HomeMy WebLinkAboutValentine Construction Company•
Cr) < —I CD c0
CD DJ
Q - O
W N _� CD
Q - :,. coA
o
0 CO
Q
o• 3
: 1 ea
n N
o = 73
� 2
DJ -a
QO
9303 Ad o0
00
0
cD
0
Q
CO
0
a
Cen
lI
X
73 X C
0) — 0
rs"-_+, CD
-0
0
0 0
V / T
w O
N
N (11
o
CD v
90
FORM OF BID OR PROPOSAL
FY 2026 SIDEWALK INFILL, SIDEWALK RAMP & TRAIL
REPAIR PROGRAM-- ZONE 5A
CONTRACT NO. 1131
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:
Sam Valentine DBA Valentine Construction Company 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 FY 2026 SIDEWALK
INFILL, SIDEWALK RAMP & TRAIL REPAIR PROGRAM -- ZONE 5A, Contract No.
1131, 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
SIDEWALK
REPAIR
INFILL,
PROGRAM
SIDEWALK
N0.
— ZONE
1131
RAMP
5A
&
TRAIL
_
—.`.
_
_ __CONTRACT
_
-
•..X+
'
's �..0 —. .
-•--a5
= . C.
--
_-
•.
tr-s'.'_._—
_
S_ — _ ..�
__
J-_
- _ _
—
-.•.-
_
_mo
_
_ _: .
.. .�.
r-
_.. .�-_..,._J
'.-.-IT.L.
_
.-ni.-_a
Ji..
�_-..
+'
:'1
•
•a.
- �.-�---.
..
•
-.-
.._�-_��.r
-.. +��-i._...
jam."
•-•_.+=•ter-_._.__
-.
�.._-_
j
`:.�].2_.r._w
._,
u._i—C
....
•.
..:_..._..-
s-
-_'-•i.
S'�
...i-.•
—
C
1"
--
t—=--
UNIT-BtD
i
lb ;7-
StPPPLENIENTAL
- ='
-`
- ----_ �:. —..-
-
.
�...�--.—
=
_E-.?OTAL:
..-
.-.
,. „
.
�__-
ITEM=-
P: SPGL_PROV=�
�
-
:'T
-D.1:-S
FI
�T
C�:N
=:UN1T
.__
EIselei
?RIC
---P13lCE`g-
=
_
--
`-e_._
..ter::--==
:..:.,..
-i
t-'
-. ..-...
e_
== .'-. -
-- ...
- ...
..E ...
-._
— _
= . .
...--. .
-.- _
-
�:
ue_
-
----�-
- - _
-.
___. _ .t-z~• _
__
_-
•
::_
--
T
:
_-:D:IUIJ
lQb
1- S".Ith
WAL
--=.-:. =
. -INFILL-—
1
7030,
1.08,
A
REMOVE
SIDEWALK/DRIVEWAY
SF
993.1
$ 2.25
$ 2,234.48
2
7030,
1.08,
E
SIDEWALK
PCC,
4"
SF
3,884.3
$
6.00
$23,305.8
1
271.1
$
6.50
$1
,762.15
3
7030,
1.08,
E
SIDEWALK,
PCC,
5"
SF
4
7030,
1.08,
E
SIDEWALK,
PCC'
6"
SF
769.7
$
6.75
$ 5,195.48
5
7030,
1.08,
H,
1
DRIVEWAY,
PCC, 5"
SF
123.7
$
6.50
$804.05
TON
5.0
$ 30.00
$150.00
6
7030,
1.08,
H,
2
GRANULAR
SURFACING
FORM OF BID
CONTRACT NO. 1131
Page 1of4
;:
- : -SUbAS
>-•
_
_ _ — _-
�S �S
�I
P'FtCA
:10:
L
.:
. -
- - -- .... --•
r.
.. .
_
SUPFLC•MENTAL
=
=
B.ID
Uf�IT
BID
TOT_
AL
B1D
IT--EM
SP-
SP_C1.
PROV
DE'SCR[P
liO.N
- t-,! -_ - -
SJ`QTY
-
.:
UNIT
-
-
.:,
-__
-.-..iEiTfg.
:::$;-,..-
_
ss10N
1
. sID
WAI.'-
lE-=::(--
Npj
OEDP
t
_.
.:====_-°l
7
7010,
1.08,
F
BEAM
CURB
SF
178.6
$
35.00
$
6,251.00
8
7030,
1.08,
G
DETECTABLE
WARNING
SURFACE
SF
112,0
$
40.00
$4,480.00
9
7092,
1.08,
C
SAWCUT,
1/2"
CURB
OPENING
LF
41.7
$
22.00
$917.40
10
7010,
1.08,
E
CURB
&
GUTTER
R&R,
30",
6"
LF
30.1
$
50.00
$
1,505.00
11
7010,
1.08,
E
CURB
&
GUTTER
R&R,
30°,
8,5'
LF
81,4
$
55.00
$
4,477.00
12
7010,
1.08,
E
CURB
&
GUTTER
R&R,
30°,
9"
LF
22,1
$
60.00
$1
,326.00
13
2010,
1.08,
E
EXCAVATION,
CLASS
10
SF
9,782.2
$
1
.00
$9,782.20
14
9010,
1.08,
B
HYDROSEEDI
NG
SF
5,472.2
$
0.53
$2,900.27
15
SP
#1
WATER
VALVE
ADJUSTMENT
EA
2.0
$
250.00
$500.00
16
SP
#2
EROSION
&
SEDIMENT
CONTROL
LS
1.0
$
3,250.00
$
3,250.00
17
8030,
1.08,
A
TRAFFIC
CONTROL
LS
1.0
$10,350.00
$10,350.00
_
- - -
- -_
_
_
_ t -
:__"-
_--
=:-17
_. -
:'
--
-
=-
-
-
-_-
--:
fir--
_=
-
i
.:71:
sc:_--__•
----__
-LT
CI-
_
-
-
-
..-ram
•-
-_
-
_
=
SCE
z:_
_-s_---
_-
=_
_ .-zatri:
Fill
.' :ii.i.'
: '
° 1:!....". S-U:PPLE•MENTAL
;-
.::•
_-
-
__
-
_
-
-'.UTV
I
r
BI
-
:
T:
-•
Di.
-=
ITEM:
-Sl'-
SpcVPROV
_
bt-r3:0
—111bl
_
-
-`._UN1T
_ .
` s Q�
t
=aERiGE
1?R1C
`
•__
�:.
•
— -
y
•
12.‘-:-ADA.SI.
•
_-
=-__-•='-�_
.•:`_
_.1 _
1=-.-.1
IVISION
-.
WALK:
kAMP
REPAIRS
`=
-:-I
--:1
1
7030,
1.08,
A
REMOVE
SIDEWALK
SF
5,677.8
$2.75
$15,613.95
2
7030,
1,08,
E
SIDEWALK,
PCC,
4"
SF
2, 718.6
$
7.25
$19,709.85
3
7030,
1,08,
E
SIDEWALK,
PCC,
6"
SF
2,903.8
$
7.75
$22,504.45
4
7030,
1,08,E
SIDEWALK,
PCC,
CLASS
A
SF
77.0
$
8.50
$654.50
5
7030,
1,08,
G
DETECTABLE
WARNING
SURFACE
SF
389.4
$40.00
$15,576.00
6
7092,
1,08,
C
SAW
CUT,
1/2"
CURB
OPENING
LF
220.9
$
22.00
$4,859.80
7
7010,
1.08,
E
CURB
&
GUTTER
R&R,
30°,
8"
LF
195.0
$
55.00
$10,725.00
8
7010,
1.08,
E
CURB
&
GUTTER
R&R,
30",
9"
LF
73.0
$
60.00
$ 4,380.00
9
2010,
1.08,
E
EXCAVATION,
CLASS
10
SF
5,450.2
$1.50
$ 8,175.30
10
9010,
1.08,
B
HYDROSEEDING
-
SF
4,935.6
$
0.53
$2,615.87
11
SP
#2
EROSION
& SEDIMENT
CONTROL
LS
1.0
$
2,300.00
$
2,300.00
12
8030,
1.08,
A
-TRAFFIC
CONTROL_
LS
1.0
$12,000.00
$12,000.00
•
TC"AL
LLD
pl_VISION
2'
- - - .
