Loading...
HomeMy WebLinkAboutShift General Contracting5kNP' C7ieriezot I Co ifichrotcn✓� �l L&J2-S Hatves1 SW Ledo/ Rap\o/), /A 52-905/ c..; it) u-) pn a rn u a " l 4� y6 Csi vent ic-4 C'tiC vj f v :(1.445:11 e w :w ; ricr cr.: EY7Dzio ?wkview frotifLov ettid (A) 3rd a W-ey14)\07 1)5 Mu(bev'v'u?f. Wocl-evloA / 50733 �i� 7Wosfit EftICLC3EE3 BID 1\) EiVeLLEb FORM OF BID OR PROPOSAL F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN CONTRACT NO. 1137 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa a Partnership consisting of the following partners: Shift General Contracting, LLC , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN, Contract No. 1137, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN DIVISION I - ROADWAY & SITE CONSTRUCTION ITEM BID SPECIFICATION SUPPLIMENTAL SUDAS * SEE DESCRIPTION UNIT QUANTITY TOTAL UNIT PRICE TOTAL PRICE DIVISION 2 - EARTHWORK 1 2010-108-B CLEARING AND GRUBBING AC 6 8 $9 $ i%��� 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 1,392,0 $ 6i. 5-0 $ - )098 3 2010-108-D-1 * TOPSOIL, RESPREAD, STRIP,STOCKPILE, 9" AND SY 58,638.2 j $ / : v I�-7 7 et $ (2 Vi 4 2010-108-E * EXCAVATION, AND BORROW CLASS 10, ROADWAY CY 18,316.0 6?. 2-0$ 1% 3 559,2t $ 5 SEE EST. REF. EXCAVATION, W. 3RD ST LOCATION CLASS 10, WASTE TO CY 938.0 $ /2" $ //ZS& 6 2010-108-E * EXCACVATION, CONTRACTOR FURNISHED CLASS 10, CY 904.0 $ I / �,�Q $ /5 3& 7 2010-108-F * EXCAVATION, GRADE CLASS 10, BELOW CYl 500.0 $ 2z1 $ / z0U6 8 2010-108-G * SUBGRADE PREPARATION SY 7,838.8 $ /,25 $ 9798.50 9 2010-108-1 * SUBGRADE OR WOVEN TREATMENT, GEOTEXTILE GEOGRID SY 1,175.8 $ z�5 //. $ FORM OF BID CONRACT NO. 1137 Page 1 of 7 10 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY 7,838.8 $ / 3c/9 $ /052z3t1.92 762 el,. DIVISION 2 - EARTHWORK SUBTOTAL = $ 905, U 9 DIVISION DRAINS 4 - SEWERS AND STORM SEWERS STORM SEWER, TRENCHED, HDPE 11 * TYPE S, 3 INCH LF 16.7 $ 10 5 /--)4020-108-A $ ` .) 3 5 4020-108-A * ST12 TYPEORM S, SEWER, 8 INCH TRENCHED, HDPE LF 9.3 $ Pi $ IO2-3 13 * STORM SEWER, TRENCHED, HDPE /13 G,1 2 Q 7& 52) 4020-108-A TYPES, 10 INCH LF 25.9 $ $ ` STORM SEWER, TRENCHED, RCP 14 4020-108-A * 2000D, 15 INCH LF 378.5 $ 14) $ 39.7 V•5C 15 4020-108-A * STORM 2000D, SEWER, 18 INCH TRENCHED, RCP LF 31.0 $ $ 3400 STORM SEWER, TRENCHED, RCP/'9t2 16 4020-108-A * 2000D, 24 INCH LF 147.5 $ $ ' PIPE CULVERTS 17 4030-108-B PIPE APRON, RCP, 24" EACH 1.0 $ / ODi) $ /ooc FOOTINGS FOR CONCRETE APRONS, 18 4030-108-C 24" EACH 1.0 $ 7 5_ Z) $ 51 19 4030-108-D PIPE APRON GUARDS, 24" EACH 1.0 1 DOD Iry $ $ SUBDRAINS $ 20 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 4,132.9 $ /» $ 7/392 21 4040-108-D * SUBDRAIN OUTLET TO STRUCTURE, 1/400 6INCH EACH 16.0 $ 256 $ SUBDRAIN OUTLET TO DITCH, 6 22 4040-108-D * INCH EACH 1.0 $ $ �� STORM SEWER SERVICE STUB, TYPE 23 4040-108-E S, 4 INCH LF 294.0 $ �� $ //p/ 7v DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $ /& 3, 6,92 26 • DIVISION AND AP PURTANANCE 5 - WATER S MAINS PIPE AND FITTINGS WATER MAIN, TRENCHED, DUCTILE 24 5010-108-A-1 IRON, 6 INCH LF 1,084.3 $/ /0 $ //927? 