HomeMy WebLinkAbout060999-FP1 - Construction-Related - Contract - Gilco Contracting, Inc.FORT WORTH® �--......_,
-FPl
City Secretary
Contract No._6_09_99 ____ _
Date Received ll/l3/2025
11/19/2025
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: Wellington Area 3 South Phase 2
City Project No.: 104936
Improvement Type(s): � Paving □Drainage □Street Lights □Traffic Signals
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
'Rob Ta!:J/,Ot
Bgbia�l11tlt:11J:�ll 2l!Z�J�·12·1Hfill
Contractor
Accounts Receivable
Title
Gilco Contracting, Inc.
Company Name
Richa� {;;; 12, 202514:11:49 CST)
Project Inspector
rr�cl._
Project Manager
�
CFA Manager
TPW Director
�
Asst. City Manager
11/11/2025
Date
11/12/2025
Date
11/12/2025
Date
11/13/2025
Date
11/13/2025
Date
11/14/2025
Date
$1,334,566.73
$1,820.55
$1,336,387.28
$1,336,387.28
Page 1 of 2
Notice of Project Completion
Project Name: Wellington Area 3 South Phase 2
City Project No.: 104936
City's Attachments
Final Pay Estimate IZI
Change Order(s): IZI Yes □N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 180 WD
Work Start Date: 8/8/2024
Completed number of Soil Lab Test: 1148
Completed number of Water Test: 13
Days Charged:270 WD
Work Complete Date: 10/24/2025
Page 2 of 2
CITY OF FORT WORTH
Contract Name WELLINGTON AREA 3 SOUTH PHASE 2
Contract Limits
Project Type PAVING
DOE Number 4936
Estimate Number 1 Payment Number 1 For Period Ending 10/24/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
270
WD
Contract Date
GILCO CONTRACTING, INC.
NA
6331 SOUTHWEST BLVD.
BENBROOK TX 76132-1063
G.DEYON R.WALDEN
180WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104936
Tuesday, November 11, 2025 Page 1 of 4
Contract Name WELLINGTON AREA 3 SOUTH PHASE 2
Contract Limits
Project Type PAVING
DOE Number 4936
Estimate Number 1
Payment Number 1
For Period Ending 10/24/2025
Project Funding
City Project Numbers 104936
UNIT IV: PAVING IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 HYDRATED LIME 307 TN $305.00 $93,635.00 307 $93,635.00
2 6" LIME TREATMENT (30#/SY)20421 SY $4.63 $94,549.23 20421 $94,549.23
3 8" FLEXIBLE BASE, TYPE A, GR-1 671 SY $25.00 $16,775.00 671 $16,775.00
4 2" ASPHALT PVMT TYPE D 671 SY $25.55 $17,144.05 671 $17,144.05
5 4" ASPHALT BASE TYPE B 671 SY $60.85 $40,830.35 671 $40,830.35
6 6" CONC PVMT 19110 SY $49.85 $952,633.50 19110 $952,633.50
7 4" CONC SIDEWALK 4000 SF $7.90 $31,600.00 4000 $31,600.00
8 BARRIER FREE RAMP, TYPE P-1 6 EA $1,950.00 $11,700.00 6 $11,700.00
9 6" SLD PVMT MARKING HAS (Y)(CO#2)1387 LF $2.65 $3,675.55 1387 $3,675.55
10 6" SLD PVMT MARKING HAS (W)(CO#2)1654 LF $2.65 $4,383.10 1654 $4,383.10
11 LANE LEGEND ARROW 4 EA $295.00 $1,180.00 4 $1,180.00
12 LANE LEGEND ONLY 2 EA $335.00 $670.00 2 $670.00
13 TOPSOIL 68 CY $97.80 $6,650.40 68 $6,650.40
14 SODDING 609 SY $10.85 $6,607.65 609 $6,607.65
15 6" DOUBLE SLD PVMT MARKING HAS (Y)
WITH RPMS(CO#2)
272 LF $6.20 $1,686.40 272 $1,686.40
16 8" SLD PVMT MARKING HAS (W) WITH RPMS 330 LF $4.25 $1,402.50 330 $1,402.50
17 18" SLD DIAGONAL CROSSHATCH HAS
(Y)(CO#2)
418 SY $22.05 $9,216.90 418 $9,216.90
18 8" SCARIFIED AND COMPACTED SUBGRADE 671 SY $5.00 $3,355.00 671 $3,355.00
19 PRIME COAT IN ACCORDANCE WITH
