Loading...
HomeMy WebLinkAboutContract 61645-FP4-FP4 FORT WORTH, City Secretary, Contract No. Date Received 7/31/2025 AT 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: Branding Iron Townhomes City Project No.: 104198 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $844,562.30 Amount of Approved Change Order(s):-$326.00 Revised Contract Amount: $844,236.30 Total Cost of Work Complete: $844,236.30 Gbet-t 61-a4 7es 07/28/2025 A11-1 Gi"'c—'],,I)" 202, 11c 30 CDTI Contractor Date Vice President Title Burnsco Construction, Inc Company Name 07/28/2025 Mk el lns(Ju128, 202511:52:54 CDT) Project Inspector Date 07/30/2025 Project Manager Date 07/31/2025 CFA Manager Date X.Fll 07/31/2025 Lauren Pi ieur (Jul 31, 2025 13:36:49 CDT) TPW Director Date 07/31/2025 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Branding Iron Townhomes City Project No.: 104198 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety r Statement of Contract Time Contract Time: 115 Days Charged: 134 Work Start Date: 11/4/2024 Work Complete Date: 7/18/2025 Completed number of Soil Lab Test: 408 Completed number of Water Test: 7 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BRANDING IRON TOWNHOMES Contract Limits Project Type WATER & SEWER City Project Numbers 104198 DOE Number 4198 Estimate Number 1 Payment Number 1 For Period Ending 7/18/2025 WD City Secretary Contract Number Contract Time I IVYD Contract Date Days Charged to Date 134 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION, INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors M.GLOVER / M.PERKINS Monday, July 28, 2025 Page 1 of 5 City Project Numbers 104198 DOE Number 4198 Contract Name BRANDING IRON TOWNHOMES Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 7/18/2025 Project Funding UNIT I: WATER EVIROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC PVMT 102 SY $15.00 $1,530.00 102 $1,530.00 2 REMOVE 4" WATER LINE 64 LF $16.00 $1,024.00 64 $1,024.00 3 REMOVE 8" WATER LINE 64 LF $16.00 $1,024.00 64 $1,024.00 4 4"-12" WATER ABANDAMENT PLUG 4 EA $150.00 $600.00 4 $600.00 5 REMOVE 6" WATER VALVE 2 EA $700.00 $1,400.00 2 $1,400.00 6 REMOVE 8" WATER VALVE 2 EA $800.00 $1,600.00 2 $1,600.00 7 REMOVE CONCRETE WATER VAULT 1 EA $2,500.00 $2,500.00 1 $2,500.00 8 CONC PVMT REPAIR, RESIDENTAIL 102 SY $210.00 $21,420.00 102 $21,420.00 9 8" WATER LOWERING 4 EA $500.00 $2,000.00 4 $2,000.00 10 TRENCH WAFETY 2643 LF $0.10 $264.30 2643 $264.30 11 DUCTILE IRON WATER FITTINGS W/ RETRAINT 0.85 $10,200.00 $8,670.00 0.85 $8,670.00 12 8" PVC WATER PIPE 2643 LF $58.00 W3,294.00 2643 $153,294.00 13 FIRE HYDRANT 2 EA $8,000.00 $16,000.00 2 $16,000.00 14 CONNECTION TO EXISTING 4"-12" WATER 2 EA $4,800.00 $9,600.00 2 $9,600.00 MAIN 15 1" WATER SERVICE (CO#1) 126 EA 16 8" GATE VALVE 11 EA 17 RE -LOCATE EXISTING FIRE HYDRANT 1 EA 18 AUTO FLUSH VALVE 1 EA Sub -Total of Previous Unit ------------------- UNIT II: SANITARY SEWER $1,410.00 W7,660.00 126 $177,660.00 $2,500.00 $27,500.00 11 $27,500.00 $3,000.00 $3,000.00 1 $3,000.00 $7,800.00 $7,800.00 1 $7,800.00 $436,886.30 $436,886.30 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST -CCTV INSPECTION (CO#1) 2366 LF $3.00 $7,098.00 2366 $7,098.00 2 TRENCH SAFETY (CO#1) 2366 LF $1.00 $2,366.00 2366 $2,366.00 3 CONCRETE ENCASEMENT FOR UTILITY PIP 9 CY $330.00 $2,970.00 9 $2,970.00 4 10" SEWER CARRIER PIPE 20 LF $50.00 $1,000.00 20 $1,000.00 5 MANHOLE VACUUM TESTING (CO#1) 8 EA $150.00 $1,200.00 8 $1,200.00 6 4" SEWER SERVICE 121 EA $1,590.00 $192,390.00 121 $192,390.00 7 8" SEWER PIPE (CO#1) 2246 LF $55.00 £123,530.00 2246 $123,530.00 Monday, July 28, 2025 Page 2 of 5 City Project Numbers 104198 DOE Number 4198 Contract Name BRANDING IRON TOWNHOMES Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 7/18/2025 Project Funding 8 8" SEWER PIPE, CSS BACKFILL 60 LF $86.00 $5,160.00 60 $5,160.00 9 8" SEWER PIPE, CLSM BACKFILL 60 LF $109.00 $6,540.00 60 $6,540.00 10 EPDXY MANHOLE LINER (CO#1) 55.4 VF $440.00 $24,376.00 55.4 $24,376.00 11 4' MANHOLE (CO#1) 6 EA $4,670.00 $28,020.00 6 $28,020.00 12 4' DROP MANHOLE 2 EA $4,810.00 $9,620.00 2 $9,620.00 13 4' EXTRA DEPTH MANHOLE 14 VF $220.00 $3,080.00 14 $3,080.00 Sub -Total of Previous Unit $407,350.00 $407,350.00 Monday, July 28, 2025 Page 3 of 5 City Project Numbers 104198 Contract Name BRANDING IRON TOWNHOMES Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Total Contract Price DOE Number 4198 Estimate Number I Payment Number 1 For Period Ending 