---
_-...
_ • -_ a
;Tilt
_. __-_`_-__=_ __g_4_
- - t •'t• _
1 LL^J _Tr• . __ -- Z
- _ - - _ - -_ •-_
FORM OF BID
CONTRACT NO, 1131
Page 2 of 4
--::
• ..._
SUDAS
'_UN1T;D
-
-
_
-
s,
:. SPECIFICATION
_.
_..
SEE.
-
_
�'=
--=
_
j
—
_.ITEM
=r
_
~
• :
S;UBLEMET
==
_
_B.D
UNr.
T°BID=-
:=.
_
—
D
:S:=SPCL;P-ROV
•
__ECRIPTION_:
-
:. -:
DIVASTON:-r
TRAIr
REPAIRS
-
�- ..
_ __
_ .•
.
._
_ _-•-_••- _-
•_•
-_ __ _
-
Y
1
7030,
1.08,
A
REMOVE
TRAIL,
PCC
SF
6,880,0
$ 1.65
$11,352.00
2
7030,
1.08,
E
TRAIL,
PCC,
6"
SF
6,880.0
$ 5.55
$38,184.00
3
9010,
1.08,
B
HYDROSEEDI
NG
SF
2,752,0
$
0.53
1,458.56
7040,108,
A
TRAIL
ASPHALT
FULL
DEPTH
PATCI
I
,
SF
333.0
$ 32.00
$10,656.00
5
8030,
1.08, A
TRAFFIC
CONTROL_
LS
1.0
7,0
00
•
00
$7,0
00
_
__ —
— - _. A - — -
v: - -
_— _ i__.
_- _ - _ - - _- _ _ - _
TOTAL
_
B1D
D-
1UI�p:N=3='
_
$�j�-5��-.---:
�_�-_.�:
- -
_
--
_ _ __ =-i •at
_
TOTA=
B
I
_D_(VCS
,,
:.___ -. _�._. ___ _- �.
-- _.-. -
---- _-
-
_r.. _-_' _ — _
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3, In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids, If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and start
work within ten (10) days after "Notice to Proceed" is issued.
4, Security in the sum of Five Percent (5%) of the Total Bid Amount Dollars ($
) in the form of Bid Bond , is submitted
herewith in accordance with the INSTRUCTIONS TO BIDDERS,
5, Attached hereto is a Non•Collusion Affidavit of Prime Contractor,
6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident
Bidder Certification ( - - ). (Mark one,)
7. The bidder is prepared to submit a financial and experience statement upon
request.
& 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 EGO, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
FORM OF BID
CONTRACT NO, 1131 Page 3 of 4
9. The bidder has received the following Addendum or Addenda:
Addendum No. a Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact
Information Form submitted with this Form of Bid or Proposal. 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.
\ICA \enklne Cwi\mAcon Ccm awy Oct • 3o • 2025
Name of Bidder (Date)
BY:
Title ooYY1er
Official Address: (Including Zip Code):
151b Lb e O& s C-t. Wbu tra, , 52002
I.R.S. No.
FORM OF BID
CONTRACT NO. 1131 Page 4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of tOLOct
��\,� )ss
County of �1.,J11�`Jut%1
S4l`M \01\ex , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of WAVe \i CA-nsinetActovN
Corntny , 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 affiant.