N.C.T.C.O.G. SPEC 302.7 AND 302.9.6.1
671 SY $2.15 $1,442.65 671 $1,442.65
20 REMOVE EOR BARRICADE & CONNECT TO
EXISTING HEADER
9 EA $1,000.00 $9,000.00 9 $9,000.00
21 FURNISH/INSTALL SIGNPOST & FOUNDATION 11 EA $1,150.00 $12,650.00 11 $12,650.00
22 STOP SIGN (R1-1)6 EA $400.00 $2,400.00 6 $2,400.00
23 STREET NAME BLADE 44 EA $300.00 $13,200.00 44 $13,200.00
$1,336,387.28 $1,336,387.28Sub-Total of Previous Unit
Tuesday, November 11, 2025 Page 2 of 4
Contract Name WELLINGTON AREA 3 SOUTH PHASE 2
Contract Limits
Project Type PAVING
DOE Number 4936
Estimate Number 1
Payment Number 1
For Period Ending 10/24/2025
Project Funding
City Project Numbers 104936
Contract Information Summary
Change Orders
$1,334,566.73Original Contract Amount
$1,336,387.28Total Contract Price
$1,336,387.28
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $1,336,387.28
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $1,336,387.28
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
$1,336,387.28
$0.00
2 $1,820.55Change Order Number
Tuesday, November 11, 2025 Page 3 of 4
Contract Name WELLINGTON AREA 3 SOUTH PHASE 2
Contract Limits
Project Type PAVING
DOE Number 4936
Estimate Number 1
Payment Number 1
For Period Ending 10/24/2025
Project Funding
City Project Numbers 104936
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$1,336,387.28
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $1,336,387.28
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $1,336,387.28
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
$1,336,387.28
$0.00
City Secretary Contract Number
270
WD
Contract Date
GILCO CONTRACTING, INC.
NA
6331 SOUTHWEST BLVD.
BENBROOK TX 76132-1063
G.DEYON R.WALDEN
180
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Tuesday, November 11, 2025 Page 4 of 4
PROJECT NAME:
CONTRACT:
CFA#
CITY PROJECT#
DOE#
WATER PROJECT#
SEWER PROJECT#
FILE#
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER-AWARDED-PROJECT CHANGE ORDE8
Wellinaton Area 3 South Phase 2
Water, Sewer, and Drainaae lmorovements
23-0172 I CITY PARTICIPATION:! NO
104936
N/A
FID NO. 30114-0200431-105036-E07685
FID NO. 30114-0200431-105036-E07685
W-2951
Ignacio J. Andrade Phone No: 817-223-2261
George Marquez Phone No: 817-392-6826
CONTRACT UNIT
l'.Crt,-':>Wt;,'.!1-;.,.�, ..... � .. 'wl ... t'"-'' IEtc.,�:r�· ,IJtl!1;sJ .......... ,..,t-"""' J'l.j:�,J!�;''.'.!'t"fl Developer Cost
$695,839.2D
$D.00
$0.0D
$695,839.20
$1,5D0.0D
$697,339.20
$697,339.20 $793,990.52
Dev. Cost: $3,391,471.95
$3,391,471.95
Asterisk (") indicates a new pay item number.
You are directed to make the following changes in the contract documents·
PAY ITEM#
10
Revised: 10-12-2011
I CITY BID ITEM I I # QUANTITY
I 33122003 I 1 I
UNIT I ITEM DESCRIPTION
EA I 1' Water Service
TOTAL
REVIEWED
By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025
CHANGE
ORDER No:
A1
CONTRACT
DAYS l,':,'.);;_(/A'a,.\"�'.':��1-........ -r--• l�Y':'i\�!"��:tU
95
0
$0.00 95
I UNIT PRICE TOTAL 1$ 1,500.00 $ 1,500.00
$1,500.00
Page 1
REVIEWED
By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025
REASONS FOR CHANGE ORDER /RR/GA TION SERVICE ADDED
Revised: 10-12-2011
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.
