Loading...
HomeMy WebLinkAboutBondThe Guarantee Company of North America USA RIDER TO BE ATTACHED TO AND FORM A PART OF PERFORMANCE BOND NO. 75066312 Wherein Brazos Valley Services is"'1amed as Principal and The Guarantee Company of North America USA as Surety in favor of Cjtv of College Station as Obligee, in the amount of$ 7 46 921.04 effective Eebrnar:y 4 201 a for Constructjon of Utility Upes Streets apd prajpage !mproyemepts for Sopoma Phase 3 WHEREAS, when this bond was executed _ ...... c .... itv ......... ot._C_o_ll ... eg.._e_S_t_a_tio_n __ was named as Obligee, and WHEREAS, it is now desired that certain other parties be added as Obligees. NOW, THEREFORE, it is hereby understood and agreed thatthe following shall be considered as additional Obligees under this bond: BCS pevelooment Company The foregoing, however, is subject to the following further provisions: (1) The Surety shall not be liable under this bond to the Obligees, or any of them, unless the said Obligees, or any of them, shall make payment to the Principal strictly in accordance with the term of said contract as to payments, and shall promptly perform all other obligations to be performed to by the first named obligee under said contract at the time and in the manner therein set forth. (2) The Principal and the Surety shall not be liable to any one or to all of the Obligees in the aggregate in excess of the penal sum of the bond, to wit: $746 921 04 Signed, and sealed this __ 4 .... th...___day of __ .... F ..... e.;.;.br""u .... ary..._ _ _, _....-20 .... 1._.o.___. Rev. 11.11.2003 SA Bond No. 75066312 Project No.-----------PERFORMANCE BOND PERrORJvL\NCE BOND Tl IE STATE OF TEXJ\S § § § KNO\'\' ,\LL MEN BY THESE PRESENTS: · Tl IE COUNn' OF BRAZOS THAT WE, Brazos Valley Services . as Principal, hereinafter called "Contnctor" and the other subscriber hereto The Guarantee Company of North America USA, as Surety. do hereby acknowledge ourselves to he hdrl and ~ly bound to the City of College Stttion, a municipal "' . Seven Hundred ~orty ~JIC Thous • corporation, ln the sum of Nine Hundred Twenty One end 46.921.04) for the payment of which sum, well and truly to be made to the City of Colle~1~tation and its successors, the said Contractor and Surety do bind them~eh·cs, their heirs, executors, administrators, succc~sors, and assigns, jointly and severally. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT: WHEREAS, the Contractor has on or about this dav executed a Contract in writing with the City of College Station for Sonoma Phase 3 • ' Utilities, Drainage and Streets Improvements all of such work to be done as set out in full in said Contract Documents therein referred to and adopted br the City Council, all of which arc made a part of this imtrument as fully and completely as if set out in full herein. NOW THEREFORE, if the said Contnctor shall faithfully and strictly perform Contract in all its terms, provisions, and stipulations in accordance with il3 true meaning and effect. and in accordance with the Contr:act Documcnrs referred to therein and shall comply strictly with each and evcxy provision of the Contr:act, including nll warranties and indemnities therein and with this bond, then thi., obligation shall become null and void and shall ha,•e no further force and effect; otherwise the !lame is to remain in full force and effect. It is further understood and agreed that the Surety does hereby relieve the City of College Station or its representatives from the exercise of any diligt.'tlce whatever in securing compliance on the part of the Contractor with the terms of the Contract, including the making of payments thereunder and, having fully considered it's Principal's competence to perform the Contract in the underwriting of this Performance Bond, the Surety hereby waives any notice to it of any default, or delay by the Contractor in the perfonmmcc of his Contract and agree~ that it. the Surety. shall be bound to take notice of and shall be held to have knowledge of all acts or omissions of the Contractor in all matters pertaining to the Contract. The Surety understands and agree> that the prO\·isiun in the Contract that the City of College Station shall renin certain amounts due the Contractor until the expiration of thirty days from the acceptance of the Work is intended for the City's benefit, and the City of College Station shall have the right to pay or withhold such retained amounts or any other amount owing under the Contract without changing or affecting the liability