7/18/2025 $844,562.30 $7,050.00 ($7,376.00) $844,236.30 Total Cost of Work Completed $844,236.30 Less % Retained $0.00 Net Earned $844,236.30 Earned This Period $844,236.30 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $844,236.30 Monday, July 28, 2025 Page 4 of 5 City Project Numbers 104198 DOE Number 4198 Contract Name BRANDING IRON TOWNHOMES Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER For Period Ending 7/18/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors M.GLOVER / MTERKINS Contract Date Contractor BURNSCO CONSTRUCTION, INC. Contract Time 115 WD 6331 SOUTHWEST BLVD Days Charged to Date 134 WD FORT WORTH, TX 76132 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 $844,236.30 Less % Retained $0.00 Net Earned $844,236.30 Earned This Period $844,236.30 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 $844,236.30 Monday, July 28, 2025 Page 5 of 5 IPROJECT NAME: CO NTRACT: ICFA# ICITY PROJECT # ICITY SECRETARY CONTRACT # IFID# IX # IFILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Branding Iron Water, Sewer, and Drainage 23-0102 104198 61645 30114-0200431-104198-EO7685 X-27408 K-3003 Jesse Cervantes Sandip Adhikari CITY PARTICIPATION:1 NO Phone No: (469)490-7674 Phone No: (817)392-8424 I WATER SEWER Developer Cost City Cost Developer Cost City Cost IORIGINAL CONTRACT $429,836.30 $0.00 I $414,726.00 $0.00 (EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 (CREDITS TO DATE $0.00 $0.00 I $0.00 $0.00 CONTRACT TO DATE $429,836.30 $0.00 I $414,726.00 $0.00 (AMOUNT OF PROP. CHANGE ORDER I $7,050.00 I $0.00 ($7,376.00) $0.00 (REVISED CONTRACT AMOUNT I $436,886.30 I $0.00 I $407,350.00 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $436,886.30 $407,350.00 REVISED COST SHARE Dev. Cost: $1,000,909.80 TOTAL REVISED CONTRACT CHANGE ORDER No: 1 CONTRACT UNIT DRAINAGE PAVING STREET Developer Developer Developer Cost City Cost Cost City Cost Cost $156,673.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $156,673.50 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $156,673.50 $0.00 $0.00 $0.00 $0.00 $156,673.50 I $0.00 City Cost: $0.00 $1,000,909.80 LIGHTS $0.00 REVIEWED By Sandip Adhikari at 5:39 pm, Jul 10, 2025 i City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT DAYS 50 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # �3312.2003 QUANTITY 15 5.00 CITY BID ITEM PAY ITEM # # QUANTITY I 3301.0020 (188) 1 2 3305.0109 (188) 5 3301.0101 (1) 7 3331.4115 (188) 10 3339.0001 19.4 11 3339.1001 (1) 1 I Asterisk (*) indicates New Pay Item UNIT 1: WATER IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTION Price EA 1" Water Service TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT ITEM DESCRIPTION LF Post -CCTV Inspection LF Trench Safety EA Manhole Vaccum Testing LF B" Sewer Pipe VF Epoxy Manhole Liner EA 4' Manhole TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTS Developer UNIT PRICE Cost $1410.00 $7,050.00 $7,050.00 Developer UNIT PRICE Cost $3.00 ($564.00) $1.00 ($188.00) $150.00 ($150.00) $55.00 ($10,340.00) $440.00 $8,536.00 $4670.001 ($4,670.00) 1 $0.00 ($7,376.00) REVIEWED By Sandip Adhikari at 5:39 pm, Jul 10, 2025 City Cost TOTAL I $0.00 $7,050.00 $0.00 $7,050.00 City Cost TOTAL ($564.00) ($188.00) ($150.00) ($10,340.00) $8,536.00 ($4,670.00) $0.00 0 1 ($7,376.00) 1 Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Add irrigation services, update sewer services based on developer input, remove SS-D, added interior corrosion protection where required. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMME QED: mma Inc. }I By: :� Name: Andrea Tavlor. PE Title: Principal By: Name: Title: By. Name: Title: M&C Number: M&C Date Approved: Revised: 12-17-2018 APPROVAL RECOMMENDED: CFW- Water Department RECOMMENDED: CFW - 'Contract Compliance Manager APPROVED: D.R. Horton - DFW West Dtwci&7 By: Name: Justin Bosworth Title: Assilanl Secrelary APPROVED: CFW - Assistant City Manager By: Name: Title: APPROOV�VEQI�gn BY /AumConstru i .Inc. ' Name: J/hn Burns Title: President APPROVED AS TO FORM AND LEGALITY: CFW- Assistant City Attorney By. Name: Title: ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannelle S. Goodall City Secretary QThere are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract REVIEWED By Sandip Adhikari at 5:39 pm, Jul 10, 2025 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Branding Iron Townhomes CITY PROJECT NUMBER: 104198 WATER PIPE LAID SIZE TYPE OF PIPE C900 8" PVC LF 2643' FIRE HYDRANTS: 