RECOMMENDED:
LJA Engine#g
By:�
Name: Jake Thomas, P.E.
��
Title: Project Manager
By:-,,L.':.:....£......::__ __ _
Name: M,r.,,.fv--iCl"t
Title: V@ 1wDA,n;:1v< 6f': t-.fl11:> {-)t•-nlt-/
APPROVED:
Bumsco Cone
By: -----'�,-J---,---:-...i:!!:::::o-,._-.....L.
�m� • · · S
Title: U1e.c (R.E:.-:>tDcYLf
Page 2
REVIEWED
By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: Wellini::iton Area 3 South Phase 2 CHANGE
CONTRACT: Pavini::i Improvements ORDER No:
CFA# 23-0172 I CITY PARTICIPATION:! NO
CITY PROJECT# 104936
DOE# N/A
WATER PROJECT# FID NO. 30114-0200431-105036-E07685
SEWER PROJECT# FID NO. 30114-0200431-105036-E07685
FILE# W-2951
INSPECTOR: Ignacio J. Andrade Phone No: 817-223-2261
PROJECT MANAGER: George Marquez Phone No: 817-392-6826
CONTRACT UNIT
CONTRACT
DAYS I�� ... --... , ... .,. .... 1--· I-t�;1--·-•-r-· --Developer Cost
ORIGINAL CONTRACT $695,839.20
EXTRAS TO DATE $1,500.00
CREDITS TO DATE $0.00
CONTRACT TO DA TE $697,339.20
!AMOUNT OF PROP. CHANGE ORDER $0.00
REVISED CONTRACT AMOUNT $697,339.20
TOTAL REVISED CONTRACT AMOUNT
PER UNIT $697,339.20 $793,990.52
REVISED COST SHARE Dev.Cost; $3,393,292.50
TOTAL REVISED CONTRACT
Asterisk(•) indicates a new pay item number.
You are directed to make the following changes in the contract documents·
CITY BID ITEM
PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL
9 3217.0102 -48 LF 6" SLD Pvmt Markino HAS (Y) $ 2.65 $ (127.20)
10 3217.0101 1020 LF 6' SLD Pvmt Markin□ HAS vv > $ 2.65 $ 2,703.00
15 9999.0017 24 LF 6" Double SLD Pvmt Markina HAS (Y) with RPMs $ 6.20 $ 148.80
17 9999.0019 -41 SY 18" SLD Dianonal Crosshatch HAS fYl $ 22.05 $ (904.05)
TOTAL $1,820.55
Revised: 10-12-2011 Page 1
REVIEWED
By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025
REASONS FOR CHANGE ORDER ADDITIONAL 6" WHITE EDGE STRIPING & STRIPING REVISED
Revised: 10-12-2011
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CllYWILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
LJA EngineeL ..----:; By: oh,-.,;,... V Name: Jake Thomas, P.E.
Title: Project Manager
APPROVED:
Title: V1� P/?fl, � C/4,4/ 8117
By: / '_(I l L5:5 ,V)-( 1 Name: -�!:z 1A::'1' L-s:l� Title:
Page2
Rev. 08/20/19
TRANSPORTATION AND PUBLIC WORKS
October 31, 2025
Gilco Contracting Inc
6331 Southwest Blvd,
Benbrook, TX 76132
RE: Acceptance Letter
Project Name: Wellington Area 3 South Phase 2
Project Type: Paving
City Project No.: 104936
To Whom It May Concern:
On October 30, 2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on October 30, 2025,
which is the date of the final inspection 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 (682)
263-3904.