(Signed)
U w-
Title
Subscribed and sworn to before me this / S�' day of dcitbet- , 2026.
Ofece A-ckirwe i
My commission expires
MADDIE F BRIEStle
i �dee Commission Number 863950
My Commission Expires
• Atit 2028
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes ONo
25 Yes O No
e5Yes • No
Yes ONo
SC Yes ONo
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet 0/7 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 B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Lan to / /Oun'Ctt\ddress. lb\5 J Lore OcXs CA .
Dates: /
Dates: / / to / / Address.
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
Part C
City, State, Zip. titkOtATAZ,, -T\ 52002,
To be completed by non-resident bidders
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? O Yes O 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: Va ein S (..)&\S-\vluc\b lA9)Gl L-LG
Signature: /� � Date: Oq � • 20r3
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.
gYes ONo
Q Yes gNo
Qes
95Yes O No
0Yes 2(No
O Yes gNo
O Yes
O Yes
O Yes
e5Yes0 No
Q Yes
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.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
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.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
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)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
P rime Contractor Name: V011en 1 tae- C,N1SkYlik_CAYM Cdt-WM` CA (Sc\\ P�` \b�\iYUL-
P roject: f N 20 S\d \Y.. \1 , �jJtt,ja1 E. d-Tra \ Lettin�ate:
N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project,
sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title: OW h'Cr
Date: n I0112Ser
S UBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide
the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291-
4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing
your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to
verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the
contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made
good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
(Form CCO-4) Rev. 06-20-02
U
a)
O
0)
N
_ Q)
O (12
s-- 0
0
U "0
O
c
O c6
Fn E E
W '-
m Q
5 Q)
W
CO O
S L"
a
>.O
c6
CD
n a)
L
a) co
.0 Q)
0
CN
J Vn
/
J J
cz
W a)
KNOW ALL MEN BY THESE PRESENTS, that we,
BID BOND
Valentine Construc
as Principal, and Old Republic Surety Company
bound unto the CITY OF WATERLOO , Iowa, hereinafter c
Five Percent (5%) of the Total Bid Amount Dollars ($
the United States, for the payment of which sum will and truly be made, w(
administrators, and successors, jointly and severally, firmly by these prese
such that whereas the Principal has submitted the accompanying bid dated
October 1 20 25 , for 2026 Sidewalk Infill, Sidewalk Ramp and Tail Progr
Contract Number 1131
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 delivE
shall furnish a bond for his faithful performance of said contract, and for t
labor or furnishing materials in connection therewith, and shall in all of
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in
understood and agreed that the liability of the Surety for any and all claim:
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be f
damages sustained in the event that the Principal fails to execute the cont
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the oblige
be in no way impaired or affected by any extension of the time within whii
execute such contract; and said Surety does hereby waive notice of any su(
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto s(
them as are corporations, have caused their corporate seals to be hereto a
by their proper officers this 2nd day of October , A.D. 20 25
Valentine Construction Co, LL
Principal
Q beat
****
* *
* OLD REPUBLIC SURETY COMPANY
*****
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin
appoint: ZACHARY MEFFERD, ZACHARY MATTER, HAVILAH WATSON, JIMMY L. BROWN, -
OF WEST DES MOINES, IA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company e
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognize
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of bens
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact,
This appointment is made under and by authority of the board of directors at a special meeting held on Fel
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following re:
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appoin
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to su
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be
(i) when signed by the president, any vice president or assistant vice president, and attested and sE
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assist
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or e
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company a
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, o
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be
affixed this 14th day of January
Ass !+ant Secreta.
