HomeMy WebLinkAboutContract 52822-FP1 FORT o
WORTH A CSC No.52822-FPI
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
City Project Ns: 102106
Regarding contract 52822 for 2020 CONCRETE RESTORATION CONTRACT 2 as required by the
TRANSPORTATION.AND PUBLIC WORKS DEPARTMENT as approved by City Council on 09/10/2019
through M&C C19-0145 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon
the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the
project as complete.
Original Contract Prices: $738,771.50
Amount of Approved Change Orders: $181,810.00 Ns I
Revised Contract Amount: $920,581.50
Total Cost Work Completed: $915,329.74
Less Deductions:
Liquidated Damages: Days @$650.00/Day
Pavement Deficiencies:
Total Deduction Amount: $0.00
Total Cost Work Completed: $915,329.74
Less Previous Payments: $869,563.25
Final Payment Due $45,766A9
Lauren Prieur(Nov12,202016:29csT) Nov 12,2020
Recommended for Acceptance Date
Asst. Director, TPW - Capital Delivery
Nov 12,2020
Accepted Date
Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Client Department
Dana Qut hdaff Nov 12,2020
Dana Burghdoff ov 12,202016:48 CST)
Asst. City Manager bate
Comments:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH.
TRANSPORTATION A. D PUBLIC WORKS
STATEMENT OF CONTRACT TIME
STATEMENT#
FINAL STATEMENT# 11-FINAL
NANIE OF PROJECT: CPN# 102106
2020 Concrete Restoration Contract 2 Contractor Omega
YEAR: 2020
PROTECT NO.: FINAL INSPECTION DATL 8/19/2020
NIA
CD
CONTRACT TIME 215 X
PERIOD FROM: 7 01112 0 2 0 TO: 14/31/2020 BEG - Month M
n
Beg of Month End of Month
WORK ORDER EFFECTIVE: 11/4/2019 BEG J hrtlU 100.0%
LlPYR y1n
DAYS REASON FOR
DAY OF MONTII DAY OF MONTH REASON FOR
C14ARGED DAYS CREDITED CHARGED DAYS CREDITED
1 Thu 1 16 0
2 Fri 1 17 0
3 Sat 1 18 0
4 Sun 1 19 0
5 Man 1 20 0
6 Tue 1 21 0
7 Wed 1 22 0
8 Thu 1 23 0
9 Fri 1 24 0
10 Sat 1 25 0
11 Sun 1 26 0
12 Mon 1 27 1 0
13 Tue 1 28 0
14 Wed 1 29 0
15 Thu 0 f 30 0
31 0
NA Wkn&Hol Wea UtI Oth a=add
Not Applicable SAT,SW d 'WEATHER UTILITIES OTHERS DAYS TOTAL DAYS
HOLIDAYS RELOCATE CHARGED
THIS PERIOD 0 0 0 0 14 14
PREVIOUS PERIOD 0 201 201
TOTAL TO DATE 0 0 0 0 215 215
r
EMARKS:n St-Complete. Mark IV Parkway-Complete Meacham BLVD--Complete Sunset Trace Dr.-Complete.
Dr,-Complete
an 11-04-19 Project Stop Time Starting 5120/20 through 8f3012020. Project remained inactive at 100 CD, until additonal fundswere
e . Time Reconciliation by Change Order No. 1. Finaf lnspectian held 8119120, Punch List Completed 10114120.
Time used 100°/a
Signature:
Signature:
(Print Name) y� G/a INSPEC'
(Jarad Soude
COx7'RACT"OR nil C. DATE p� INSPECTOR
DATE
o`
ar
m
U
O
N
U
v?r• a v�i, r: � k y �
W
L4
r In of fy FH fq Wf YJ H4 v3 'A 6h �'i-"
�I „ n L 4 W •- w c�
•� R c � � E � w Q m � V � � U m
a ttl F � �•? �,W�y
a22
t3
OJ Y u SD ❑ F a, 0. c E
' m e .Ui 4
r0.n p �
N a cr o a E v y-
a fl
cz U � voo � aa,- U � V
QL
'r,`LJ
C. N
00
kn
� q el
E '�7
dp$ �
ru U � F., a n "•6 ii v$ � o�v
"'ON8
C _ �
Ih
8
s^ $ ate ill'
3
c
a
® $ $ "M `w$
�s a $ gsg$assa$a$a$$e�a a aaa 8$s a s a ��
z�
gr- �n9 »�FeS^_araRs�aa an ---
a
c � 2 rfi
4 P11 $
g g
N �n �py8 �p$ry+ �5.-o88oBm�Arnn_a
A 8 �K N a�y
W tl
�I {1
!
f �
§ � !
