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)