrants under penalty of Perjury that the foregoing information is true and
accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify
all information contained herein.
Signature of Bidder
Title: Member Date: 07/27/2021
Proposal
P-14
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
Zeit
67 ()cc,
1) 6-XMA/Mve" -P--fG
TV 6x eAtia-t-py- -(9
2ot
6/ 004
o Goq
0-1), Go vat) 1,0,00 -oz_. Lott 4
zor:g.
6004
CA--i—pto 0 19(4 DriMil 41 Lee—
.2-0 1
6 004
DIA) n
Jt S'iol SheeAr lAwLeg-
ZIA S
6 ooA
Labor to be used: L) OY) 1 AlawArs a_11474 ofzewt+Thrs
TITAN Earthwork LLC •
'lame of Bidder
Signature of Autharied Official
Member
Title
Proposal
0 d oe vW t QGe""' le l' / P-15
PROPOSED SUBCONTRACTORS
Name of Bidder TITAN Earthwork LLC
In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the
names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the
work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and
electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one
subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the
Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the
bid the names of such subcontractors or to name itself to perform such work or the naming of two or more
subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore,
void.
The successful Bidder must have the written permission of the Owner to make any change to this list.
Percent of total bid to be performed by Bidder 0/0
Schedule/Bid Item Numbers % of
Name Subcontractor will perform Total Bid
DEMOLITION ■ EARTHWORK ■ UTILITIES
EQUIPMENT LIST *AII equipment is owned by TITAN*
EQUIPMENT TYPE QUANTITY YEAR(S) MAKE
MODEL
COMPACT EXCAVATOR
8
2012-2017
JD/HITACHI/KOMATSU
50D/85G/88
EXCAVATOR
20
2008-2017
JD/HITATCHI/KOMATSU/VOLVO/CAT
35/135/138/210/225/245/270/328/250/470
HYD HAMMER (BREAKER)
10
VARIES
BREAKER
35/50/85/135/225/332/350/420
DOZER
4
2008-2017
KOMATSU/JOHN DEERE
D39PXI-24/D-51 PX22/650LGP/750K
HO PAC/WHEEL (COMPACTOR)
18
VARIES
VARIES
50/85/88/135/225/228/310/420
SKID STEER
3
2012-2017
CATERPILLAR/JOHN DEERE
272/318/332
SKID STEER GRINDER
1
UNKNOWN
UNKNOWN
BACKHOE
2
2005-2006
JD/CAT
310SG/420D
BUCKET
Multiple
VARIES
VARIES
VARIES
FORKS
Multiple
VARIES
VARIES
VARIES
GRAPPLE
Multiple
VARIES
VARIES
VARIES
WHEEL LOADER
7
2011-2017
KOMATSU/JD
PZ320-6/544K/544J
COMPACT TRACK LOADER
1
2015
DEERE
333E
ROAD GRADER
1
2009
KOMATSU
GD 656
PUMP
3
UNKNOWN
TSURUMI
2"
BOOM LIFT/ Bucket Truck
2
0.996029777
JLG/FORD
ARTICULATED 60'/F550
SCISSOR LIFT 19'
1
2011
SKYJACK
SJ1113219
SCISSOR LIFT 12'
1
2007
GENIE
GR -12
SHORING
20
2005-2018
SPEEDSHORE
Multiple Sizes
SWEEPER
3
1999-2008
LAY-MOR/ROSCO
3 WHEEL/CABOVER
GAS CAR
1
2014
CHEVROLET
CRUZE
COMERCIAL TRAILER
10
1998-2016
TRAIL KING/ASPEN/BEAL
DUMP/LOW BOY/BV TAIL
COMERCIAL TRUCK
5
1995-2014
KW/INTERNTL/FORD/FREIGHTLNR
T -800/7300/H20 N8F
DIGGER DERRICK
1
2011
INTERNATIONAL
7300
POLE TRAILER
1
2016
CZ POLE TRAILER
CZ15KP
DIESEL SLED
7
2012-2018
WHACKER