< f )
;!
!!` `
:
! §
|
}
�)
«
)}
\l ]/
}�
~ §\
- !!
_|
)�
|
!}
!
} )
! !
) § /
! |
�
£ )
d §
m ® )
9 ! ,
)
ƒ
]
� ) e
� J §
{
/!
!�
�a5;s V
;!
■_
l, m , ■e \\
-
*! Al
\ |}
} \® || !! ]}
f ) !!
� E
$
2 .«
\ `
■ \
� !
} �
-
k § });]
2
_ ! !
! \
!
\
/
; }
\\
!�
!-
k §{
E �
/ !
7
/ `
0 }
Af B ® .
Al
4 ! / �§ .[
;
!
\
- !!
!2
` 1 )\
)
LL f
> J
§ ; ;
2 ! ! |
` Z&
\ \
4 / . . .
FORTWORTH. City of Fort Worth
Change Order Request
Project Namol 2020 Concrete Restoration Contract 2 City Sec# 1 52822
Client Project#(s) 102106
Project Description Concrete restoration at various locat€ons
Contractorl Omega Contracting,Inc. Change Order# late 6119I2Q20
City Project Mgr. Traiqul Islam J
City Inspector ard Souders a
Dept. TPW Contract Time
Totals (WD)
Original Contract Amount $738,771.50 $738,771.50 170
Extras to Date
Credits to Date
Pending Change Orders(in M&C Process)
Contract Cast to Date $738,771.50 $738,771.50 170
Amount of Proposed Change Order $181,810.00 $181,810.00 45
Revised Contract Amount $920,581.50 $920,581.50 215
Original Funds Available for Change Orders $0.00
Remaining Funds Available for this CO $0.00
Additional Funding(if necessary) $181,810.00 $181,810.00
CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 24.61%
MAXALLOWA BLE CONTRA CTAMOUNT(ORIGINAL CONTRACT COS T+25%) $923,464.38
JUSTIFICATION(REASONS)FOR CHANGE ORDER
This change order is adds 2,000 square yards of concrete pane!replacement to the contract.During construction,it was identified that Wheaton
Drive and Hardeman Street required more panel replacement due to extensive grading issues.Meacham Boulevard,Mark W Parkway and
Sunset Trace Trail had more unforeseen failures than anticipated which resulted in additional panel replacement.Hardeman Street has asphalt
base failures which require 181 cubic yards additional unclassified excavation.This contract also needs to add 1,400 square feet of driveway
replacement and 175 cubic yards of flexbase for Wheaton Drive and Sunset Trace.Due to the raised street grade at Wheaton Drive and Sunset
Trace,40 cubic yards of topsoil and 300 square yards of block sod were used to eliminate parkway drainage issues.To complete this addtional
work,45 calendar days are proposed to be added to the contract.
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment
in full(both time and money)for all costs arising out nf,or incidental to,the above Change Order. The Project/Program Manager signing below
acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and
reporting requirements.
Contraotor's Company Name Contractoe(Name}, _ a]Signature gate.
Omega Contracting,Inc. n� rQ a
Inspecto Inspection Sup or ate Project Manager/Program Manager Date
Assistant Direc ept) Da a Director,Contracting Department(Dept) Date
Assistant City Attorney Date Assistant City Manager Date
Council Action(if required)
M&C Number M&C Date Approved L =
® co
\ _ cv
_
&
$
Ll \ Lo 8E \ \ cp
o
% co % % G ~ d
/ Q
� m
e co
\ r \ Cl) \
CD_ k
\ \ @ f 8
CSG $ G &
% o _ n
k � ~
6
& / -
k ƒ
o c )
f
� o _ 2
0
% / %- /
� 2 f
O
_ &
c fu
U2 /
U � /
k \
> \
E
CD
d u
cu
$
j \ U3 /
3
/ cc CIL.
C k 9 : yea —
/ \ / / 2 / > / {
7 co Q
k / 0 2 % ER
/ ± ƒ 2 — a ° 0 s
§ / [ k \ / «
r 7 m e u & o
� R
z
o
o _o
r
O6 c0
69
C
O
'la
'd
Q
d �
O
-L1
<i-
N
Ql
!d
a
c
O
Q
v
O
bin
ro
u
Fa�tt City of Fort Worth
Change Order Deletions
Project Name 2020 Concrete Restoration Contract 2 city Sec# 52622
Client Project# 102106
Project oescription Concrete restoration at various locations
Contractor t rnegaContracting,Inc, Change Order# 0 Date 6MSt2020
City Project Mgr. Traiqul Islam Cily inspector Barad Souders
DELETIONS
Unit- Unit Costo a
TPNf
—Tubolal De aiions 00
Change Order Deletions Page 1 of 1
MMBE Breakdown for this Change Order
N/A
Total
MmmPrevious Change Orders
.._..
None
Total
Contract Compliance Manager:
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract,including
ensuring all performance and reporting requirements.
Tariqul Islam / T pd IgAov
Name of Employee/Signature
Pro'ect Mana er
Title
❑ This form is N/A as No City Funds are associated with this Contract
Printed Name Signature
ATTEST:
Mary J.Kayser, City Secretary
M&C Review
Page 1 of 2
Official site of the City of Fort Worth,Texas
CITY COUNCIL AGENDA FORTWORTI_I
`_
DATE: 6/16/2020 RE ERENCE 0427&C 20- 202020 CONCRETE
LOG NAME. RESTORATION CONTRACT 2
CHANGE ORDER 1
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of Change Order No. 1 in the Amount of$181,810.00 to the Contract
with Omega Contracting Inc. for 2020 Concrete Restoration Contract 2 for a Revised
Contract Amount of$920,581.50 and the Addition of 45 Calendar Days to the Project
Schedule. Update the FY2020-2024 Capital Improvement Plan and Adopt Appropriation
Ordinance (COUNCIL DISTRICTS 2, 4, 5, 6 and 9)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the execution of Change Order No. 1, in the amount of$181,810.00, and the
addition of 45 calendar days to the project schedule to City Secretary Contract No. 52822
with Omega Contracting Inc., thereby increasing the contract amount to $920,581.50 (City
Project No. 102106); and
2. Adopt the attached Appropriation Ordinance to adjust appropriations in the General Capital
Projects Fund by decreasing receipts and appropriations in the Contract Street Maintenance
Programmable project (City Project No. P00020) in the amount of$181,810.00 and
increasing receipts and appropriations in the 2020 Concrete Restoration Contract 2 project
by the same amount.
DISCUSSION:
On September 10, 2019, by Mayor&Council Communication (M&C) 19-0145, the City Council
authorized the execution of a contract with Omega Contracting, Inc., in the amount of
$738,771.50, for the 2020 Concrete Restoration Contract 2 project along Hardeman Trail
(Miller Avenue to Burke Road), Mark IV Parkway(E loop 820 to Cantrell Sansom Road), Martin
Street (Shackleford Street to Trentman Street), Meacham Boulevard (Pylon Street to Blue
Mound Road), Sunset Trace Drive (Latrobe Trace way to Trace ridge Parkway)and Wheaton
Drive (Wedgmont Circle North to Walton Avenue).
