HomeMy WebLinkAboutContract 49630-FP2 FORTWORTH®
�-- ,/--' CITY SECRETARY
CONTRACT NO. P�
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
CFA S c441)e-d -5110116 City Project Ns: 101033
Regarding contract 101033 for LIVE OAK PHASE 3B as required by the
TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director
of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
m
Original Contract Price: L $318,476.80
r a�S
Amount of Approved Change Orders: _ Ns
i 1 ` 0Eaa,
Revised Contract Amount:
. � o, cc
1
Total Cost Work Completed: > > c t $318,476.80
►_► o > a
z4
0 >%
d ".' m
a \1 Ia d fl. 44) ,�o., -a
i c m a CL c
-a
and � d °1da c
C (a d U) C C N
IMpp V d
o l` o ,� d C
d W d a 0 `
aaiC. 0
C; U. � � d
pVp`. � ovC7f- v V
Recommefo Acceptance Date
Asst. Dire r W - Development Services
L'L GJ. 0 517/1
Accepted Date
j Director, TRANSPORTATION & PUBLIC WORKS
a
Asst. C t 444XIfl Date
0
Co nts:
OFFICIAL RECORD
CIT1(SECRETARY
X1016 8 b FT.WORTH,TX
Rev.9/22/16
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name LIVE OAK PHASE 3B
Contract Limits
Project Type PAVING&ST LIGHT
City Project Numbers 101033
DOE Number 1033
Estimate Number 1 Payment Number 1 For Period Ending 4/16/2018
WD
City Secretary Contract Number Contract Time 6WD
Contract Date Days Charged to Date 165
Project Manager NA Contract is 100.00 Complete
Contractor GILCO CONTRACTING,INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
Inspectors OWEN / HOUSTON
Monday,April 16,2018 Page I of 4
City Project Numbers 101033 DOE Number 1033
Contract Name LIVE OAK PHASE 3B Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/16/2018
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 6"CONC PVMT 6866 SY $34.75 $238,593.50 6866 $238,593.50
2 4"CONC SIDEWALK 1769 SF $5.50 $9,729.50 1769 $9,729.50
3 6"LIME TREATMENT 7361 SY $2.80 $20,610.80 7361 $20,610.80
4 HYDRATED LIME 118 TN $160.00 $18,880.00 118 $18,880.00
5 BARRIER FREE RAMP 2 EA $2,000.00 $4,000.00 2 $4,000.00
6 BARRIER FREE RAMP 2 EA $2,000.00 $4,000.00 2 $4,000.00
7 BARRIER FREE RAMP 2 EA $2,000.00 $4,000.00 2 $4,000.00
8 24"SLD PVMT MARKING PAINT(W) 42 LF $16.50 $693.00 42 $693.00
9 CONNECT TO EX STREET HEADER 87 LF $10.00 $870.00 87 $870.00
10 REMOVE END OF ROAD BARRICADE 3 EA $500.00 $1,500.00 3 $1,500.00
------------------ --------- ------------
Sub-Total of Previous Unit $302,876.80 $302,876.80
ST LIGHT&PAYMENT BONDS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 STREET SIGN 20 EA $500.00 $10,000.00 20 $10,000.00
2 PAYMENT,PERFORMANCE,MAINTENANCE 1 LS $5,600.00 $5,600.00 1 $5,600.00
BONDS
Sub-Total of Previous Unit $15,600.00 $15,600.00
Monday,April 16,2018 Page 2 of 4
City Project Numbers 101033 DOE Number 1033
Contract Name LIVE OAK PHASE 313 Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/16/2018
Project Funding
Contract Information Summai
Original Contract Amount $318,476.80
ChanIze Orders
Total Contract Price $318,476.80
Date -'7-/U Total Cost of Work Completed $318,476.80
Co ctor Less %Retained $0.00
Net Earned $318,476.80
Date Earned This Period $318,476.80
Inspection Supe isor
Retainage This Period $0.00
/
Date ? I Less Liquidated Damages
Proje anager
`] Days @ /Day $0.00
Date • LessPavement Deficiency $0.00
Asst. Less Penalty $0.00
11-N / i 7
Date � �r Less Previous Payment $0.00
Director/Contracting DWaftment Plus Material on Hand Less 15% $0.00
Balance Due This Payment $318,476.80
Monday,April 16,2018 Page 3 of 4
City Project Numbers 101033 DOE Number 1033
Contract Name LIVE OAK PHASE 3B Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/16/2018
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors OWEN / HOUSTON Contract Date
Contractor GILCO CONTRACTING,INC. Contract Time 60 WD
6331 SOUTHWEST BLVD. Days Charged to Date 165 WD
BENBROOK, TX 76132-1063 Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
------------- ---------------------------
Total Cost of Work Completed $318,476.80
Less %Retained $0.00
Net Earned $318,476.80
Earned This Period $318,476.80
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 /Day $0.00
LessPavement Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $318,476.80
Monday,April 16,2018 Page 4 of 4
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.1
NAME OF PROJECT:Live Oak Phase 3B
PROJECT NO.: 101033 CONTRACTOR: Gilco Contracting,Inc
DOE NO. N/A
PERIOD FROM 10/30/17 TO: 04/12/18 FINAL INSPECTION DATE: 12-Apr-18
WORK ORDER EFFECTIVE 10/30/2017 CONTRACT TIME 60 O WD O CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CHARGED CREDITED
DURING DURING
1. 16.