JUMPING JACK
6
2011-2014
WACKER
BS60-4s
PLATE COMPACTOR
8
2009-2015
BOMAG/WACKER
ROLLER
5
2003-2013
WACKER/DYNOPAC/VIBROMAX
RD12 DBL/CC-1300/84" SINGLE
PIPE LASER
5
SPECTRA
RED BEAM
DIRT BIN
3
UNKNOWN
VARIES
VARIES
DOG HOUSE
2
UNKNOWN
VARIES
VARIES
CONCRETE MIXER
1
2014
MULTIQUIP
MC94PH8
GAS TRUCK
12
2007-2017
FORD/DODGE
F150/1500
DIESEL TRUCK
21
2012
FORD
F250/F350/F450/F550
ROAD PLATE
82
NA
1" STEEL
Various Sizes
UNIVERSAL PROCESSOR
1
2014
LABOUNTY
UP30
MECHANIC TRUCK
2
2005/2014
FORD
F450/F550
SHORING SKIFF
3
UNKNOWN
GRAVEL
VARIOUS SIZES
SKID MTD WATER TANK
3
UNKNOWN
POLY
1600 GAL
COMPRESSOR
2
2006/2007
SULLAIR
185 CFM
ARROW BOARD
4
2012/2014
WANCO
ARROW
H2O TRAILER
3
2006-2017
WYLIE WATER/MULTI QUIP
500 H20/EXP-500L-S
VARIOUS TOWABLE TRAILERS
8
2010-2016
BOX/FLATBED/ENCLOSED/DUMP
VARIES
LIGHT PLANT
2
2006-2010
MULTI QUIP/MAGNUM PRO
LT-12D/MLT3060
GENERATOR
3
2006-2007
WHITM/MULTI Q/AIRMAN
25KW/65KW
POLARIS
2013
POLARIS
RANGER 800
Project List
Job #
Project Name
Contractor
Date Awarded
Owner
Owner Contact
Phone Number
GC Contact
P
Phone
Number2honeDate
Completion
Awarded
Amount
Completed
Contract
Amount
2045
Street Light Task Order - 8044020 SW Holly
TITAN Earthwork
11/18/2020
Seattle City Light
Patrick Donohue
(206)386-1654
Josh Vogt
(206) 245-3204
ACTIVE
$349,615.00
2044
Seattle Aquarium Ocean Pavillion
Turner Construction Company
The Seattle 640311am Society Si City of Seattle
Josh Vogt
(206) 245-3204
ACTIVE
2043
Caliber Yard Grading
TITAN Earthwork
11/5/2020
Caliber Concrete Construction,Inc.
Lindsay McElwain
(253)927-0707
Justin Gilsoul
(253) 266-5998
ACTIVE
T&M
2042
Railroad Ave Remediation (AEG)
TITAN Earthwork
11/6/2020
AsAndy & Lakeside, Inc.
N/A
N/A
Becky Dilba
(253) 891-2733
ACTIVE
$16,472.39
2041 „Stevenson
SW Repair
TITAN Earthwork
10/19/2020
Bellevue School District
Jack Mcleod
1425) 456-4501
Chris Pierce
(253) 720-0523
ACTIVE
$18,716.00
2040
Roslyn Emergency- Q42020
'TITAN Earthwork
N/A
City of Roslyn
Myke Woodwell
(509) 304-8133
Chris Pierce
(253) 720-0523
ACTIVE
T&M
2039
Robert Eaglestalf Elemetnary
Lydig
N/A
Seattle Public Schools
N/A
N/A
Patrick McGlothin
(425)885-3314
ACTIVE
N/A
2036
Fife SD Steam Prep
TITAN Earthwork
9/11/2020
File School Dist. No. 417
Jennifer Halleck
(360) 567-9803
Jared Smith
(253) 486-7173
ACTIVE
5788,888.00
2033
Copalis Crossing Remediation
Associated Environmental Group
8/26/2020
Sang M. & Yang 5. Kim
N/A
N/A
Becky Dilba
(360) 352-9835
ACTIVE
$149,219.00
2032
GSH Dining Addiction (HSW)
Balfour Beatty Construction
8/13/2020
Multicare Good Samaritan Hospital
Adam Knoll
(253) 697-4000
Gordon Krippaehne
(253)697-4000
ACTIVE
$139,073.70
2030
Boeing Everett45-01 Pumped Ind Waste
Skanska USA
7/6/2020
Boeing Company
N/A
N/A
Sarah Brown
(206) 697-2048
ACTIVE
TBD
2029
505 Mercer Emergency
TITAN Earthwork
6/18/2020
SPU
Robert Lee
(206) 684-3896
Josh Vogt
(206) 245-3204
ACTIVE
$375,000.00
2028
LW50 - Mark Twain Elementary
BnBuilders, Inc.