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 14th day of January 2025 , personally came before
and Karen J Haffner , to me known to be the individuals a
who executed the above instrument, and they each acknowledged the execution of the same, and beinc
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is
and their signatures as such officers were duly affixed and subscribed to the said instrument by the author
2025
0J. _
ri �•
d4 i 0APORATt `O
°3 SEAL art
Iffh
• •
; '
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Valentine Construc
as Principal, and Old Republic Surety Company
bound unto the CITY OF WATERLOO , Iowa, hereinafter c
Five Percent (5%) of the Total Bid Amount Dollars ($
the United States, for the payment of which sum will and truly be made, we
administrators, and successors, jointly and severally, firmly by these prose'
such that whereas the Principal has submitted the accompanying bid dated
October , 20 25 , for 2026 Sidewalk Infill, Sidewalk Ramp and Tail Progr
Contract Number 1131
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 delivE
shall furnish a bond for his faithful performance of said contract, and for t
labor or furnishing materials in connection therewith, and shall in all of
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in
understood and agreed that the liability of the Surety for any and all claim:
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be f
damages sustained in the event that the Principal fails to execute the cont
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligE
be in no way impaired or affected by any extension of the time within whit
execute such contract; and said Surety does hereby waive notice of any suc
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto sE
them as are corporations, have caused their corporate seals to be hereto a
by their proper officers this 2nd day of October , A.D. 20 25
Valentine Construction Co, LL
Principo
****
* *
* OLD REPUBLIC SURETY COMPANY
*****
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin
appoint: ZACHARY MEFFERD, ZACHARY MATTER, HAVILAH WATSON, JIMMY L. BROWN, 1
OF WEST DES MOINES, IA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company a
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recogniza
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of ben(
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact,
This appointment is made under and by authority of the board of directors at a special meeting held on Fek
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following re;
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appoin
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and s
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to su
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be v
(i) when signed by the president, any vice president or assistant vice president, and attested and se
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assist.
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or a
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company m
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, of
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be
affixed this 14th day of January
Assiarant Secreta.
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 14th day of January 2025 , personally came before t
and Karen J Haffner , to me known to be the individuals ai
who executed the above instrument, and they each acknowledged the execution of the same, and being
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authori
2025
\\A�a PSUSF 1.0
vi co*0 ?t\o
=g SEAL >=
I
KNOW ALL MEN BY THESE PRESENTS, that we,
BID BOND
Valentine Construc
as Principal, and Old Republic Surety Company
bound unto the CITY OF WATERLOO , Iowa, hereinafter c
Five Percent (5%) of the Total Bid Amount Dollars ($
the United States, for the payment of which sum will and truly be made, wE
administrators, and successors, jointly and severally, firmly by these preset
such that whereas the Principal has submitted the accompanying bid dated
October , 20 25 , for 2026 Sidewalk InfiII, Sidewalk Ramp and Tail Progr
Contract Number 1131
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 delivc
shall furnish a bond for his faithful performance of said contract, and for t
labor or furnishing materials in connection therewith, and shall in all of
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in
understood and agreed that the liability of the Surety for any and all claimE
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be f
damages sustained in the event that the Principal fails to execute the conti
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligz
be in no way impaired or affected by any extension of the time within whii
execute such contract and said Surety does hereby waive notice of any suc
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto sE
them as are corporations, have caused their corporate seals to be hereto a
by their proper officers this 2nd day of October , A.D. 20 25
Valentine Construction Co, LE.
Principal
** **
* *
* OLD REPUBLIC SURETY COMPANY
** * **
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin
appoint: ZACHARY MEFFERD, ZACHARY MATTER, HAVILAH WATSON, JIMMY L. BROWN, 1
OF WEST DES MOINES, IA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recogniza
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of bens
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact,
This appointment is made under and by authority of the board of directors at a special meeting held on Fek
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following re:
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appoin
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and s
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to su
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be v
(i) when signed by the president, any vice president or assistant vice president, and attested and SE
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assist
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company rr
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, o
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be
affixed this 14th day of January 2025 .
Asslarant Secreta.
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 14th day of January 2025 , personally came before i
and Karen J Haffner , to me known to be the individuals as
who executed the above instrument, and they each acknowledged the execution of the same, and being
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authori