Sincerely,
George Marquez, Project Manager
Cc: Richard Walden, Inspector
Gary Deyon, Inspection Supervisor
, Senior Inspector
Andrew Goodman, Program Manager
LJA Engineering, Consultant
Gilco Contracting Inc., Contractor
Pulte Group Inc., Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
STATE OF TEXAS
COUNTY OF TARRANT
AFFIDAVIT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Rob Taylor,
Accounts Receivable 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, 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, Texas 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:
Wellington Area 3 South Phase 2
BY: Rob
Subscribed and sworn before me on this 24th of September, 2025.
MAF« GRANADOS
Notary ID #13◄265935 My Commission Expires March 22, 2027
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER 0
ARCHITECT 0
CONTRACTOR 0
SURETY 0
OTHER
PROJECT: (name, address)Wellington Area 3 South Phase 2 -Paving Improvements
Fort Worth
TO (Owner)
TX
iPC"LTE HOMES OF TEXAS, L.P. AND CITY OF FORT7 ARCHITECT'S PROJECT NO:WORTH CONTRACT FOR:
Bond No 022238171
9111 Cypress Waters Blvd., Suite 100 Wellington Area 3 South Phase 2 -Paving Improvements
�pell TX 75019
CONTRACTOR: GILCO CONTRACTING, INC.
_J CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name and address of Surecy Company) LIBERTY MUTUAL FIRE INSURANCE COMPANY 175 Berkeley Street Boston MA 02116
on bond of (here insert name and address of Contractor)
GILCO CONTRACTING, INC. 6331 Southwest BoulevardBenbrook TX 76132
, SURETY COMPANY
, 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)
PULTE HOMES OF TEXAS, L.P. AND CITY OF FORT WORTH 9111 Cypress Waters Blvd., Suite 100 Coppell TX 75019
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: :1 . · NI ( _ (Seal): ',fVh.L- 1' 1"�
25th day of September, 2025
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety Company �� +lwitl{)l Sigru( ;e of Authorized Representative
Sopbioie H11nter Title
, OWNER,
Attorney-in-Fact
NOTE: This form is to be used as a companion document to AIA OOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS ANO CLAIMS,
Current Edition
ONE PAGE
�Lihertx tP Mutual ..
SURETY
POWER OF ATTORNEY
Liberty Mutual Fire Insurance Company
Wausau, Wisconsin
Certificate No: 8213588-022020
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 .T. 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 theirfits 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 (/) E� execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. <U o
Q) :� �
� 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, S-gj:'::!' rn this 2nd day of April , �-.!: :5 �� CE � O'l Liberty Mutual Fire Insurance Company ,g -E'Uw �<U 02 4 �D 2�
By: f/(a#J f___·�t§�-�-� --------�----------c3 C/) � ·u5 Nathan J. Zangerle, Assistant Secretary a. O
�� ;::::
aio �-iii
..... (I) .... E
g_ '§Attest: l#ea:truJL--8. '-fYlctgU. � t � 00 Heather B. Magee 'a� CO (I) '-N .g' 2 State of PENNSYLVANIA ss � °r o -� County of MONTGOMERY � � E -.._co 0 * The foregoing instrument was acknowledged before me this� day of April , 2025 by Nathan J. Zangerle, an authorized representative of Liberty Mutual Fire Insurance � o
; � Insurance Company. � m
�U CO=
roe �--�������-c-c, �� ;'.: � Commonwealth of Pennsylvania� Notary Seal o (l)
z a Montgomery County Cl/, �-. - \ I./. -1- I I
.... co o i..... Teresa Pastella, Notary Public � i D en
My commission expires March 28, 2029 By: �-•�(41-J J:'. �
CERTIFICATE
Memb,;,�::::;�.��
u
;::��,:;,���;�0,anes f eresa Pastella, Notary Public
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 ii is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 25th day of September , 2025
By:�� Renee C. Llewellyn, Assistant Secretary
LMS-22023 02124
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
1-800-2 52-3439
You may write the Texas Department of Insurance
Consumer Protection (111-lA)
P.0. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
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-1529210/15
TEXAS AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Hamar 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 (111-lA)
P.0. Box 149091
Austin, TX 78714-9091
FAX# (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
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 A VISO A SU POLIZA:
Este aviso es solo para proposito de informacion
y no se convierte en parte o condicion del
documento adjunto.