3 VALVES (16" OR LARGER) 0 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 121 EA I SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 2434' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 4" PVC 121 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 FORT WORTH, TRANSPORTATION AND PUBLIC WORKS July 18, 2025 Burnsco Construction, Inc 6331 Southwest Blvd Benbrook TX, 76132 RE: Acceptance Letter Project Name: Branding Iron Townhomes Project Type: Water & Sanitary Sewer City Project No.: 104198 To Whom It May Concern: On July 15, 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 July 18, 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 July 18, 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- 392-7830. Sincerely, _e Sandip Adhikari, Project Manager Cc: Michael Perkins, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager MMA Engineering, Consultant Burnsco Construction, Contractor D R Horton , Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 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 Ab Grantges, Contract Mgr, Of Burnsco Construction, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, 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; Branding Iron Townhomes - Water, Sanitary Sewer and Storm Drain BY j b Grantges, tract Manager Subscribed and sworn before me on this date 28th of July, 2025. Notary Public Tarrant County, Texas KASSANDRA CANALES Nolary Public, State of Texas a}T, Come. Expires 01-23 2027 %'kort4 ` Notary ID 134158873 �IIIIS}j1` CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 022238771 PROJECT: (name, address) Branding Iron - Water, Sanitary Sewer, and Drainage Improvements TO (Owner) Fort Worth TX ID.R. HORTON-DFW WEST DIVISION AND CITY OF ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 6751 North Freeway Branding Iron - Water, Sanitary Sewer, and Drainage Improvements Fort Worth TX 76131 CONTRACT DATE: CONTRACTOR: BURNSCO CONSTRUCTION, 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 FIRE INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) BURNSCO CONSTRUCTION, 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) D.R. HORTON-DFW WEST DIVISION AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: - (Seal): 23rd day of July, 2025 LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety Company Sin�Authorized Representative Snnhinia Hunter Title , OWNER, Attornev-in-Fact 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 do a)0 c� a> N 0) ma) � �o •— L a) om U N C > N O Z L) Liberty POWER OF ATTORNEY Mutual. Certificate No: 8213588-022020 SURETY Liberty Mutual Fire Insurance Company Wausau, Wisconsin KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell; Sophinie Hunter; Tina McEwan; Robbi Morales; Mikaela Peppers; Tonie Petranek; Ricardo J. Reyna; Joshua Saunders; 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(s)-in-fact, with full power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as their/its act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. .2 0 IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed, c this 2nd day of April 2025 r_ E INSG Liberty Mutual fire Insurance Company o m N yF\(tE r.Jp. pCapoRN FRgy n 31908� —U—;a ` LJ �� 2 0 rd h'Scottsa Lo * *Na By. Nathan J. Zangerle, Assistant Secretary a O State of PENNSYLVANIA County of MONTGOMERY ss The foregoing instrument was acknowledged before me this 2nd day of April 2025 Insurance Company. f9F CERTIFICATE a) f6 O a) Attest:LP07 - Q o Heather B. Magee o 0 ` 0. O N ao O M a00 by Nathan J. Zangerle, an authorized representative of Liberty Mutual Fire Insurance o co m- -as Commonwealth of Pennsylvania - Notary Seal p N Teresa Pastella, Notary Public �{-� /J Co Montgomery County My commission expires March 28, 2029 (/ I� By. 0 ILL. C- Commission number 1126044 .rt,(.wdv Teresa Pastella, Notary Public Member, Pennsylvania Association of Notaries I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any,certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 23rd day of July 2025 PO F1{tE INSG _ g 1908� � By: o Renee C. Llewellyn, Assistant Secretary Yd, �vsco"s��dD LMS-22023 02/24 � Liberty i TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtection4,tdi.texas.aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-15292 10/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I -IA) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtection4,tdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto.