Loading...
HomeMy WebLinkAboutContract 62672-FP2FORT WORTH® �--...... _, -FP2 City Secretary 62672 Contract No. _____ _ Date Received 7/24/2025 7/30/2025 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Retail Corners Phase 2 City Project No.: 105041 Improvement Type(s): Water� Original Contract Price: Sewer� Amount of Approved Change Order(s): Contractor Prinicipal Title Revised Contract Amount: Total Cost of Work Complete: Rose City Partners Company Name Project Inspector Mosadage Mohawrwrdee11, 'P. f. Project Manager CFA Manager ;e_,� Lauren Prieur (Jul 25, 2025 09:44:27 CDT) TPW Director Asst. City Manager 07/24/2025 Date 07/24/2025 Date 07/24/2025 Date 07/24/2025 Date 07/25/2025 Date 07/25/2025 Date $446,909.18 -$5,175.00 $441,734.18 $441,734.18 Page 1 of 2 Notice of Project Completion Project Name: Retail Corners Phase 2 City Project No.: 105041 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 45 Days Charged: 43 Work Start Date: 3/12/2025 Work Complete Date: 6/9/2025 Completed number of Soil Lab Test: 291 Completed number of Water Test: 6 Page 2 of 2 CITY OF FORT WORTH Contract Name RETAIL CORNERS PHASE 2 Contract Limits Project Type WATER & SEWER DOE Number 5041 Estimate Number 1 Payment Number 1 For Period Ending 6/9/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 43 WD Contract Date ROSE CITY PARTNERS, LLC NA 5830 GRANITE PARKWAY, STE 100-372 PLANO TX 75024 M.GLOVER M.BARRON 45WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 105041 Thursday, June 12, 2025 Page 1 of 5 Contract Name RETAIL CORNERS PHASE 2 Contract Limits Project Type WATER & SEWER DOE Number 5041 Estimate Number 1 Payment Number 1 For Period Ending 6/9/2025 Project Funding City Project Numbers 105041 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 CONSTRUCTION STAKING 1 LS $7,500.00 $7,500.00 1 $7,500.00 2 AS-BUILT SURVEY 1 LS $2,500.00 $2,500.00 1 $2,500.00 3 4"-12" PRESSURE PLUG 5 EA $920.00 $4,600.00 5 $4,600.00 4 2" SURFACE MILLING 29 SY $75.00 $2,175.00 29 $2,175.00 5 10' WIDE WIDE ASPHALT PVMT 21 LF $50.00 $1,050.00 21 $1,050.00 6 CONC PVMT REPAIR, RESIDENTIAL 69 SY $50.00 $3,450.00 69 $3,450.00 7 4" CONC SIDEWALK 6 SF $20.00 $120.00 6 $120.00 8 UTILITY SERVICE SURFACE RESTORATION SEEDING 1037 SY $10.00 $10,370.00 1037 $10,370.00 9 TRENCH SAFETY 691 LF $2.30 $1,589.30 691 $1,589.30 10 20" CASING BY OPEN CUT 20 LF $161.00 $3,220.00 20 $3,220.00 11 DUCTILE IRON WATER FITTINGS w/RESTRAINT 2.95 TN $2,300.00 $6,785.00 2.95 $6,785.00 12 6" PVC WATER PIPE 67 LF $85.10 $5,701.70 67 $5,701.70 13 8" DIP WATER 178 LF $207.00 $36,846.00 178 $36,846.00 14 8" DIP WATER, CSS BACKFILL 40 LF $46.00 $1,840.00 40 $1,840.00 15 8" DIP WATER, CLSM BACKFILL 80 LF $57.50 $4,600.00 80 $4,600.00 16 8" PVC WATER PIPE 513 LF $92.00 $47,196.00 513 $47,196.00 17 FIRE HYDRANT 1 EA $5,520.00 $5,520.00 1 $5,520.00 18 CONNECTION TO EXISTING 4"-12" WATER MAIN 2 EA $6,325.00 $12,650.00 2 $12,650.00 19 1" WATER SERVICE 4 EA $4,025.00 $16,100.00 4 $16,100.00 20 1/1/2 WATER SERVICE 5 EA $5,175.00 $25,875.00 5 $25,875.00 21 6" GATE VALVE 5 EA $2,070.00 $10,350.00 5 $10,350.00 22 8" GATE VALVE 3 EA $2,300.00 $6,900.00 3 $6,900.00 23 TRAFFIC CONTROL 1 MO $6,000.00 $6,000.00 1 $6,000.00 $222,938.00 $222,938.00Sub-Total of Previous Unit UNIT II: SANITARY SEWER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 CONSTRUCTION STAKING 1 LS $7,500.00 $7,500.00 1 $7,500.00 Thursday, June 12, 2025 Page 2 of 5 Contract Name RETAIL CORNERS PHASE 2 Contract Limits Project Type WATER & SEWER DOE Number 5041 Estimate Number 1 Payment Number 1 For Period Ending 6/9/2025 Project Funding City Project Numbers 105041 2 AS-BUILT SURVERY 1 LS $2,500.00 $2,500.00 1 $2,500.00 3 10' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 32 LF $50.00 $1,600.00 32 $1,600.00 4 UTILITY SERVICE SURFACE RESTORATION SEEDING 1033 SY $10.00 $10,330.00 1033 $10,330.00 5 POST-CCTV INSPECTION 546 LF $2.88 $1,572.48 546 $1,572.48 6 MANHOLE VACUUM TESTING 9 EA $316.25 $2,846.25 9 $2,846.25 7 TRENCH SAFETY 546 LF $2.30 $1,255.80 546 $1,255.80 8 CONCRETE COLLAR FOR MANHOLE 8 EA $172.50 $1,380.00 8 $1,380.00 9 TRENCH WATER STOPS 5 EA $115.00 $575.00 5 $575.00 10 8" SEWER PIPE 546 LF $86.25 $47,092.50 546 $47,092.50 11 8" SEWER PIPE, CSS BACKFILL 170 LF $40.25 $6,842.50 170 $6,842.50 12 LINER - 4' SEWER MH 69 VF $316.25 $21,821.25 69 $21,821.25 13 4' MANHOLE (CO#1)5 EA $8,625.00 $43,125.00 5 $43,125.00 14 4' DROP MANHOLE (CO#1)4 EA $13,800.00 $55,200.00 4 $55,200.00 15 4' EXTRA DEPTH MANHOLE 37.7 VF $402.00 $15,155.40 37.7 $15,155.40 $218,796.18 $218,796.18Sub-Total of Previous Unit Thursday, June 12, 2025 Page 3 of 5 Contract Name RETAIL CORNERS PHASE 2 Contract Limits Project Type WATER & SEWER DOE Number 5041 Estimate Number 1 Payment Number 1 For Period Ending 6/9/2025 Project Funding City Project Numbers 105041 Contract Information Summary Change Orders $446,909.18Original Contract Amount $441,734.18Total Contract Price $441,734.18 Less Total Cost of Work Completed % Retained $0.00 Net Earned $441,734.18 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $441,734.18 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $441,734.18 $0.00 1 ($5,175.00)Change Order Number Thursday, June 12, 2025 Page 4 of 5 Contract Name RETAIL CORNERS PHASE 2 Contract Limits Project Type WATER & SEWER DOE Number 5041 Estimate Number 1 Payment Number 1 For Period Ending 6/9/2025 Project Funding City Project Numbers 105041 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $441,734.18 Less Total Cost of Work Completed % Retained $0.00 Net Earned $441,734.18 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $441,734.18 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $441,734.18 $0.00 City Secretary Contract Number 43 WD Contract Date ROSE CITY PARTNERS, LLC NA 5830 GRANITE PARKWAY, STE 100-372 PLANO TX 75024 M.GLOVER M.BARRON 45 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Thursday, June 