25 5010-108-C-1 FITTINGS, MJ LOCKING TEE, EACH 6"x6"x6" 1.0 $ 950 $ 95-j 26 5010-108-C-1 FITTINGS, SIDETAP SLEEVE, 6 INCH EACH &WO 6i:t) 1.0 $ $ 27 5010-108-C-1 FITTINGS, 45° MJ BEND, 6 INCH EACH 10.0 $ 4/3U $ /5-a) 28 5010-108-C-1 FITTINGS, 22.5° MJ BEND, 6 INCH EACH 2- ea 4.0 $ $ 29 5010-108-C-1 FITTINGS, 90° MJ BEND, 6 INCH EACH (1106 &a) 1.0 $ $ FORM OF BID CONRACT NO. 1137 Page 2 of 7 30 5010-108-C-1 6" SLEEVE COUPLING EACH 2.0 ' HOC $ 5-5 ' $ 31 5010-108-E-1 WATER 3/4-INCH SERVICE STUB, COPPER, LE 379.0 $ JU ��� $ 3o 32 5010-108-E-2 WATER 3/4-INCH SERVICE, CORPORATION, EACH 16.0 1/4._ $ g() $ 33 5010-108-E-3 WATER BOX, 3/4-INCH SERVICE, CURB STOP AND EACH 16.0 $ I 7 5� $ 72J,b 34 5010-108-E-1 WATER EXISTING, SERVICE COPPER, CONNECTION 1-INCH TO LF 94.0 $ 15 7D37) $ 35 5010-108-E-2 INCH WATER SERVICE, CORPORATION, 1- EACH 2.0 '/l $N $ 9bo 36 5010-108-E-3 WATER BOX, 1-INCH SERVICE, CURB STOP AND EACH 2.0 $ / °et 5-6 $ 37 5010-108-H REMOVAL D.I.P. OF WATER MAIN, 6" LF 180.0 $ 2-0 $ 3194-) 38 5010-108-G WATER 6" MAIN D.I.P. ABANDON, FILL AND LF275.0 $ (ff7ePLUG, $ VALVES, APPURTENANCES FIRE HYDRANTS, AND 39 5020-108-A VALVE, MJ GATE, 6 INCH EACH 5.0 $ $ !la25 40 5020-108-C FIRE HYDRANT ASSEMBLY EACH 2.0 $ 852C $ / 7050 41 5020-108-C END OF MAIN HYDRANT ASSEMBLY EACH 1 0 1775- $ -7 7 75 $ 2 DIVISION 5 - WATER MAINS AND APPURTANANCES SUBTOTAL = $ 3-7l goB, 00 DIVISION STORM SEWERS 6 - STRUCTURES FOR SANITARY AND 42 6010-108-A * MANHOLE, SW-402, 60"X48" EACH 2.0 POP $ 2U a00 $ 43 6010-108-B * INTAKE, SW-501 EACH 10,0 $ &COD $ lg000o 44 6010-108-B * INTAKE, SW-505 EACH 2.0 $ -7 COO $ / 4.r 00 45 6010-108-G CONNECTION MANHOLE OR TO INTAKE, EXISTING SUBDRAIN EACH 5.0 $ 75b $ 315t 46 6010-108-G CONNECTION SEWER, SUBDRAIN TO EXISTING STORM EACH 3.0 $ 7 5 b 2757) $ 47 6010-108-H * REMOVE STORM MANHOLE AND INTAKE, EACH 2.0 TOO $ /Ooo $ DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $ 109, wo so - ,, DIVISION RELATED WORK 7 - STREETS AND PCC PAVEMENT 48 7010-108-E * CURB INCH & DEPTH, GUTTER, PCC, 30-INCH C-4 WIDE, 6- LE 3,513.0 2 $ 73 $ 807 G� ` 9 ASPHALT PAVEMENT FORM OF BID CONRACT NO. 1137 Page3of7 49 7020-108-B * PAVEMENT, STANDARD 1/2", PG58-285, TRAFFIC HMA, NO 1 1/2 (ST) INCH, SURFACE, SY 2 / e 51) i> 33574i FRICTION 5,580.4 $ cJ $ 50 7020-108-B * PAVEMENT, STANDARD TRAFFIC HMA, 1 1/2 INCH, (ST) SY INTERMEDIATE, 1/2", PG58-28S 5,580.4 12 $ 13- 3) $ As- / /�,f 90"39 51 7020-108-B * PAVEMENT, STANDARD TRAFFIC HMA, 3 INCH, (ST) BASE, 3/4", SY ,r PG58-28S 5,580.4 $ � : , 5 �f 3 $ r '• 3e 52 7020-108-1 ASPHALT TESTING PAVEMENT SAMPLES AND LS 1.0 ll $ / VCD JJP° $ ! LL SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE * 53 7030-108-E PCC SIDEWALK, 4-INCH, C-4 SY 27.9 $ /7 $ o / z j U 54 7030-108-E * 252) ei573 PCC SIDEWALK, 6-INCH, C-4 SY 3.0 $ $ 55 7030-108-G * DETECTABLE WARNINGS SF 8.0 $ $ Ye0 * -e-Wei 56 7030-108-H 3 DRIVEWAYS, PCC, 5-INCH, C-4 SY 106.4 $ 70 $ 57 7030-108-H * DRIVEWAYS, PCC, 6-INCH, C-4 SY 106.6 $-75- $ 7 99 5— PAVEMENT REHABILITATION 58 7040-108-H * PAVEMENT REMOVAL SY 2 6,838 5 $ 1° S $ 469 579-0 DIVISION /7/4 7 - STREETS AND RELATED WORK SUBTOTAL = $ 3, 997, ( 7 DIVISION CONTROL 8 - TRAFFIC PAVEMENT MARKINGS TEMPORARY TRAFFIC CONTROL 59 8030-108-A * TEMPORARY TRAFFIC CONTROL LS 1.0 $ 3o�� $ti DIVISION 8 - TRAFFIC CONTROL SUBTOTAL = $ 3000, O c DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING * HYDRAULIC SEEDING, FERTILIZING 