of the Surety hereon in any degree. It is further expressly agreed by Surety that the City of College; Station or its representatives are at liberty at any time, without notice to the Surety, to make any change in the Contract Documents and in the \Vork to be done thereunder, as proYided in the Contract, and in the terms and conditions thereof, or to make any change in, addition to, or deduction from the work to be done thereunder; and that such chimges, if made, shall not in any way .,;tiatc the obligation in this bond and undertaking or release the Surctr therefrom. Cm111r:il AppN1''t'd -02/J 2AJ3 IU1·iud 09127/04(uJ Ir is furcher c:1:pressly agreed and understood that the Contraccor and Surety will ful~· indemnify and saYe hannles.~ the City of College Station from anr liabilicy, loss, cost. expense, or damage arising out of or in connection with the work done by the Contractor under the Contnct. In the event that the City of College Station shall bring any suit or other proceeding at law on the Contract or this bond or both, the Contractor and Suretr agree to pay to the City the actual amounts of attorney's fees incurred by the City in connection with such ~uit. Thi~ bond and all obligations created hereunder shall be performable in Brazos County, Texas. This bond is giYen in compliance with the provisions of Chapter 2253 of the Te:1:as Government Code, a~ amended, which is incorporated herein by this reference. However, all of the express provisions hereof shall be applicable whether or not within the ~cope of said statute. Notices rc<juircd or permitted hereunder shall be in writing and shall be deemed delivered when actually received or. if earlier, on the third day following deposit in a United State Pc1.~tal Sen·ice pollt office or receptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respccti,·c other parry at the address prescribed in the Contnct Documents, or at such other address as the receiving party may ht-rellfter prescrilx: by written notice co the sending party. IN WITNESS THEREOF, the said Contractor and Surety have signed and scaled this instrument on the respecti\•e dates written below their signatures and have attached current Power of Attorney. A 1TEST /\X'lTN ESS By: Name: Amy Lewis Title: Bond Assoc. Dace: February 4, 2010 REVIE\X'ED: City ;\ttomey's Office C:u1m1·i/ Ap1m11·~ -02112/03 Rrvlud 09127/04(u) (SE,\L) Brazos Valley Service.s :~me of C:ntract°M0 . ~~A.d'- Title: ~ Date: t--/ "ff v The Guarantee Company of North America USA (Full Name of Surety) 101 E. Park Blvd., Ste. 817 (Address of Surety for Notice) NA e: John W. Schuler- Ti e: Attorney-in-Fact Dare: February 4, 2010 THE FOREGOING BOND IS ACCEPTED ON BEfL\LP OF THE CITY OF C )J.LEGE STATION, TEXAS: tJv ' ' •• THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATIORNEY Bond Number. 75066312 KNOW ALL BY '111F.8B PRF.SBNTS: That THE GUARANTEE COMPANY OF NOR'111 AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint John W. Schuler Time Insurance Agency, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of Indemnity and other writings obligatocy in the nature thereof, which are or may be allowed, required or pennitted by Jaw, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTif AMERICA USA as fully and amply, to all intents and purpose.t, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney Is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31a day of December, 2003. The President, or any Vice President, acting with any Seentacy or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behaJf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contract.a of Indemnity and other writings obligatocy in the nature thereof; and 2. To revoke, at any time, any such Attorney-In-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 3111 day of December 2003, of which the following is a true excerpt: RF.SOLVED 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, contracts of indemnity and other writings cbligatocy in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Tim GUARANI'EE COMPANY OF NOR'111 AMERICA USA has caused this instrument to be signed and Its corporate seal to be affixed by Its authorized officer, this 13th day of February, 2007. THE GUARANTEE COMPANY OF NOR'111 AMERICA USA . / ' . ·~ .. ;( 1.'U-. / State ofMichlgan Count)' of Oakland Stephen Dullard, Vice Prealdent On this 13th day of Februacy, 2007 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn, said that he is the herein described and authorized officer of11ie Guarantee Company