12, 2025 Page 5 of 5 r r \ a Q W � W � W � O M � R C N Gl a E E co � cO C Q) O1 a H cO C m � J W % w 0 w� �Z z� Qw � =o U � O � Z Z � Q � U F- � Q � � U c7 Z F- 2 � 0 Q � W � � � z W N � � N � v�i u� o m � L w � Q' > c� �� 4] C w (O O (n O O p N U � v � o co W N V N V y0 F- Q � (�O � r � � Q LL N M � � U � � � X Y � F- U Q K F- Z O CJ ljj �k � � Z F W � � Q � w w � � } } � x� � Z Q F' �' ��k � d� U U C� � X� r M d � O r N O (V � N I� � � Z Z N N C C O O L L a d � � � �C C � � O � O � � m � c�o -�o � � CU Q G � � W � Q Z Q � F- U w O � a � U � F- Q V v � V Z p O U � 0 o a o a o 0 � � a a o 0 0 0 _ �' w w w� w w o (� V o J Q W � Uf O O O N Q. O O 0 � I- N o � � o � o N o 0 0 O ? o o ? o `r m � � m � oi > in � � � O U � 0 0 � � 0 0 0 0 0 0 0 � o 0 o q o 0 �' � �w � � w � � U Z o 0 Q � a y o 0 0 0 0 0 p o 0 0 0 0 0 O o o O o O o en w tn u� v, en m o ❑ U y .. O o 0 o a o O y F U o 0 0 0 0 0 � Z W �' � �» w� w w o U � U` U ._'�' N UQ z °1 U N I.L Q: <o �O ta uN1 M 0 0 0 Z o 0 0 0 0 � � N O O ry o o N o N N U y� N � � N � N > N �M �W �N � U � 0 0 0 0 0 0 0 V o 0 0 00 0 0 �' w � w w w � U °c N � � � w � v � U co m Q m N N . � . � � � w h o 0 1� vi m p_ m m c � O N � � N N � � N N N N � k9 fA � Vi � N 0 0 0 0 0 o a V o 0 0 0 0 0 Y o 0 0 0 0 0 eA w w en w e9 � U o w a0 F- o � O O O N O O O N N •. � o o � o � � y a � � � m � m O � N �M f9 N fA N U � � � d O U ❑ � a � z LL1 � U � W � � O H a ¢ H w � U rn O C7 O � I- U 2 Q~ Z O w U U � p 7 U t� w Q a UQ V �W W W � � 0 K � N � z¢ p o a z uWi > � � o o F � o> � � J F H U O U W � Q � tn Q � ❑ � F- Z Q F- � Z W J � I- 7 U7 Q O W � O � w 0 U U Q � f" � m � � J O � p O O O O O O O O O O O O � N p O O O O O O O O O O O O Q�p � O O O O O O O O � O O O � W�`� FA fA fA fA V3 EA Efi EA fn fA fl3 (A � � N U � U v o � a.. o a o 0 0 0 0 0 0 0 0 0 0 vO N�� O O O O O O O O O O O ] U�p O O O O O O O O O O O O M fA EA t9 ffl f9 b9 fA f/9 tA EA t9 f9 O � � W o 0 U �ri o � � m a m ci F- ef � Z � � Z U7 O � Z a °' r W � L m W � N � a � W � O � � - Q' � V 0 a W v � � � � w � } � ¢ F- z a � � Z j�� � � ¢ � a � � o 0 00 o �� m � m m (h M FrMi m U � � � (`7 V } � Q a M � m � a � W � � O W � Z Q 2 U � � LL N Z O w w � � a a�i � � � o O Q Q LL � i � W � U Q Q ,�'c� FT U Q G Z Z � a �\ > `� Q v a � m z � Q U m z 1= U J � c 0 U .� � ti C N � N Q N E 0 _ a E Y m 2 � rn a cu � —> c m � o � ui . E ui 00 Z H LLI a C N � 3 � � � m a a � U > W � m � F z i � o� m c m � w• U Q Q � Z Z m y ¢ ? °1 E gi c`�i m z F N i Q � � � � � Q Q Q U Z z z � m N m � � z � m� ;fl U � N C U m a .� C N � � � � U � m � o oi � � U i� � _ � � N v aw a` ..c�-. � c v .�c ....� o O �, 3 m .o � � N m o °' c m-� a N � ��� 'c° @ o N -�p � t4 N U U@ C C N C N "O (0 � N � � l0 � ll" U G. C �O � 7 E��� U u- Um ° �- O °�'� J �'O � Z U i � � � � � C C n% (0 C p� N'C N N O N y � � � «� m � a�i f-=- FL- � ❑ � a O Z. o � C7 � �' vi o � � a� W � � � Q c � � U � N N L � N ¢ N E � a U C �0 c E E o E U 0 �t Q U � � Z � m �� `� W � � � O � CC m Q Q � v Z z z N � m � �. z l: -� a °7 E o � a z n U a o� m � � U wK � � 0 N � m s a� � W � � � � 0 N � � � n � M CV � <0 C Qi a � � � � C � � a m O � m ti M R V' O � I� N p � [V c'� {�t Iti tD 40 0 0 Z Z d � � C r � a a � N � 0 � � � � � O m � l9 � L � U � � � V1 Q � W �f.