Loading...
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