of North America USA; that the seal affixed to said Instrument is the Corporate Seal of said Company; that the Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. Cynthia A. Takai Notalj/ Public, State qf Michigan County of Oakland IN WITNESS WHEREOF, I have hereunto set my hand at n.e Guarantee Company of North America USA offices the day and year above written. My Commwion Expires February 27, 2012 Acting in Oakland County I, Randall Musselman, Secretary ofnt~ GUARANTEE COMPANY OF NORTif AMERICA USA, do hereby certify that the above and foregoing is a true and correct eopy of a-Power of Attorney executed by TifE GUARANTEE COMPANY OF NORTif AMERICA USA, which is still in full force and effect. ~·· IN WITNESS WHEREOF,-1 have thereunto set my hand and attached the seal of said Company this 4th day of February 2010. Randall Mu.uelman, Secretary Texas Consumer Notice 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your agent at ; 3 You may call The Guarantee Company of North America USA's toll-free telephone number for information or to make a complaint at: 1-866-328-0567 Ext 1040 4 You may also write to The Guarantee Company of North America USA at: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.gcna.com E-mail: Info@gcna.com Fax: 1-248-750-0431 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-34 3 9 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al Usted puede Ilamar al numero de telefono gratis de The Guarantee Company of North America USA's para informacion o para someter una queja al: 1 -866-328-0567 Ext 1040 Usted tambien puede escribir a to The Guarantee Company of North America USA: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.gcna.com E-mail: Info@gcna.com Fax: 1-248-750-0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1 \-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUT AS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (agente) (Ia compania) (agente o Ia compania) primero. Si no se resuelve Ia disputa, puede entonces comunicarse con el departamento (TD I). UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adj unto. APPLICATION AND CERTIFICATE FOR PAYMENT AIA DOCUMENT G702 TO: BCS Development Company PROJECT: Sonoma Phase Ill 4090 S1a1e KWY 6 South College Station, TX 77845 FROM (CONTRACTOR): BRAZOS VALLEY SERVICES P. 0 . Box 985, BRYAN, TX 77806 CONTRACT FOR: VIA (ARCHITECT): ARCHITECT'S PROJECT NO: APPLICATION # 5 PERIOD TO; 23 JUN 10 Distribution to: D OWNER D D D D ARCHITECT CONTRACTOR CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for Payment, as shown below, in connection with the Con1ract. Continuation Shee1, AIA Documen1 G703, is attached. CHANGE ORDER SUMMARY Change Orders approved in previous months by Owner TOTAL Approved this Month Number Dale Approved "'&P Bone 2/1/2010 1 4/21/2010 TOTALS Net chanae bv Chanae Orders ADDITIONS DEDUCTIONS $0.00 $0.00 $12,400.00 $0.00 $6,621 .25 $19,021 .25 $0.00 $19,021.25 1. ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE (Line 1+2) 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) 5. RETAINAGE: a. % of Comple1ed Work (Column D+E on G703) b. 95% of S1ored Material (Column Fon G703) Total Retainage (Line 5a+5b or Total in Column I of G703) The undersigned Contractor certifies that 10 the bes! of the Con1ractor's kr 6. TOTAL EARNED LESS RET AINAGE information and belief the Work covered by !his Application for Payment hr (Line 4 less Line 5 Total) completed in accordance with the Contract Documents, that all amounts h 7. LESS PREVIOUS CERTIFICATES FOR paid by the Contractor for Work for which previous Certificates for Paymer PAYMENT (Line 6 from prior Certifica1e) issued and paymen1s received from !he Owner, and tha1 curren1 payment : B. CURRENT PAYMENT DUE herein is now due. 9. BALANCE TO FINISH, PLUS RETAINAGE Date: 0 ARCHITEC 'S CERTIACATE FOR PAYMENT AMOUNT CERTIFIED ............................ .. 10.00% In accordance with the Contract Documents, based on on-site observation (Attach explana1ion if amoun1 certttied differs from Iha amount applied for.) da1a comprising !he above application, the Archi1ect certifies 10 the Owner ARCHITECT: best of !he Architect's knowledge, information and belief the Work has progressed as indica1ed, the quality of the Work is in accordance with the Contract Docur By: Dale: ______ _ $7 46,921.04 $19,021.25 $765,942.29 $756,662.29 $75,666.23 $75,666.23 $680,996.06 $666,614.06 $14,382.00 the Contractor is entitled ta payment of the AMOUNT CERTIFIED. This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are withoU1 prejudice to any rights of the Owner or Contractor under this Contract. Page 1of1 AIA DOC1Jmen1 G702. APPLICATION ANO CERTIFICATE FDR PAYMENT, eon1aining Con1raeto(1 signed Ce11ifieotion 11 anaehed. ._ In tabulation• below. amounts are stated to the neat ea I dollar. Uae column I on Contracts whMe variable retainaoe '°'line lteme mav •'°'Mt. A B r ITEM DESCRIPTION OF WORK NO. Pre1onnance and Payment Bond 1 Preformance and Pavment Bond Site Preoaratlon 2 Clearinn and Grubbina Pavina Construction Earthwork for Street Constuction (+/· 6804 CY Excavation/ embankment) Items includes topsail stripping and replacement in 3 ROW and Easement 4 6" Lime Stabilized Subarade 16% bv wt) 5 6" Crushed Limestone Base 6 8" Crushed Limestone Base 7 2" HMAC Surface Course rincludlna Prime Coatl 8 Concrete Curb and Gutter ran tvoesl 9 6" Reinforced Concrete Pavement 10 4" Reinforced Concrete Sidewalk 11 6" PVC Conduit 12 Colored Sidewalk Ramos c SCHEDULED Untt QTY PRICE VALUE LS 1.00 $ 12.400.00 $ 12AOO.OO Ae 7.30 s 1.500.00 s 10,950.00 LS 1.DO $ 28,DOD.DO $ 28.000.00 SY 11,395.00 $ 3.50 s 39.882.50 SY 7,495.00 $ a.so s 63.707.50 SY 1,009.00 $ 11.00 $ 11,099.00 SY 8,504.00 s 8.50 s 72,284.00 LF 5,353.00 $ 8.50 $ 45,SOD.50 SY 344.DO $ 36.0D $ 12.384.00 SF 10,566.00 $ 2 75 $ 29,056.50 LF 865.00 $ 12.00 $ 10,380.00 EA 8.00 5 250.00 s 2,000.00 PROJECT: 0 E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD $12,400.00 $0.00 Sl0,950.00 S0.00 $28,000.00 $0.00 $39,882.50 $0.00 $63,7D7.5D $0.00 $11,099.00 $0.00 $72,284.00 $0.00 $45,500.50 $0.00 $12.384.00 $0.00 $14,528.25 $14,528.25 $10,380.00 SO.DO $0.0D $250.00 APPLICATION I 5 PERIOD TO: 23 JUN 10 Sonoma Phan Ill F G MATERIALS TOTAL PRESENTLY COMPLETED& TOTALOTYTO STORED DATE STORED 1.00 $12.400.00 7.30 $10,950.00 1.00 $28,000.00 11.395.00 $39 882.50 7,495.00 $63,707.50 1,0011.00 $11,099.00 8.504.00 572.284.00 5,353.DD $45,500.50 344.00 $12,384.00 10.566.00 m .os6.5o 865.00 $10.380.00 1.00 S250.00 H l " BALANCE RETAINAGE TO FINISH 100% S0.00 $1,240.00 100% S0.00 $1,095.00 SD.Oil 100% $0.00 $2.800.00 100% SO.OD $3 988.25 100% $0.00 $6,370.75 100% $0.00 $1, 109.90 100% $0.00 $7,228.40 100% $0.00 $4.550.05 100% $0.00 $1,239.40 100% SO.OD $2,905.65 100% SO.DO $1,039.00 13% $1 .750.00 $25.00 AIA Document G702, APPLICATION ANO CERTIFICATE FOR PAYMENT, conlaining ContractOf'a signed Certification ii attached. In tsbulaliona below, amounts are slated to the neaiest dollar. Uae cotumn I on Contracts where variable retain.a• fot llne itema mav annav. A e ITEM DESCRIPTION OF WORK NO. Drainacie Construction 13 18" RCP Pioe CASTM C-76, CL /Ill Structural Backfill 14 18" HOPE Pioe CADS, N-12 or aooroved eaual w/wa1er-tiaht iointsl 15 24" RCP Pioe CASTM C-76 Cl till Structural Backfil 16 24• HOPE Pioe CADS. N· 12 or aooroved eaual w/ water·tiaht lointsl 17 30" HOPE Pipe CADS N-12 or aooroved eaual w/water-tiaht iolntsl 18 48" RCP Pioe (ASTM C·76, Cl llll Structural Backfil 19 18" HOPE 4:1 Slooed Headwall 20 30" RCP 4:1 Sloped Headwall 21 48" RCP 4:1 Sloped Headwall 22 Construct too of existlna Inlet 23 Standard 1 O' Recessed Inlet 24 Standard 5' Recessed Inlet 25 S1andard Junction Box . 26 Rock Rio Rap Channel Linina. on Filter Fabric c SCHEDULED Unit OTY PRICE VALUE LF 82.00 s 43.00 $ 3.526.00 LF 75.00 s 30.0C $ 2,250.00 LF 160.00 $ 47.00 $ 7,520.00 LF 190.00 $ 35.00 $ 6.650.00 LF 41.00 $ 40.00 s 1,640.00 LF 204.00 $ 122.00 s 24.888.00 EA 1.00 s 650.00 s 650.00 EA 1.00 $ 1,450.00 s 1.450.00 EA 6.00 s 2.000.00 s 12.000.00 EA 4.00 s 500.00 s 2.000.00 EA 2.00 $ 3,000.00 s 6.000.00 EA 5.00 $ 2.500.00 s 12.500.00 EA 1.00 $ 2.000.00 $ 2.000.00 SY 107.00 $ 40.00 s •.280.00 PROJECT: 0 E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD $3,526.00 $0.00 S2.250.00 $0.00 $11,656.00 so.co $6,650.00 $0.00 $1,640.00 S0.00 $24,888.00 $0.00 $650.00 $0.00 51.450.00 $0.00 $12,000.00 $0.00 $2.000.00 $0.00 $9.000.00 S0.00 $12.500.00 S0.00 52.000.00 $0.00 S0.00 $0.00 APPLICATION # 5 PERIOD TO: 23 JUN 10 Sonoma Phu• Ill F G MATERIALS TOTAL PRESENT\.Y COMPLETED& TOTALOTYTO STORED DATE STORED $0.00 so.oo 82.00 $3.526.00 75.00 $2.250.00 248.00 $11.656.00 190.00 $6,650.00 41.00 $1,640.00 204.00 $24,888.00 1.00 $650.00 1.00 $1.450.00 6.00 $12,000.00 4.00 $2 000.00 3.00 $9.000.00 5.00 $12.SOO.OO 1.00 $2,000.00 0.00 $0.00 H I % BALANCE RETAINAGE TO FINISH $0.00 10°"' $0.00 $352.60 100% S0.00 $225.00 155% ($4, 136.00) $1.165.60 100% $0.00 $665.00 100% SO.DO $164.00 100% $0.00 $2,488.80 100% $0.00 S65.00 100% $0.00 $145.00 100% $0.00 $1.200.00 100% $0.00 $200.00 150% ($3,000.00l $900.00 100% $0.00 $1.250.00 100% $0.00 $200.00 0% $4.280.00 SO.DO AIA Document G702. APPLICATION ANO CERTIFICATE FOR PAYMENT, containing Conlraclor'a ligned Certification it anachod. • In tabulation• befow. amount• are stated to the nearnt dola.r. u col c .. umn on ontracls where variable relalnage for ICne items may aoclv. A B I ITEM DESCRIPTION OF WORK NO. Water System Construction 24" ANSl/AWWA C151/ A21 .5, CL 200 DIP Water Line (Non-Str. 27 Backfill) 28 8" PVC. C909 Cl 200 Waterline, Non-Str. Backfill 29 8" PVC, C909 Cl 200 Waterline, Str. Backfill 30 6" PVC. C909 Cl 200 Waterline. Non-Str. Backfill 31 6" PVC C909 Cl 200 Waterline, Sir. Backfill 32 4" PVC C909 Cl 200 Waterline Non-Sir. Baekfill 33 36" Steel Casing (Includes spacers and structural backfill) 34 Fire Hvdrant Assembly 35 24"x45 dea bend 36 24 • Butterfly Valve 37 6" Blow-off Valve 38 8"x8" MJ Tee 39 8'x6' MJ Tee 40 8" MJ Gate Valve Unit LF LF LF LF LF LF LF EA EA EA EA EA EA EA c SCHEDULED OTY PRICE VALUE 1.577.00 $ 68.50 s 108.024.50 724.00 s !4.00 $ 10, !36.00 ll00.00 s 20.00 s 18,000.00 478.00 $ !2.00 s 5,736,00 68.00 s 18.00 $ 1,224.00 641.0D s 11.00 $ 7,D51 .00 60.00 $ 177.00 $ 10,620.00 3.00 s 3.250.00 $ 9,750.00 6.00 $ 1,544.00 $ 9.264.00 1.00 $ 5,475.00 s 5,475.00 1.00 $ 1.000.00 $ 1,000.00 2.00 $ 546.00 s 1,092.00 2.00 $ 546.00 s 1,092.00 6.00 $ 1,0!2.00 s 6.072.00 PROJECT: D E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD $108,024.50 $0.00 $10,136.00 $0.00 $18,000.00 $0.00 $5,736.00 $0.00 St.224.00 S0.00 $7,051 .00 SD.OD S10.620.00 SO.DO $9.750.00 $0.00 $9,264.00 $0.00 $5,475.00 $0.00 $1,000.00 $0.00 $1,092.00 SO.OD $1,D92.00 S0.00 $6.072.00 50.00 APPLICATION r 5 PERIOD TO: 23 JUN 10 Sc>noma Pha .. Ill · F G MATERIALS TOTAL PAESEWLY COMPlETED& TOTALOTYTO STORED DATE STORED so.oo S0.00 1.577.00 S108.024.50 724.00 $10.136.00 900.00 $18,000.00 478.00 $5,736.00 68.00 $1,224.00 641.00 $7,051.00 60.00 Sl0,620.00 3.00 $9,750.00 6.00 $9,264.00 1.DD SM75.00 t.00 $1 ,000.00 2.00 St.092.00 2.00 $!,092.00 6.00 $6,072.00 H I "" BALANCE RETAINAGE TO FINISH SO.OD 100% S0.00 $10,802.45 100% $0.00 $1,013.60 100% S0.00 $1 ,800.00 100% $0.00 $573.60 100% $0.00 $122.40 100% SO.DO $7D5.10 t00% SO.DO $1 ,062.00 100% $0.00 $1175.00 100% SO.OD $926.40 100% $0.00 $547.50 100% $0.00 $100.00 100% S0.00 s1og.20 100% S0.00 $1D9.20 !00% S0.00 S607.20 I AIA Document G702, APPLICATION ANO CERTIFICATE FOR PAYMENT, containing C°"traciol'a algned Certlflcalion 11 anached. In tabulation• below, amounl1 •re el•led to lhe neareal dollar. Use column I on Contract• where vatlab&e relainaae for line items may aoolv. A B I ITEM DESCRIPTION OF WORK NO. 41 8"x24" MJ Anchor Couctina 42 8"x45 deci bend 43 8"x4' Reducer 44 6" MJ Gale Valve 45 6"x45 deo bend 46 6"x24" MJ Anchor Couolina 47 4"x45 dea Bend 48 4"x11.25 dea bend 49 2" Blow-off Valve Assemblv 50 Water Service, 1.5" tvoe K Coooer. Short sidel<20'l 51 Water Service, 1" tvoe K Coooer, Short side1<20'l 52 Water Service 1.5" tvoe K Coooer Short sidel>20'l 53 Water Service. 1• 1vne K Coooer. Short sldel>20'1 Sewer System Construction - 54 6" PVC D-3034 SDA26 c SCHEDULED Unit OTY PRICE VALUE EA 9.00 $ 200.00 s 1.800.00 EA 18.00 $ 327.00 $ 5.886.00 EA 1.00 $ 140.00 $ 140.00 EA 1.00 $ 750.00 $ 750.00 EA s.oo $ 300.00 s 1.500.00 EA 2.00 $ 125.00 $ 250.00 EA 5.00 $ 176.00 s 880.00 EA 2.00 s 176.00 s ~2.00 EA 1.00 s 750.00 $ 750.00 EA 16.00 $ 650.00 $ 10,400.00 EA 7.00 $ 450.00 s 3,150.00 EA 17.00 s 1.500.00 $ 25,500.00 EA 4.00 $ 1,492.00 $ 5,968.00 LF 1,104.00 $ 17 25 s 19.044.00 PROJECT: 0 E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD Sl.800.00 $0.00 $5,886.00 $0.00 $140.00 $0.00 $1,500.00 $0.00 $1,500.00 $0.00 5250.00 $0.00 $880.00 $0.00 $352.00 SO.OD $1.500.00 $0.00 510,400.00 $0.00 $3,150.00 SO.DO $25,500.00 $0.00 $5,968.00 $0.00 519,044.00 SO.CO APPllCA TION I 5 PERIOD TO: 23 JUN 10 Sonoma Phase Ill F G MATERIALS TOTAL PRESENTlY COMPLETED& TOTAL QTY TO STORED DATE STORED 9.00 $1.800.00 18.00 SS.886.00 1.00 $140.00 2.00 $1,500.00 5.00 $1,500.00 2.00 $250.00 5.00 $880.00 2.00 $352.00 2.00 $1,500.00 16.00 $10,400.00 7.00 $3,150.00 17.00 $2S.S00.00 4.00 SS.968.00 1,104.00 519,044.00 H I % BAlANCE RETAINAGE TO FINISH 100'4 $0.00 5180.00 100% S0.00 $588.60 100% $0.00 $14.00 200% ($750.00) $150.00 100'4 $0,00 $150.00 100% S0.00 $25.00 100% S0.00 $88.00 100% SO.DO $35.20 200'4 ($750.00) $150.00 100% $0.00 $1,040.00 100% so.co $315.00 100% $0.00 $2,550.00 100% $0.00 $596.80 so.co 100% S0.00 $1 904,40 AIA Doeumont G702, APPLICATION AND CERTIFICATE FOR PAYMENT, conlaining Con1ractot's algned Ce<tification Is attachecj. ... In tabulations below, amounts are &lated to the nearest dollar. Uoo colurm I on Controcla where •ariable retainaoe for Hne ttema mav a~~1u. A B I ITEM DESCRIPTION OF WORK NO. 55 Str. Backfill 18'-10' Death\ 56 Non-Str. Backfill 15'-8' Deothl 57 Non-Str. Backfill 18'-10' Deothl 58 Standard 4' Diam. Manhole 0-6 ft deeo 59 Standard 5' Diam. Manhole. 