� � � a w 0 � Q. � - �.�_ Ud F�- � v � � v O � U 0 0 0 0 0 0 0 y U Q o 0 0 0 0 _ �' w w N H v�i w d 4y C) o J � C � O O O M H m � � � � � � y n o 0 0 0 0 0 o 'd p C? `? p � N N pi N � � O w vNi h ❑ U p _ _ _ _ _ � � n V � o o � � a 0 0 0 0 o a w �n w w u� w � U Z o 0 aw � O o 0 o P o � O O o o O C H H W H Y� H 9 0 L] V p r� :j � Ci O sgi, �}' � � � p Z� w a�a w w w w � � � �+ U v� ti r ¢ � U o � � M a � dd a F- � o o b.�} � N � Z � N O O a�f N W � (� Q N �j 4 N O M � U o t�I •A w� o ti � ci "ai v, w a m �o 0 0 0 0 0 O L� O O O O O O Q O O O N lA 4? V! N V� W w� � U 1" � c1Di m r� a V1 �-° o mr m iy � . � o m � � a � � � o r ti o � O rj H ca y� oi -'J D VNi N INJD N 4 U � o 0 0 o a o V o 0 o O o 0 w w w w u�i w o � � o W � � ¢' � o c o � „ C1 a $ M p !D {Np m � 4? o m a � O � ry v�i n ry r� U m a w :n vN, m ❑ U 0 K w a r- Z r ui � aV O r- d z � ~ � Zx Q � }- U :C � M ~ Q {11 �' 1u V V Q j U GO O 7 t H � a � � tl N K �G � � � � Z �' w d � ° � � �5 � �- z `� w Ug � �a � � � fl t= a �n ,� � ~7� � � � yo Q W U U � LY F � � � a - �.-� o 0 ;�` �'�c00000000 00. �;� s��• o 0 0 0 0 0 0 0 0 0 �riCi CiC 040C1 00 t- r-; ui Qi W�•Y v) nl �rf a1 W vr on �n �.c:vitn m U U o-+ ' ��� c7 0 0 0 0 0 0 0 0 0� ��_ s � o00 00 0 00 00 v � o 0 0 o c c o o c o� yr Vf N N fn N In N N In VI . (] ' ) iY � lA W r p ¢ 4 <-1 r- �ti � d �Q vc�� 0. �.r> c,� � a) H �M z � x x: 0 0 p ry m n N d �' � � U � U �.� �J U 1 w '�0.��', �c�. W a� E E q �. F" N �I7 � r a - c in � W �7 Z � O H z � �awu`�.�J � � •; . � � T � n � 0 G Y O O O O N N n n �x�r�a� m ���rn � m m m c� c�i �3 � U .t � ��r�.�o ¢ a E n � 0. � O 2 0 � -o c Y .� $ � d � 1� �i � 0. c7 a Cb [0 d i: J FI :;_ n P r_+ ci 4 � e. � 2 ti p c � `: � ` � � L1 � p �: � � � �: �.: _ � "' � r� _ z :u . � � y e.. i fi tJ.' � py -. �, c r. ^ � ti � t�-, - o � c � � a: �, o � 7 �'- C 4 L�. � 6 m i. � ' � w U s t ^� > m �. o � u c :n � b ti� .� cE tri ' C � a `� CS y e, a: %- � ti � W O � 0 w � Z u x U � O u. � � � Q W � ;: c ( _. r% c ui 1" v :!1 U \. 'm Z � [0 I-_ y m a p I � c ❑ � � m ,. � 4J m � i= u a c `o � & � m a m � � m � � m ~ z c c C:' � _ � � _ '�f'. _ m S z 0 � z ti � i= r; `•�~ 4 E e: 2 Z uti: � � V u. S, CS � L KI Z r c; c_ c: L? � c, :� C: Z 1 m C 2 � � z C Z g � m CJ j � " N C V d � � � O: � 4� C e � � E � � .��-. c u '—a- � e o �� �i '� .v..,. C -.-.. V ry QL � S 4� O p � C � L 4- c_ ra � � � � _ � : tr:� � � e1 U e cJ c t � o `� � E � � G � a.� 4 _' � C 4� "O m � N � } � E � v Q� OI G L j �r �'L U i � ni � [" Q � ( � Q� n rr" fl O � � � � � � c o, y�� m a� � e? � � m � . � ° e F r L U � 4 :. v � � o � � �� W v� 0 a � � r � � I _ � _ � - E _ n _ „ _ � _ D � �, E A W � w � �s ;, � L: W N � W O .. � y�j� i�' 4 �C m ➢t ( i Z � � � o F. z L �fi 9 E n � � Z a U � W ^' � � 6 U ai s �: 0 N � N b � } y CG FQRTWORTH _:.