6/17/2020
Lake Washington School District
ton Sheperd
(425) 882-81133
Robbie Lund
(206) 819-0377
ACTIVE
$1,390,400.00
2027
LWSD - Rose Hill Elementary
BnBuilders, Inc.
6/17/2020
Lake Washington School District
ton Sheperd
(425) 882-8183
Robbie Lund
(206) 819-0377
ACTIVE
$697,400.00
2026
LWSO - Ben Franklin Elementary
BnBuilders, Inc
6/17/2020
Lake Washington School District
Jon Sheperd
(425) 882-8183
Robbie Lund
(206) 819-0377
ACTIVE
$1,011,400.00
2024
2019 Arterial Asphalt & Concrete 15th Ave NE
TITAN Earthwork
6/5/2020
SOOT
Victor Cruz
(206) 684-5926
Josh Vogt
(206) 245-3204
ACTIVE
57,822,922.66
2023
Emergency Repair Safeway Auburn
TITAN Earthwork
5/12/2020
Safeway Distribution Center
Lee Hubbard
(2S3) 299-5034
Bill Gill
(253) 261-4652
6/20/2020
$11,096.63
$ 13,674.41
2020
NE 43rd Street improvements
TITAN Earthwork
5/18/2020
SDOT
Allen Cabales
(206) 707-5979
Josh Vogt
(206) 245-3204
ACTIVE
$2,677,731.31
2015
Street Light Task Order- 803 Lake Park Drive
TITAN Earthwork
8/13/2019
City of Seattle
Patrick Donohue
/206)386-1654
Josh Vogt
(206)245-3204
ACTIVE
NTE 52M
2014
UW Health Sciences Education Building
Lease Crutcher Lewis
3/27/2020
University of Washington
Steve Babinec
N/A
Duncan Howeard
1206) 218-2074
ACTIVE
52.638,013.00
2013
Fisher Pavilion Sewer Bypass
M.A Mortenson Company
6/25/2020
Seattle Arena Company, LLC
N/A
N/A
Josh Broussard
(425) 497-6656
ACTIVE
$58,700.00
$ 73,200.00
2012
2019 Arterial Asphalt & Concrete NE Pacific St.
TITAN Earthwork, LIC
4/22/2020
SDOT
Brian Glas
(206) 718-6990
Josh Vogt
(206) 245-3204
ACTIVE
52,084,179.00
2010
(9501 58 5221-5 to 61st Paver
TITAN Earthwork, LLC
2/13/2020
WSDOT- Everett Office
„Shawn
Nell Wendt
(425) 225-8726
Ryan Stevens
(253) 457-2908
ACTIVE
$11,140,445.00
2006
Tacoma Fire Station 5
Pease & Sons
2/7/2020
City of Tacoma
Mina Zarelli
(253) 591-5226
Brandon Haskins
(253) 370-6559
ACTIVE
$414,874.09
2005
SPU 611 Dravus Water Main
TITAN Earthwork, LLC
1/24/2020
Seattle Pacific University
Eva Kim & David Chruch
(206) 281-2460
Josh Dziedzic
(253) 720-5803
ACTIVE
$145,915.00
2003
Streetlight Task Order - 802 Fremont Ave
TITAN Earthwork
8/13/2019
City of Seattle
Patrick Donohue
(206)386-1654
Josh Vogt
(206)245-3204
CANCELED
NTE $2M
CANCELED
2002
SPU Emergency NE 80th
TITAN Earthwork, LLC
1/16/2019
Seattle Public Utilities
Robert Lee
(206) 684-3896
Nosh Vogt
(206) 245-3204
ACTIVE
$325,000.00
2001
AIM Beach Condos
Walsh Construction Group
1/17/2020
Infinity on Agri, LLC
N/A
N/A
Caroline Vaandrager
(312) 735.8021
ACTIVE
51,244,454.00
1964
SPU 9th Ave Emergency
TITAN Earthwork, LLC
11/25/2019
Seattle Public Utilities
Jade Sullivan
(206) 255-8276
Posh Vogt
(206) 245-3204
ACTIVE
5375,000.00
1962
WSDOT ORMAF Fire Lane
Graham Contracting, Ltd
WSDOT
N/A
N/A
Chris Bahus
(206) 430-2516
ACTIVE
$99,182.84
1959
SPU Water Tank Surface Slab
Long Paint Compnay