2. 17.
3. 18.
4. 19.
5. 20.
6. 21.
7. 22.
8. 23.
9. 24.
10. 25.
11. 26.
12. 27.
13. 28.
14. 29.
15. 30.
31.
SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS
THIS 0 0 0 0 0 0
PERIOD
PREVIOUS 0 0 0 0 0 0
PERIOD
TOTALS 0 0 0 0 165 165
TO DATE
*REMARKS
377
CONT TOR DATE INSP TOR DATE
ENGINEERING DEPARTMENT
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
FORTWORTH REV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Gilco Contracting Live Oak Phase 3B
Inspector City Project Number
Garey Houston 101033
Construction Components Project Manager
❑ Water ❑ Waste Water ❑ Storm Drainage [A Pavement Fred Ehia
Initial Contract Amount Project Difficulty
$318,476.80 O Simple O Routine O Complex
Final Contract Amount Date
$318,476.80 9/1/2017
II)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 4 8 8
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 4 20 20
4 Field Supervision 15 Y 4 60 60
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 4 60 60
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 Y 4 1 20 20
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 448
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 448
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/MS] * 100%) 448 / 448 = 100%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Inspector Signature d, Contractor Signature
Inspector's Supervisor Signature
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116 •(817)392-8306
FORTWORTHREV:02/22,07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 4/12/2018
Name of Contractor Project Name
Gilco Contracting Live Oak Phase 3B
DOEInspector Project Manager
Garey Houston Fred Ehia
DDE Number Project Difficulty Type of Contract
101033 O Simple O Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage O Pavement
Initial Contract Amount Final Contract Amount
i$318,476.80 1$318,476.80
ID PERFORMANCE EVALUATION
0-Inadequate . 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 3 Applicability of Specifications
4-Display Of Professionalism 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Change Order Processing Time 3 Communication
2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe LA
IID COMMENTS&SIGNATURES
COMMENTS -
Signature Contractor NIA
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENT,
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
GILCO CONTRACTING, INC.
TRANSMITTAL LETTER
PROJECT: Live Oak,Phase 3B
PROJECT NO.: 1234
DATE: April ll,2018
TO: City of Fort Worth
8851 Camp Bowie W. Blvd.
Fort Worth,Texas 76116
We transmit:
(X)Herewith ( )Under Separate cover via
For Your:
( )Approval ( )Distribution to parties
( )Review&Comment ( )Record
(X)Use ( )Execution
The following:
(X)Other ( ) Shop Drawing Prints
( )Specifications ( )Shop Drawing Reproducible
( )Bonds ( )Contract Documents
Copies Date Rev.No. Description
1 Final Paperwork&Consent of Surety
REMARKS:
COPIES TO: (with enclosures)
( ) BY: Rob Taylor
6331 Southwest Blvd. /Benbrook, Texas 76132
817/735-1600 ext. 316 Fax 817/735-1613
rob@gilcocontracting.com
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Rob Taylor, Project
Coordinator of Gilco Contracting, Inc., known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, films, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
Paving Improvements to serve: Live Oak Phase 3B
BY: Rob Taylor
Subscribed and sworn before me on this 11th of April , 2018.
MARY PANNELL
_;='`"•p,,�"u.et�;Notary Public.5ihtO 01 Texas
�omf,t,txpiras 10-19-2018
Notaryilblic
IiJ,5144239
_n ---- Tarrant County, TX
.0
n
April 11, 2018
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth, TX 76102
RE: Final Waiver of Lien; Paving Improvements to serve Live Oak, Phase 313
City Project#101033
File No. W-2505
File No. X-24441
The purpose of this letter is to acknowledge that we have been paid in full by 351
Development, LLC for the public improvements constructed to serve Live Oak,Phase 313
in Fort Worth,Texas. As a result,we hereby waive,release and relinquish all rights to
assert any claim or demand for lien in connection with this project.
Please feel free to contact me with any questions you may have.