0-6 ft deeD 60 Connect to Ex. Sewer Line 81 Extra Denth 1>6'l, 4' Diam. Manhole 62 Extra Deolh 1>6'\, 5' Diam. Manhole 63 Short side 4" Sewer Service 1<20'\ 64 Lona Side 4" Sewer Service 1>20'\ 65 Extendina Existina Sewer Service 66 Trench Safetv lsewerl Erosion Control Construction Erosion Control Plan & Sedimentation Control (per Item 1 06) includes 67 monitorina, record keeninn. nrass seedina, and clean uo 69 Silt Fence Tvne1 Unit LF LF LF EA EA EA VF VF EA EA EA LF LS LS c SCHEDULED QTY PRICE VALUE 389.00 $ 8.00 $ 3,112.00 500.0() s 2.00 $ 1.000.CIO 212.00 s 2.00 s 424.00 6.00 $ 2,000.00 $ 12.000.00 1.00 $ 3.000.00 s 3000.00 3.00 $ 250.00 s 750.00 14.00 s 200.00 $ 2,800.00 7.00 $ 250.00 s 1,750.00 5.00 s 400.00 s 2.000.00 10.00 $ 900.00 $ 9,000.00 11.00 $ 500.00 s 5,500.00 1,104.00 $ 0.01 $ 11.04 1.00 $ 500.00 $ 500.00 1.00 s 5,342.50 s 5.342.SO PROJECT: D E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD $3, 128.00 $0.00 $1 ,000.00 $0.00 $424.00 $0.00 $12,000.00 $0.00 $3,000.00 $0.00 $750.00 S0.00 $2,800.00 $0.00 $1,750.00 $0.00 $2,000.00 $0.00 $9,000.00 $0.00 $5.500.00 $0.00 $11.04 $0.00 $475.00 $0.00 $5.342.50 S0.00 APPLICATION t 5 PERIOD TO: 23 JUN t 0 Sonoma f'haae Ill F G MATERIAi.$ TOTAL PRESENTLY COMPLETED& TOTALOTYTO STORED DATE STORED 391.00 $3,128.00 500.00 $1 ,000.00 212.00 $424.00 6.00 $12,000.00 1.00 $3.000.00 3.00 $750.00 14.00 $2,800.00 7.00 $1,750.00 5.00 $2,000.00 10.00 $9,000.00 11.00 55,500.00 1,104.00 $11.04 0 95 $475.00 1.00 $5.342.50 H I % BALANCE RETAINAGE TO FINISH 101% ($16.00) $312.80 100% $0.00 $100.00 100% $0.00 $42.40 100% $0.00 $1,200.00 100% $0.00 $300.00 100% $0.00 $75.00 100% S0.00 $280.00 100% $0.00 5175.00 100% so.co $200.00 100% so.oo $900.00 100% $0.00 $550.00 100% $0.00 $1.10 S0.00 95% $25.00 $47 50 100% $0.00 $534.25 AIA Oocumenl G702, APPLICATION ANO CERTIFICATE FOR PAYMENT. containing Contractor's olgned Certtlication is attached. In tebulations below. amo11n1s are ol•lod lo lhe neareill dolar. Uso co1urnn I Otl Contrecta where variable rotainaae for liM items mav a""'l'\lv. A B I ITEM DESCRIPTION OF WORK NO. 69 Sill Fence Tvoe2 70 Silt Fence Tvoe 3 71 Inlet Protection 72 Headwall Protection 73 Entrance/ Exit Change Order #1 Additions 7 Concrete Curb and Gutter /all tvnesl 9 4" Reinforced Concrete Sidewalk C0.1 6" Lime Stabilized Subcirade (additional 2% limel C0.2 24" x 6" Tee Deletions 3 6" Lime Stabilized Subarade 16o/o bv wtl 4 6" Crushed Limestone Base 5 8" Crushed Limestone Base c SCHEDULED Unit QTY PRICE VALUE LS 1.DO s 4.427.00 s 4,427.00 LS 1.00 $ 7,700.00 s 7,700.00 LS 1.00 $ 1,800.00 $ 1,800.00 LS 1.00 s 500.00 s 500.00 LS 1.00 $ t,800.00 s 1,800.00 LF 53.00 s 8.50 $ 450.50 SF 437.00 $ 2.75 $ 1,201.75 SY 11,395.00 s 0.72 $ 8.200.00 EA 1.00 $ 2,500.00 $ 2,500.00 SY 184.00 $ (3.50) $ (644.00) SY 20.00 $ {8.50) $ (170.00l SY 94.00 $ {11.00) $ 11,034.001 PROJECT: 0 E WORK COMPLETED PREVIOUS THIS PERIOD PERIOD $0.00 $0.00 S0.00 $0.00 $1,800.00 S0.00 $500.00 $0.00 $1 .800.00 SO.DO $450.50 $0.00 $0.00 $1,201.75 se.200.00 $0.00 $2,500.00 $0.00 ($644.00) $0.00 ($170.00) so.co (Sl.034.00) $0.00 APPLICATION~ 5 PERIOD TO: 23 JUN 10 Sonoma Phase Ill F G MATERIALS TOTAL PRESENTLY COMPLETED& TOTALOTYTO STORED DATE STORED 0.00 $0.00 0.00 $0.00 1.00 $1.800.00 t .00 $500.00 1.00 $1,800.00 53.00 $450.50 437.00 $1.201 75 11.3115.00 $8,200.00 1.00 $2,500.00 184.00 156<14.00) 20.00 (5170.00) 94.00 1$1,034.00I H I % BALANCE RETAINAGE TO FINISH 0% $4,•27.DO SO.DO 0% $7,700.00 SO.DO 100% so.co 5180.00 100% $0.00 $50.00 100% so.oo $180.00 $0.00 S0.00 100% $0.00 $45.05 100% $0.00 $120.18 100% $0.00 S820.00 100% $0.00 $250.00 $0.00 100% $0.00 (564.401 100% S0.00 ($tr 00) 100% $0.00 1s10~ •01 • AIA DoclJmenl G702, APPLICATION AND CERTIFICATE FOR PAYMENT. containing Contt1ctO('s signed CO<lificalion lo attached. • In tabulaHona below, amounts .,e ata1ed to th& nearM1 dolar. Use column I on Contracts where variable retainaoe for line items mav annlv. A B I ITEM DESCRIPTION OF WORK NO. 6 2" HMAC Surface Course fincludina Prime Coan 8 6" Reinforced Concrete Pavement 12 Colored Sidewalk Ramos PAGE