This Change Order No.1 will provide an additional 2,000 square yards of concrete pavement
replacement to the contract and remove Martin Street from the contract. During construction, it
was determined that more concrete panel replacement, driveway replacement, unclassified
excavation, flexible base, and top soil placement are required due to severe grading issues on
Wheaton Drive and Hardeman Street, and more unseen failures on Wheaton Drive, Hardeman
Street, Mark IV Parkway, Sunset Trace Drive and Meacham Boulevard. As a result, 2,000
square yards of additional concrete panels are needed for replacement to address these
issues. It is also recommended to remove Martin Street from the contract due to limited project
funding. Additionally, to complete this work staff recommends that the contract time be
extended by 45 calendar days.
The General Capital funding was included in the 2020-2024 Capital Improvement Plan for the
Contract Street Maintenance Programmable project P00020 and the Concrete Restoration
Contract 2 static project 102106. In order to administratively track the spending of all funding
sources in one project, appropriation ordinances are needed to move appropriations from the
programmable project to the jointly funded static project. This action will update the 2020-2024
Capital Improvement Plan,
htf-n-//onnc rfsamPt nrn/rrnfnril narlrpt/mr review acn7TT1-77QgS,Q,r*n�mrilr�atP=Fti/Ifi/7n3n �l�a/�mn
M&C Review
Page 2 of 2
Appropriations for Concrete Restoration Contract 2 project are depicted below:
Fund Existing Additional
Appropriations Appropriations Project Total
Concrete $925,DQ0.00 $ 0.00 $Restoration 2020-2 925,000.00
General Capital $
Projects Fund 30100 $ D-00 $181,810.00 181,810.00
Project Total $925,000.00 1 $181,812.00 $1,106,810.0011
This Change Order will have no impact on the Transportation and Public Works annual
operating budget.
M/WBE OFFICE-Omega Contracting, Inc. agrees to maintain its initial MBE commitment of 181%
that it made on the original contract and extend and maintain that same MBE commitment of 181% to
this first change order. Therefore Omega Contracting, Inc. remains in compliance with the City's 8DE
Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE
Commitment form executed by an authorized representative of its company.
The Project is located in COUNCIL DISTRICTS 2, 4, 5, 6 and 9.
FISCAL INFORMATIONICERTIFICATION:
The Director of Finance certifies that funds are currently available in the General Capital Projects Fund
Contract Street Maintenance programmable project, as appropriated, and that upon approval of the
above recommendations and adoption of the attached Appropriation Ordinance, funds will be available
in the General Capital Projects Fund Concrete Restoration 2020-2 project to support the approval of
the above recommendations and execution of the contract extension. Prior to an expenditure being
incurred, the Transportation & Public Works Department has the responsibility of verifying the
availability of funds.
TO
- --
Fund Department Account ! -Project---, Program Activity Budget Reference- - # Amount
ID
Year _ (Chartfield 21
-- _ ID
FROM
Fund Department Account : Project Program Activity Budget Reference# Amount
ID- - - ID - __Year Chartfield 2
Submitted for City Manager's Office by; Dana Burghdoff(8018)
Originating Department Head: William Johnson (7801)
Additional Information Contact- Jeffrey Perrigo (8117)
ATTACHMENTS
202020 CONCRETE RESTORATION CONTRACT 2 CHANGE ORDER 1 30100 A020.docx
MAP CHANGE ORDER 1. df
hifn-//anne rfum"t nr�/�nnnril nor kPt/mr rPcriPtixT acn7TT1=�7�]ASRrrnnnrrilriata F/1 FI?(�7{� F,/7d/�(l�(]
CONTRACTOR'S Owner City of Fort Worth
AFFIDAVIT OF Contractor Omega Contracting, Inc.
PAYMENT OF Surety Travelers Casualty
RELEASE OF LIENS
TO: (Owner) City of Fort Worth, TX-TPW Contract No: CP No. 102106
200 Texas Street Contract For: City of Fort Worth
Fort Worth, Texas 76102 Contract Date: September 2019
PROJECT: 2020 Concrete Restoration Contract 2 at Various Locations City Project No. 102106
State of Texas
County of Tarrant
The undersigned, pursuant to the General Conditions of the Contract for Construction, hereby certifies that to the
best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Liens attached
hereto include the Contractor, all Subcontractors, all suppliers or materials and equipment, and all,performers of
Work, labor or services who have or may have liens against any property of the Owner arising in any manner out
of the performance of the Contract referenced above.
EXECEPTIONS: (If none, write"NONE". If required by the Owner,the Contractor shall furnish bond
satisfactory to the Owner for each exception.)
**Final Payments have not been made Contractor: Omega Contracting,Inc.
to Subcontractors or Vendors as
Omega Contracting, Inc., has not Signature:
received its "Final Payment"** Daniel Garcia
Title: Operations Manager
Address: 2518 Chalk Hill Road
Dallas Texas 75212
Subscribed and sworn to me on this -1 day of �` - , 20
Notary Public: `
p �Q� w�`;ati�r'�8, M My Commission Ex ices: ELISSA MARTINEZ
;z: Notary Public,State of Texas
SOM.�
'Arli Comm. Expires 09-08-2023
�r 14OF 11,, Notary !D 124345627
Bond Number 106679960
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
PROJEM 2020 Concrete Restoration Contract 2 at Various Locations City Project Number
(name, uddmnw) 102106
TO(0%vner)
City of Fort Worth,Texas
00{} Throekmorton Drive
CONTRACT FOR: Construction
Fort Worth,TX 76108
CONTRACTOR: CO TRACT DATE:
Omega Contracting,Inc
9/10/2019
2518 Chalk Hill Road
D
In accordance with the provisions ofthe Contract between the Owner and the Contractor as
indicated above,the (here indcrt name and istdrea of Sumty Co.)
Travelers Casualty and Surety Company:of America
One Tower Square
Hartford, CT 06183 ,SURETY COMPANY,
on bond of(here insert namv and uddre w of Wntni tor)
Omega Contracting, Inc
2518 Chalk 1-ED Road
Dallas, TX 75212 .CONTRACTOR
hereby approves of the final payment to the Contractor and agrees that Coal payment to the
Contractor shall not relieve the Surety Company of any of its obligations to(here invert name and
address of Ckvnerl
City of Fort Worth,Texas
1000 Throckmorton Drive
Fort Worth,TX 76108 ia%VNRR_
as not forth In tho said Surety Company's Bones,
IN WITNESS WHEREOF, Travelers Casualty-and Surer,Company of America
tlro Surety Cornvanv ham h*rounto sot its hard this. 30th .._dav o#' October 2020.,
Tr elers Cas d Sure , Cam any of
- I)- any
i lure of Authorizod Ikpreseatati v
Betty eeh
Attorns -in-Fact
Travelers Casualty and Surety Company of America
' Travelers Casualty and Surety Company
TRAVELERSl St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make,constitute and appoint Betty J.Reeh,of San Antonio,Texas,their true and lawful
Attorney-in-Fact to sign, execute,seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in
the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrumentto be signed,and theircorporate seals to be hereto affixed,this 3rd day of February,
2017.
lYRRW$�;, �:r.ayes - -k
Daft
� C HAfTiFOF�, t rWQFA
d VMW. GSIX
State of Connecticut
By:
City of Hartford ss. Robert L.Raney Sehfor Vice President
On this the 3rd day of February,2017,before me personally appeared Robert L. Raney,who acknowfedged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Pau! Fire and Marine Insurance Company, and
that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2021
Marie C.Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect,reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President,the Treasurer. any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her;and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary of Assistant Secretary;or(b) duly executed (under seal, if required)by
one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority;and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President, any Vice
President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company,and St. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies,which remains in full force and effect.
Dated this Jd � day of
�3P7t,y o'tiiY akn 0(4)JN
JMOM c HARTFORDcum , t
jQ
Kevin E.Hughes,Assistant Secretary
To verify the authenticity of Phis power ofAttorney please call us at Z-SQp 42i-3880.
Please refer to the above named Attorney-in-Fact and the details of the,bond to which the power is attached.
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Travelers Casualty and Surety Company of America and its affiliates' toll-
free telephone number for information or to make a complaint at:
1-800-328-2189
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1 -800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail:ConsumerProtection _tdi.state tx us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should
contact your Agent or Travelers first. If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory
requirements.
(PN-042-B)Ed.10.18.07