��--= �� TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Retail Corners Phase 2 CITY PROJECT NUMBER: 105041 WATER PIP� LAID SIZE TYPE OF PIPE LF Water Pipe 6" PVC 67 LF Water Pipe 8" DIP 178 LF Water Pipe 8" PVC 513 LF FIRE HYDRANTS: 1 EA PIPE ABANDONED N/A DENSITIES: NEW SERVICES: SIZE � � VALVES (16" OR LARGER) TYP� OF PIPE Copper copper LF 4 each 5 each SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer Pipe 8" SDR-26 ASTM D3034 PVC 546 LF PIPE ABANDONED N/A SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TR�NSPORTATION r1ND PUBLIC ��ORKS The City of Fort \�/orth • 1000 Throckmorton Street • Fort ��/orth, T� 76012-6311 ��RTWORTH�� TRANSPORTATION AND PUBLIC WORKS June 9, 2025 Rose City Partners 5830 Granite Parl<way Suite #100-372 Plano, TX 75024 RE: Acceptance Letter Project Name: Retail Corners Phase 2 Project Type: Water, Sanitary Sewer City Project No.: 105041 To Whom It May Concern: On June 5, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on June 9, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on June 9, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at (817) 392-2443. Sincerely, MoJaclage Mo%a�r�deeh, � � Mosadage Mohammdeen, Project Manager Cc: Michael Barron, Inspector Mil<e Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant Rose City Partners, Contractor Retail Corners LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 A�'FIDAVIT STATE OF Texas COUNTY 4F Taxrant Before me, the undersigned authority, a notary public in the state and caun.ty aforesaid, on this day personally appeared Brian Alley, Authorized Signer 0� Rose City Partners, LLC, kn�wn to me to be a credible person, who being by zne duly sworn, u�on his oath depased and sa�d; That ai� pez-sans, firms, associations, corporatians, az other organizatians furnishing labor and/o� materials have been paid in full; Tlaat the wage scale established by the City Cou�.cil in ihe City of Fort Worth has b�en paid in £u�l; That there are no claims pending �oz- pearsonal injury andlor �roperty damages; On Cantract described as; Agreement between Retail Corners`���nd Rase City Partners, LLC : ; Authorized Signez Subscribed axa.d sworn before me on this date 6t�f June, 2025. Notary Pu c Tarrant Count�, Texas �n�:�- ,.�`'¢vP''�, LOGAN N1A�?KI-IAM � ZA�... ;�B � �x,' c,-Notary Puhiic, State of'Fexas �`�'•.�•'�= Comm. Expi�es Q4-15-202$ ;,:'�...'� :�: '��r°55���` NotB�y IQ i84852391 CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 OWNER ARCHITECT CONTRACTOR SU RETY OTHER ■ ■ ■ ■ ■ PROJECT: Water,Sewer, Drainage and Lighting Improvements to Serve Retail Corners (name, address) TO (Owner) � � ARCHITECT'S PROJECT NO: I Retail Corners, LLC 1612 Summit Ave CONTRACT DATE: � Fort Worth, TX 76102 � � CONTRACTOR: Rose City Partners, LLC Bond No. LSM1358658 5830 Granite Parkway Suite 100-372 Plano, TX 