Sincerely,
P
Rob Ta lore
Y
Project Coordinator
6331 Southwest Blvd.
Benbrook, Texas 76132
Office: 817.735.1600
Fax: 817.735.1613
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects, AIA Document G707
Bond No 022058112
PROJECT:
(name, address)Live Oak Phase 38- Paving Improvements
Crowley TX
TO (Owner)
351 DEVELOPMENT, LLC AND CITY OF FORT ARCHITECT'S PROJECT NO:
WORTH CONTRACT FOR:
200 Texas Street Live Oak Phase 3B-Paving Improvements
Fort Worth TX 76102 CONTRACT DATE:
CONTRACTOR:GILCO CONTRACTING, INC.
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)
LIBERTY MUTUAL INSURANCE COMPANY
175 Berkeley Street
Boston MA 02116 , SURETY COMPANY
on bond of (here insert name and address of Contractor)
GILCO CONTRACTING, INC.
6331 Southwest Boulevard
Benbrook TX 76132 , 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)
351 DEVELOPMENT, LLC AND CITY OF FORT WORTH
200 Texas Street
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond,
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 11th day of April, 2018
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
Attest:V. DeLene Marshall of
(Seal): Sigirtattke of Authorized Representative
Sophinie Hunter 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
ONE PAGE
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No.7988832
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,
Robbi Morales;Don E.Cornell;Sophinie Hunter;V.DeLene Marshall;Tina McEwan;Ricardo J.Reyna;Kelly A.Westbrook
all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,In pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 24th day of January 2018NS
The Ohio Casualty Insurance Company N
m Liberty Mutual Insurance Company W
o ut9 0 1912 ' 1991 a WestAmerican Insurance Company
ccw. a
t%I �'-Y t:-h4ta�x��a 64Ss,cEnn%�P`� 7�
* rt * By:
_ STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary
COUNTY OF MONTGOMERY _
dOn this 24th day of January 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L)(`—
v d Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes AW
p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O
'4_)
ld L E
G) > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the dayandaandd year
first above written. 0 CL M
SP PAST COMMONWEALTH OF PENNSYLVANIA y ��� d'
4Q
4( i Notarial Seal –
Teresa Pasteila,Notary Public By:
Gd o> i upper Merionrwp.,Montgomery County Teresa Pastella,Notary Public (D C
My Commission Expires March 28,2.021 3r, tSf
vi O
. O yOrA 4V0�� .Member,Pennsylvania Association of Notaries IL
O 4)
C c�"'0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual to p
Qj- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows:
m
LARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c
0 a; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >d
O acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective -p
E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so d
O M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > a
4 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t
N N
= ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, 00
L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M
0seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their O o
respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so V r
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- ~
fact as may be necessary to act on behalf of the Company to make;execute,seal,acknowledge and deliver as surety any and all undertakings bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct_copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 11,6
day of r 20 .
tity it sup viNsuq uNSUR' _
yJP vc 2v�9'L 211 44 o�o".i�o�r�
`Z r a
0 1919 1991 By,
a , Renee C.Llew ssistant Secretary
��-1ftyy�srae5�'¢�'Aa 9����''�S�cmis�th t:'v � Nnta.ia t
129 of 400
LMS 12873 022017
Liberty
Mutual
SURETY
TEXAS TEXAS
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Para obtener informacion o para someter una
queja:
You may call toll-free for information or to Usted puede hamar al numero de telefono gratis
make a complaint at para information o para someter una queja al
1-877-751-2640 1-877-751-2640
You may also write to: Usted tambien puede escribir a:
2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste, 400
King of Prussia, PA 1.9406-2755 King of Prussia, PA 19406-2755
You may contact the Texas Department of Puede comunicarse con el Departamento de
Insurance to obtain information on companies, Seguros de Texas para obtener informacion
coverages, rights or complaints at acerca de companias, coberturas, derechos o
1-800-252-3439 quejas al
1-800-252-3439
You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros
Consumer Protection (111-1A) de Texas Consumer Protection (111-1A)
P. O. Box 149091 P. O. Box 149091
Austin, TX 78714-9091 Austin, TX 78714-9091
FAX: (512) 490-1007 FAX # (512) 490-1007
Web: http•//www.tdi.texas.gov Web: http,Hwww tdi texas.gov
E-mail: Cons umerProtectionna tdi.texas.gov E-mail: ConsumerProtectionna on@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS:
Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a
premium or about a claim you should first un reclamo, debe comunicarse con el agente o
contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede
If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI)
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA:
POLICY:
This notice is for information only and does not Este aviso es solo para proposito de informacion
become a part or condition of the attached y no se convierte en parte o condicion del
document. documento adjunto.
NP 70 68 09 01
LMS-15292 10115