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