10/31/2019
SPU
Darrin Brown
(206)386-1822
Charles Pham
(253)234-8050
ACTIVE
$52,065.00
1958
SR 510 Yelm Loop - New Allignment Phase 2
Shea, Carr & Jewell, Inc. DBA 5U Alliance
9/11/2019
WSDOT
N/A
N/A
Scott Sawyer
(360) 352-1465
ACTIVE
$10,439.00
1955
Bates College
Walsh Construction Group
9/5/2019
Bates College
Dennis Flynn
(360)404-7934
Mike Curran
(206)394-7300
ACTIV1
$1,049,448.95
1952
Rainier Ave 5 Hazard Mitigation
TITAN Earthwork
9/4/2019
City or Seattle
Judy Keefe
(206) 684-8032
Josh Vogt
(206) 245-3204
ACTIVE
51,488,884.00
1951
Central Kitsap & Seebeck Elementary
TITAN Earthwork
9/3/2019
Central Kitsap School District
Beck fetch
(3606) 621-8275
Nick Seeley
(253) 255-4308
ACTIVE
53,507,973.00
1944
Buckley Parking Lots
TITAN Earthwork
8/13/2019
City of Buckley
Chris Banks
(360) 761-7884
Josh Dziedzic
(253) 720-5803
12/27/2019
$314,404.84
$ 239,132.05
1943
Four Comers Dry Cleaners
AEG
8/7/2019
Chang Kim
Chang Kim
Becky Dilba
(360)352.983S
9/6/2019
568,198.67
$ 72,288.98
1942
Cyrus Ave Emergency
TITAN Earthwork
8/13/2019
City of Seattle
Judy Keefe
(206) 684-8032
Josh Vogt
(206) 245-3204
10/25/2019
5344,613.00
5 344,613.00
1939
CIPP Sewer Rehab
Allied Trenchless
8/2/2019
City of Tacoma
Maureen Dilley
(253) 591-5595
Stephanie Lewis
(833) 668-7362
ACTIVE
$1,620,985.00
1938
Bagley Elementary Electrical Trenching
Valley Electric Co. (Lydig is Prime)
7/23/2019
Seattle Public Schools
Eric Becker
(206) 252-0697
Joe Tremblay
(425) 407-0832
ACTIVE
584,156.00
1934
Boeing 17-45 BAM Phase C
BNBuilders
6/18/2019
Boeing Company
Lindsay Otterson
(206) 507-2497
Justin Robertson
(206) 382-3443
ACTIVE
5151,680.00
1931
Bainbridge Island HS Demo and Civil
Forma Construction Company
7/1/2019
Bainbridge Island School Dist
Tamela Van Winkle
(206) 842-4714
Jared Larson
206573-5162
ACTIVE
5759,000.00
1930
Kennydale Reservior
McClure and Sons
4/4/2019
City of Renton
Eric Ott
1425) 430-7313
Jon Varriano
(425) 225-2028
ACTIVE
55,188,392.00
1929
Pivot Apartments
Walsh Construction Group
6/28/2019
Pine Esker, LLC
N/A
N/A
Matthew Coleman
(312) 563-5400
ACTIVE
$1,187,000.00
1926
38th & 152nd Signals
TITAN Earthwork
5/15/2019
Pierce County
Curt Bright
(253) 798-6829
Bryan Bailey
(206) 261-8791
ACTIVE
5666,888.00
1925
148th & 8th Traffic Signals
TITAN Earthwork
5/21/2019
City of Bellevue
Chris Masek
(425) 452.4619
Josh Dziedzic
1253) 720-5803
ACTIVE
$803,049.00
1924
So 2000 On -Ramp
TITAN Earthwork
5/14/2019
WSDOT
Mike Askarian
(206) 768-5861
Josh Dziedzic
(253) 720-5803
ACTIVE
5866,688.00
1923
SH Market (AEG)
Associated Environmental Group
5/20/2019
Whzng Corporationg - DEM 51-1 Market
N/A
N/A
Becky Dilba
(360) 352.9835
12/30/2019
5252,067.00
$ 242,207.00
1921
Ufebridge Joint Trench
TITAN Earthwork
The Wolff Compnay
Jeff
(206) 930-2230
Michael Nyers
(425) 919-6888
ACTIVE
5788,247.00
1920
Bagley Elementary
Lydig Construction, Inc.