TOTALS Unit QTY PRICE SY 114.00 s (8.50) $ SY 74.00 $ 136.00) $ EA 1.00 $ (250.00) s $ $ $ $ $ PROJECT: c D E SCHEDULED WORK COMPLETED VALUE PREVIOUS THIS PERIOD PEFUOD 1969.00) ($969.00) S0.00 12.664.00) ($2,664.00} $0.00 (250.00) $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.DO $0.00 765,942.29 $ 740,682.29 s 15,980.00 APPLICATION r 5 PERIOD TO: 23 JUN 10 Sonoma Phase Ill F G MATERIALS TOTAi. PRESENTLY COMPLETED& TOTALOTVTO STORED DATE STORED 114.00 1$969.001 74.00 1$2,664.00l 0.00 S0.00 #DIV/0! $0.00 #DIV/O! SO.OD NDIV/O! $0.00 #DIV/01 $0.00 $ $ 756,662.29 H I "" BALANCE RETAINAGE TO FINISH 100% $0.00 {596.901 100% $0.00 1$266.401 0% ($250.00) $0.00 ruu $0.00 S0.00 ##### $0.00 $0.00 '"" $0.00 $0.00 ##### $0.00 $0.00 911% $ 9,280.00 $ 75,666.23 I . The Guarantee Company of North America USA RIDER TO BE ATTACHED TO AND FORM A PART OF PERFORMANCE BOND NO. 75066312 Wherein Brazos Valley Services Is named as Principal and The Guarantee Company of North America USA as Surety in favor of Cjty of College Station as Obligee, in the amount of$ 746.921 .04 effective Febaiar:y 4 2010 for Cpnstruclion of Utility Lines Streets and Qrajnage !mproyemeats for Sonpma Phase 3 WHEREAS, when this bond was executed _ ...... c.ity .... o-.t ... c_o.;.;.;lle'""g""e ... s_ta ... ti ... on--._ was named as Obligee, and WHEREAS, it is now desired that certain other parties be added as Obllgees. NOW, THEREFORE, it is hereby understood and agreed that the following shall be considered as additional Obligees under this bond: BCS Deye!opment Compapy The foregoing, however, is subject to the following further provisions: (1) The Surety shall not be liable under this bond to the Obligees, or any of them, unless the said Obligees, or any of them, shall make payment to the Principal strictly in accordance with the term of said contract as to . payments, and shall promptly perform all other obligations to be performed to by the first named obligee under said contract at the time and in the manner therein set forth. (2) The Principal and the Surety shall not be liable to any one or to all of the Obligees in the aggregate in excess of the penal sum of the bond, to wit: $746 921 04 Signed, and sealed this __ 4.,..th...__ day of __ ..... F .... eb .... ru ... a ..... ry.__ _ _, __ 2...,0 .... 1 o __ Rev. 11.11.2003 SA Project No.----------- PERrORM.-\NCE BOND THE STATE OF TEXAS Bond No. 75066312 PERFORMANCE BOND § § § KNO\°"' Al.L MF..N BY THE.SE PRESENTS: · Tl IE COUNTY OF BRAZOS THAT WE, Brazos Valley Services as Principal, hereinafter ailed "Contn.ctor" and the other subscriber hereto The Guarantee Company of North America USA, as Surety. do hereby acknowledge ourselves to he hdrl and ftly bound to the City of College Station, a municipal • . Seven Hundred r'orty ~x Thous • corpmauon, In the ~um of Nin H~ndred Twen One end6.921.0'9 for the payment of which 5Um, well and truly to be made to the City 0f College t'lltion and its successors, the said Contractor and Surety do bind themseh·cs, their hcir11, executors, administrators, Kucceuon, and assigns, jointly and sc:verdly. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT: WHEREAS, the Contractor has on or about this da" executed a Contract in writing with the City of College Station for Sonoma Phase 3 • ' Utilities, Drainage and Streets Improvements all of such work to be done as sec ouc in full in said Contract Documents therein referred to and adopted b)· the City Council, all of which arc made a part of chis in~trument as fully and completely as if set out in full herein. NOW THEREFORE, if the said Contractor shall faithfully and strictly pcrfonn Connet in all its terms, provisions, and stipulations in accordance with its true meaning 1md effect. and in accordance with the Conmct Documents referred to therein and shall comply strictly with each and every provision of the Contr.act, including all warnmtics 1md indemnities therein lltld with this bond, then this obligation shall become null and void and shill! ha,•e no further force and effect; otherwise the Rame is to remain in full force and effect. It is further understood and agreed that the Surety does hereby relieve: the City of College Station or irs representatives from the exercise of any diligt.'tlcc whateYcr in securing compliance on the part of the Cont:n.ctor with the terms of the Contract, including the making of payments thereunder and, having fullr considered it's Principal's competence to perform the: Contract in the underwriting of this Performance Bond, the