60 9010-108-B MULCHING - TYPE 1 SY 41,119.6 $ 0„ .57$ ZO539, Q�AND 06 61 9010-108-B * HYDRAULIC SEEDING, FERTILIZING b� JU /ooj$, 90 AND MULCHING -TYPE 2 SY 20,037.8 $ $ EROSION CONTROL AND SEDIMENT 62 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH /} CHECK, INSTALLATION i' 17v 2- 35 LF 5,490.0 $ $ 9040-108-N-2 *CHECK, SILT FENCE OR SILT FENCE DITCH REMOVAL OF SEDIMENT LF 5,490.0 $ t2• D54/o $ ,e)63 SILT FENCE OR SILT FENCE DITCH �`' j, 64 9040-108-N-3 CHECK, REMOVAL OF DEVICE LF 5,490.0 $ v 0 57/1 �� $ y FORM OF BID CONRACT NO. 1137 Page 4 of 7 65 9040-108-E* RECP TYPE 2 �;9'3&5SY 90 10,406.0 $/ • $ FILTER SOCK, 9" - INSTALLATION 66 9040-108-D AND MAINTENANCE LF 3,985.0 $ /1 75- $ &973 75 67 9040-108-D FILTER SOCK, 9" -REMOVAL LF 3,985.0 $ (/ 10 $ 39e9..5-0 68 9040-108-J* EROSION STONE f� 5gt) TN 22.0 $0$ 69 9040-108-J* CLASS 'D' REVETMENT TN 200.0 $ 1#11 $ /7006 70 9040-108-Q-2 EROSION CONTROL MULCHING, SY /�, �/` )O59O HYDROMULCHING 35,000.0 $ $ 71 9040-108-T-1 * IN LET PROTECTION DEVICE, DROP- EACH go 764 22.0 $ $ ` 72 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 22.0 $ / 2 $ 73 9040-108-0* STABILIZED CONSTRUCTION EXIT LS �006 10 $� $ DIVISION 9 - SITE WORK AND LANDSCAPING SUBTOTAL = $ P 3, szj , /.'ja DIVISION 11 - MISCELLANEOUS 74 11010-108-A /5 000 CONSTRUCTION SURVEY LS 1.0 $ $ 75 11020-108-A MOBILIZATION LS 1.0 $/785:00 $ 1 7 4,6r_ 76 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ `00 77 SEE EST, REF, TEMPORARY SUBBASE/2" H.M.A. ACCESS, 6" MODIFIED SY 354.4 $ 9L) 1L�` $ / /! 7( DIVISION 11- MISCELLANEOUS SUBTOTAL = $ -2.0g;10749, \; DIVISION II - SANITARY SEWER DIVISION DRAINS 4 - SEWERS AND SANITARY SEWERS 78 * SANITARY TRUSS, 8 INCH SEWER, TRENCHED, LF 1,162.9 $ /06 $ ///# Z9 4010-108-A 79 4010-108-E * SANITARY SDR 23.5, SEWER 6 INCH SERVICE STUB, LF 505,5 $ 75 $ 37fl/2_ jG CONNECTION TO EXSITING 6U10-108-G MANHOLE, SANITARY 8" TRUSS , r . $ 7.56 $ 7 d DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $ /5 r/ 9 52 So DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 81 6010-108-A * 9006/ (,3o0� MANHOLE, SW-301, 48" EACH 7.0 $ $ * MANHOLE ADJUSTMENT, MINOR, 82 6010-108-E f�UCJ' ii/0401) SANITARY EACH 2.0 $ $ DIVISION6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $ L29, L .4-'C) : O0 DIV.I-TOTAL=$ /()5 7'�� , f l FORM OF BID CONRACT NO. 1137 Page 5 of 7 DIV. II - TOTAL=$ 23,1,2.5%1 TOTAL BID - DIV. I + DIV. II = $ I � 9, 05,(9/ It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after 'Notice to Proceed" is issued. 4. Security in the sum of (5% of Total Bid Amount) ) in the form of Bid Bond the INSTRUCTIONS TO BIDDERS. Dollars ($ is submitted herewith in accordance with 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s) which have performed an aggregate of $10,000.00 in work for the City in the current calendar year are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No, 1 Date 3/23/26 2 3/31/26 FORM OF BID CONRACT NO. 1137 Page 6 of 7 10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Shift General Contracting, LLC 4/2/26 ameof Bidder) BY: Official Address: (Including Zip Code): 4812 Harvest Ct SW (Date) Title President Cedar Rapids, IA 52404 I.R.S. No. 92-0431718 FORM OF BID CONRACT NO. 1137 Page7of7 