75024 CONTRACT FOR: Water,Sewer, Drainage and Lighting Improvements to Serve Retail Corners In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) RLI Insurance Company ,SURETY COMPANY, P.O. Box 3967 Peoria, IL 61612-3967 On bOnd Of (here insert name and address of Contractor) Rose City Partners, LLC 5830 Granite Parkway Suite 100-372 Plano, TX 75024 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) Retail Corners, LLC 1612 Summit Ave Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety has hereto set its hand this 9th day of June , 2025 . Attest: (Seal): ,,,,��������,,,,, o`��vP�`N�E Cp��,, : �5,••''.....,��. A%. �� � •GpFPORqrF .91% ' -�- _ : .SEAL. _ /''��' � �� C I N ��`' �`����`, , '���„������������� ,OWNER, RLI Insurance Company Surety , V-`/ Signature of Author' ed resentative Kylie Kelsoe Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT •APRIL 1970 EDITION • AIA� ONE PAGE OO 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006 M0024 DTN04 POWER OF ATTORNEY RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: BondNo. LSM1358658 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RLI Insurance Company , a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Kylie Kelsoe in the City of Denton , State of Texas , as it's true and lawful Agent and Attorney-in-Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surery, for the following described bond. Principal: Rose Cit� Partners, LLC Obligee: Retail Corners, LLC Type Bond: Water,Sewer, Drainage and Lighting Im�rovements to Serve Retail Corners Bond Amount: � 528,601.00 The acknowledgement and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The RLI Insurance Companv further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Companv , and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertaldngs in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertaldngs, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Sr. Vice President with its corporate seal affixed this 9th day of June , 2025 +"�������������'�O RLI Insura ce Com Y �JPpNCE Cp : ``•;�� ; • ••.;�,�',� �%y„-i�-`^� ;�:' �oaPORqTF��:9?�' ;� - —•— ' State of Ohio =�; S E A L r = Eric Raudins Sr. Vice President County of Cuyahoga � SS '••,, ,.,. .,.� ; ; ���°%�<C I N O�S.�`� CERTIFICATE On this 9th day of June , 2025 , before me, a Nofa"ry"'�Public, personally appeared Eric Raudins , who being by me duly sworn, aclrnowledged that he signed the above Power of Attorney as the afaresaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. li'l- •i By: Jill A. Scott �� Notary Public ; � � sr JILL A SCOTT a � v �CZ �^ Notary Pu61ic ``-�-...�„-�.- T StateofOhio � =;x' - � o My Comm. Expires r�'..:�: y`�.- `i y- s,.w o September 22, 2025 I, the undersigned officer of RLI Insurance Companv do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Companv this 9th day of .iune , 2025 . RLI Insurance Company By: ���'`7t"""il � �� Jeffrey . Fi Corporate Secretary A0006221_R DT NOEFF