Seattle Public Schools
Erick Becker
(206) 252-0697
Patrick McGlothlin
(425) 885-3314
ACTIVE
51,466,403.00
1919
Birney Elementary
Turner Construction
Tacoma School District
Morris Aldridge
(253) 571-3350
Rachel Abololia
(206) 506-6600
ACTIVE
54,810,114.00
1918
Boeing 40-56 Auto Die Cleaner
Skanska USA
5/6/2019
The Boeing Company
11/0
N/A
Jason Floyd
(206) 726-8000
Summer 2019
521,690.00
1916
Mortenson Kent Parking Lot Mods
Mortenson
Spring 2019
Mortenson
Matt Rasmussen
(425) 497-7038
Matt Rasmussen
(425) 497-7038
Spring 2019
58,442.00
1915
Microsoft Redmond
Goodfellow Bros
4/17/2019
Microsoft Corporation
N/A
N/A
N/A
N/A
Summer 2019
1914
ECC 700 Dexter Treatment
Turner Construction Co & ECC
5/10/2019
BMRD/OAC Services
John Moshy
(858)485-9840
Jeff Smith
1206) 426.6666
ACTIVE
5387,280.00
1913
Pope Elementary
Pease & Sons
3/28/2019
Puyallup School District
N/A
N/A
Rick Roberts
(253) 531-7700
ACTIVE
$300,745.00
1912
Shoreline Echo School Zone
TITAN Earthwork
4/10/2019
City of Shoreline
Hazel De la Cruz
(206) 801-2476
11/0
N/A
7/18/2019
$89,766.72
5 82,634.76
1910
COS 28th Ave NE Emergency
TITAN Earthwork
9/2/2019
Seattle Public Utilities
Bob Stewart
(206) 256-9399
N/A
N/A
ACTIVE
5161,600.00
7/19/2021
Page 1 of 2
lob It
Project Name
Contractor
Date Awarded
Owner
Owner Contact
Phone Number
GC Contact
Phone
Number2
Completion
Date
Awarded
Amount
Completed
Contract
Amount
1909
PSD 144th and 86th
TITAN Earthwork
3/19/2019
Puyallup School District
Les Gertsmann
(253)435-6673
N/A
N/A
ACTIVE
5341,127.00
1908
EVO Interlake Remediation (AEG)
Associated Environmental Group
3/20/2019
Culbertson Warehouse
Barbara Allen
(206)783-4856
Becky Dilba
(360) 352-9835
ACTIVE
5165,636.00
1907
Boeing 9-55 Lobby Refresh
BNBuilders
2/22/2019
the Boeing Company
N/A
N/A
Mary Chan
ACTIVE
5121,056.00
1905
Newport Way NE Phase 2
TITAN Earthwork
Winter 2019
Issaquah Gateway 5R Development
N/A
N/A
N/A
N/A
ONGOING
51,325,450.00
1842
C05 1st Ave N Emergency Sewer Main
TITAN Earthwork
12/10/2018
City of Seattle
Robert Lee
(206) 684.3896
N/A
N/A
6/17/2019
5300000.00
5 316,334.36
1841
Smittys Mart Kennewick (AEG)
Associated Environmental Group
11/2/2018
Garfield Mart
N/A
N/A
N/A
(360) 352-9835
Fall 2018
526,667.00
5 26,667.00
1840
ISD Office Building Tl Demo
Edifice GC
11/20/2018
Issaquah School District
Philip LaFranchi
1425) 837-7042
N/A
(425) 286.1350
Winter 2018
592,000.00
1838
1.5 Mounts Rd to Thorn Lane Potholing -Parametria
Parametric
10/5/2018
\V5DOT
N/A
N/A
Happy Longfellow
(2061394-3700
Fall 2018
572,149.00
5 72,149.00
1837
King Co 5 96th Street Drainage Improvements