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Linn ) Justin Holland , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Shift General Contracting, LLC , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affrant. ) (Signed) President Title Subscribed and sworn to before me this 2 day of April Project Manager Title My commission expires 11/06/2027 , 20 26. JODI A. OHRT Commission Number 8602001 My Commission Expires November 6, 2027 Bidder Status Form To be completed by all bidders Pail A Please answer "Yes" or "No" for each of the following: Yes No Yes 0 No * Yes QNo Yes No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part i= My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 09 / 14 / 22 to 04 / 02 / 26 Address: 4812 Harvest Ct SW Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip. City, State, Zip: Cedar Rapids, IA 52404 To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor (-) force preferences or any other type of preference to bidders or laborers? Yes No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Shift General Contracting, LLC Signature: Date: 04/02/2026 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. (o) Yes (>0 0 Yes No n Yes *No O Yes Q Yes0No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. O Yes • No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. O Yes O Yes O Yes My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes O No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 0 Yes No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Shift General Contracting, LLC as Principal, and Farmington Casualty Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 2nd day of April , 20 26 , for F.Y. 2026 Parkview Manor and W. 3rd Street Detention Basin, Contract No. 1137 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 26th day of March , A.D. 20 26 . -Witness Witness Michelle Morn on BID BOND Shift General Contracting, LLC (Seal) Principal'' By Farmington Casualty Company Surety At4kti (Seal) Attorney -in -fact Jessie Allen (Title) Page 1 of 1 TRAVELERS J Farmington Casualty Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company (the "Company") is a corporation duly organized under the laws of the State of Connecticut, and that the Company does hereby make, constitute and appoint JESSIE ALLEN, GREGORY A KRIER, and GRACE A RASMUSSEN of DES MOINES, IOWA, its true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Company has caused this instrument to be signed, and its corporate seal to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of the Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Company by himself as a duly authorized officer. FA F ►1a �y+,� IN WITNESS WHEREOF, I hereunto set my hand and official seal. \ Uo1ARY By: My Commission expires the 30th day of June, 2026 aim °1� ;4vFc1 Robert L. 1-4 Anna P. Nowik, Notary Public aney, Senior Vice President This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Board of Directors of the Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of the Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by the Company, which remains in full force and effect. Dated this 26th day of March , 2026 . lace. E. Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which the power is attached.