Surety hereby waives anr notice to it of any default, or delay by the Contractor in the perfonnance of his Contract and agree5 that it, the Suretr. shall be bound to take notice of and shall be held to have knowledge of all acts or omissions of the Contractor in all matters pcruuning to the Conttact. The Surety undcmands and agree~ that the prO\·ision in the Contract that the City of College Station shall retain certain amounts due the Contractor until the expiration of thirty days from the acceptance of the Work is intended for the City's benefit, and the City of College Station shall have the right to pay or withhold such retained amounts or any other amount owing under the Contract without changing or affecting the liability of the Surety hereon in anr degree. It is furd1cr expressly agreed by Surety that the City of College; Station or iu representatives uc at liberty at any time, without notice to the Surety, to make any change in the Contrllct Documents and in the Work to be done thereunder, as pro,·ided in the Contract, and in the terms and conditions thereof, or to make any change in, addition to, or deduction from the work to be done thereunder; imd that such changes. if made, shall not in any w~y vitiate the obligation in this bond and undetttking or release the Surety therefrom. Cou11dl AflP"""d -02// .UH IU1·l.tttl 09127/04(t1J h i~ further c.i:preuly agreed and understood that the Contractor and Surety will ful~· indemnify and &aYc hannles." the City of College Station from anr liability, loss, cost. expense, or damage uising out of or in connection with the work done by the Contractor under the Contnct. In the c:Yent that the City of College Station 1hall bring any suit or other proceeding at law on the Contract or this bond or both, the Contractor 1md Surctr 11grce to par to the City the actual amounts of attorney's feC11 incurred br the City in connection with such -uit. Thi:i b<>nd 11n<l all obligation~ created hereunder shall be performable in Bnzos County, 'fcxu. Thi~ bond is gh-en in compliance with the provi111011s of Chapter 2253 of the Texas Government Code, •~ amended, which is incorporated herein by this reference. However, all of the express provisicm11 hereof shall be applicable whether or not within the ~cope of said statute. Notices rC<juired or permitted hereunder shall be in writing and shall be deemed delivered when actually received or. if earlier, on tht: third day following deposit in a United State Pc1.~tal Scn·icc pmt office or receptacle, with proper poKtage affixed (certified mail, return receipt requested), addresgcd to the rcspecth·c other parry at the address prescribed in rhe Contract Document~. or at such other addren as the receiving party may hl'reafter prescribe hr written notice to the sending party. IN WITNESS THEREOF, the said Contractor and Surety have signed and sealed this instrument on the respective dates written below their signArurcs and have Attached current Power of Attorney. A 1TEST f\'\'lTNESS (SEAL) Br:---'~~~~~----­ Name: Amy Lewis Title: Bond Assoc. Date: February 4, 2010 REVIE\X'ED: City Attorney's Office C:u11111·iJ Appm•wf -0211 W3 R~vlud 09127/04(u) Brazos Valley Services (Name of C:ntract°0PPL Br. 'k6r,~A> oh Title: ~ Date: t.-/ "ff(,.) The Guarantee Company of North America USA (Full Name of Surety) 101 E. Park Blvd., Ste. 817 (Address of Surety for Noricc) Na e: John W. Schuler. Ti e: Attorney-in-Fact Date: February 4 , 2010 THE FOREGOING BOND IS ACCEPTED ON BEHALF OF THE CITY OF C )JLEGE STATION, TEXAS: tdo OVERSIZE PARTICIPATION REQUEST OP REQUEST# WT04- Wf I L--2-~11 g )Do ( CITY OF COLLEGE STATION Planning and Development Serviceq Project Name: Sonoma Phase 3 -24" Waterline Oversized Participation - Subdivision~ Sonoma Subdivision, Phase 3 Developer: BCS Development Company (Randy French) Engineer/ Firm: McClure & Browne (Jeff Robertson) Project Description: Upsize an 8" Waterline to a 24" Waterline Total Cost Estimate: $896,254 City Contribution Requested: $147,614 .50 Construction Schedule: Spring 2010 Comments: The 24" Waterline along the north ROW of SH 40 per the master Plan. P/DS Engineer Signature/ Date _ _,--) y ~~ I ., I ' - 1 l ·-L 3 ·-o ') Director Approval: Comments: FUNDING: FYIO WATER OP Budget Amount Available: $ 100,000.00 147,614.50 Current Request: Remaining Amount Available: Finance Funding Source: WATERCAtf Approval (Signature & Date): Note: Attach location map and engine r's estimate. I of I $ $(will be transferred from Parallel Well Field Collection Project)