TITAN Earthwork
10/16/2018
King County
eff Wilcox
(206) 263-0902
N/A
N/A
Spring 2019
51,236,030.00
1836
South Tacoma Honda Demolition
Katerra Renovations
10/10/2018
N/A
N/A
N/A
N/A
Winter 2018
583,752.00
1835
Malcolm NW Yard Remediation
Malcom
Fall 2018
N/A
N/A
John Kvinsland
N/A
Winter 2018
5162,071.00
1834
Kent 2018 Curb Ramp Upgrade
TITAN Earthwork
9/18/2018
Kent Public Works
Brian Shields
(253) 856-6510
N/A
N/A
7/22/2019
5874,048.00
5 581,872.00
1833
39th Ave E Sewer Mainline Emegency Repair
TITAN Earthwork
9/5/2018
City of Seattle
Gina Owens
{206) 684-7251
N/A
N/A
11/15/2018
5381,300.00
$ 899,953.00
1831
Port of Tacoma Parcel 77 Demolition
Tapani
Summer 2018
Port of Tacoma
Carol Rhodes
(253)383-5841
N/A
(360) 687-1148
Fall 2018
516,706.00
1830
Kent SD Transportation Project
TITAN Earthwork
8/23/2018
Kent School District
Fred Long
1253) 373-7526
N/A
N/A
5/20/2019
51,887,344.00
5 2,042,60343
1828
COS SPU 230 Fairview Emergency
TITAN Earthwork
Summer 2018
City of Seattle
Jade Sullivan
(206) 255-8276
N/A
N/A
Summer 2018
5599,339.00
5 255,383.00
1827
Roslyn Meter Configurations
'TITAN
TITAN Earthwork
City of Roslyn
Myke Woodwell
(509) 304-8133
N/A
N/A
T&M
$ -
1826
Core 40 - Miller and Fletcher Fill (FEMA)
Earthwork
7/12/2018
City of Bainbridge Island
Chris Muster
(206) 842-2016
N/A
N/A
Fall 2018
51076,058.00
1825
COS Columbia St Areway Fill (FEMA)
'TITAN
TITAN Earthwork
6/15/2018
City of Seattle
Chris Barnes
{206) 234.1404
N/A
N/A
1/10/2019
5309,313.00
5 382,47447
1823
Everett Smelter lowland Cleanup (IFB 1820 TCP)
Earthwork
6/8/2018
WA Dept. of Ecology
Sandra Matthews
(425) 649-7206
N/A
N/A
7/5/2019
53,937,010.00
$ 3,855001.45
1822
Cos NE 65th St Vision Zero Safety Corridor
TITAN Earthwork
5/15/2018
City of Seattle
Judy Keefe
(206) 684.8032
N/A
N/A
7/19/2019
51,747,474.00
5 1,786,892.71
1821
Meter Replacement- City of Roslyn
TITAN Earthwork
Spring 2018
City of Roslyn
N/A
N/A
N/A
N/A
Spring 2018
$ -
1820
Boeing Everett40-56 Auto Silk Screen Washer
Skanska USA
Spring 2018
The Boeing Company
N/A
N/A
Jason Floyd
(206) 726-8000
Spring 2018
5113,246.00
$ 113,246.00
1815
Newport Way NW Road & Utility Improvements
TITAN Earthwork
Spring 2018
City of Issaquah
Jeff Johnson
(206) 930-2230
Chris Pierce
N/A
Spring 2019
52,345,89000
1813
North Plaza Demolition
TITAN Earthwork
4/4/2018
Seattle Central College
David Ernevad
1206) 934.6931
Greg Nickell
N/A
9/11/2018
5585,769.00
5 532,034.00
1812
5PU NW 95th 5t Emergency Sewer Repair
TITAN Earthwork
2/22/2018
SPU
Cody Nelson
(206) 684-3066
Josh Vogt
N/A
3/28/2010
5638,500.00
5 833,891.41
1811
Snoqualmie Pkwy- Fisher Ave
TITAN Earthwork
2/16/2018
City of Snoqualmie
Brian Coleman
(425) 831.4919
Greg Nickell
N/A
9/27/2019
5366,283.00
$ 362,554.63
1810
Blakle2 Elementary
Forma Construction Company
Spring 2018
Bainbridge Island School Dist
N/A
N/A
Katrina Walker
206-573-5162
03,175,493.00
1809
COS 2015 Sidewalk Development Package 2
TITAN Earthwork
2/5/2018
City of Seattle
Brian Glas
(206) 718-6990
Josh 001048ic
N/A
6/13/2019
52,655,197.00
$ 3,148,517.33
1806
COS SPU Watermain Rehab Package 1
TITAN Earthwork
1/19/2018
City of Seattle Public Utilities
Brian Eng
1206) 386-9744
Josh Vogt
N/A
6/12/2019
02,724,261.00
5 3,437,984.74
1731
Fire Station 47 Demolition
TITAN Earthwork
Fall 2017
City of SeaTac
00an Ruda
(206) 973-4674
N/A
N/A
Spring 2018
538,509.00
$ 38,509.00
1730
SSC Expansion - Lobby, Facade and Plaza
'TITAN
Lease Crutcher Lewis
Fall 2017
Starbucks Coffee Company
N/A
N/A
N/A
(206) 622-0500
Summer 2018
547,544.00
5 47,544.00
1729
Pump Station 443 Emergency Force Main Repair
Earthwork
Fall 2017
City of Seattle
Cody Nelson
(206) 684-3066
N/A
N/A
Fall 2017
$49,545.00
$ 750233.00
1728
Boeing 40-56 Router Vac Pump H2O Recycle
Skanska USA
Fall 2017
The Boeing Company
N/A
N/A
Jason Floyd
(206) 726-8000
Fail 2017
576,139.00
5 76,139.00
1727
Boeing 40-56 Integrated Paint Facility
Skanska USA
Fall 2017
The Boeing Company
N/A
N/A
Jason Floyd
(206) 726-8000
Winter 2017
545,467.00
5 126,649.00
1726
Olympic Interim High School
Forma Construction Company
Summer 2017
Highline School District
Rod Sheffer
(206) 631-7500
N/A
(360) 754-5788
Fail 2018
5254,250.00
$ 677,407.00
1724
Ronald Roslyn Emergency
Fall 2017
City of Roslyn
N/A
N/A
N/A
N/A
Fall 2017
T&M
5 -
1723
Boeing 4-90 and 4-42 Lift Stations
Skanska USA
Summer 2017
The Boeing Company
N/A
N/A
Jonathan Robinson
(206) 726-13000
Spring 2018
5640,250.00
5 754,965.00
1722
Lifetime Bellevue Demo
LTF Construction Company
Summer 2017
19) Construction Company
N/A
N/A
N/A
N/A
Fall 2018
5136,471.00
5 136,471.00
1705
Warren Ave Emergency Sewer Repair & Waterline Relocation
TITAN Earthwork
Winter 2017
City of Seattle
Cody Nelson
(206) 684-3066
N/A
N/A
Spring 2017
5121,677.00
$ 115,296.00
1631
Loyal Heights Elementary Modernization & Addition
Skanska USA
Winter 2017
Seattle School District
Tim Ausink
(206) 587-0473
N/A
(973) 753-3507
Fall 2017
5311,798.00
5 466,193.00
1400
Night Train Enhancements
TITAN YARD
N/A
N/A
N/A
N/A
1208
Sound Transit Brooklyn & Roosevelt
N/a
N/A
N/A
N/A
N/A
$4,444,444.00
$ 4,444,444.00
1201
SR 99 Alaskan Way Widening NB
N/A
N/A
N/A
N/A
N/A
50.00
$
7/19/2021
Page 2 oft