HomeMy WebLinkAbout060706-FP1 - Construction-Related - Contract - RPMX ConstructionFQRT�VORTH�
-FP1
City Secretary
Contract No. 60706
Date Received 2�3/2026
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: Meadow Lakes Phase II
City Project No.: 104081
Improvement Type(s): 0 Paving ❑ Drainage 0 Street Signs ❑ Turn Lane
Original Contract Price: $1,515,943.50
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
TyCe�^ i-�e�Ce�y
���PTP�,�,��� �P��, �,�,��,QQ a�,s�-
Contractor
Project Manager
Title
RPMX Construction
Company Name
o,�. ��
Project Inspector
�� ���
Project Manager
o��
CFA Manager
�°�,..,?,..�
�a�rer, P�re�r (reb s, zoze ii:iz�.ao csT;
TPW Director
02/02/2026
Date
02/02/2026
Date
02/03/2026
Date
02/03/2026
Date
02/03/2026
Date
$0.00
$1,515,943.50
$1,515,943.50
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Meadow Lakes Phase II
City Project No.: 104081
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes O N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time: 190 WD
Work Start Date: 5/21 /2024
Completed number of Soil Lab Test: 1112
Completed number of Water Test: 41
Days Charged: 344 WD
Complete Date: 1/8/2026
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name MEADOW LAKES PHASE II
Contract Limits
Project Type PAVING & STREET SIGNS
City Project Numbers 104081
DOE Number 4081
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor RPMX CONSTRUCTION
5208 TENNYSON PARKWAY SUITE 130
PLANO� TX 75024
Inspectors G.DEYON / O.FRIAS
Contract Time
Days Charged to Date
Contract is 100.00
1/8/2026
WD
190WD
344
Complete
Friday, January 16, 2026 Page 1 of 4
City Project Numbers 104081
ContraCt Name MEADOW LAKES PHASE II
Contract Limits
Project Type PAVING & STREET SIGNS
Project Funding
UNTI' IV: PAVING IMPROVEMENTS
Item Description of Items Estimated Unit
No. Quanity
1 HYDRATED LIME 300 TN
2 6° LIME TREATMENT 21441 SY
3 2" ASPHALT PVMT TYPE D 717 SY
4 4" ASPHALT BASE TYPE B 717 SY
5 6" CONC PVMT 20058 SY
6 4" CONC SIDEWALK 5818 SF
7 BARRIER FREE RAMPT, TYPE R-1 4 EA
8 BARRIER FREE RAMP, TYPE P-1 10 EA
9 TOPSOIL 93 CY
10 SEEDING, HYDROMULCH 556 SY
11 TRAFFIC CONTROL 1 LS
12 REMOVE CONC CURB & GUTTER 57 LF
13 CONCRETE FLUME WITH CURB 3425 SF
14 CONNECT TO EXISTING PAVEMENT 115 LF
15 SAWCUT & CONNECT TO EXISTING ASPHALT 109 LF
Sub-Total of Previous Unit
— — — — — — — — — — — — — — — — — — —
UN1T VI: STREET SIGN IMPROVEMENTS
Item Description of Items Estimated Unit
No. Quanity
1 FURNISH/INSTALL STREET SIGN POST 16 EA
2 FURNISH/INSTALL STREET NAME BLADE 32 EA
3 FURNISH/INSTALL STOP SIGN 12 EA
Sub-Total of Previous Unit
DOE Number 4081
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2026
Unit Cost Estimated Completed Completed
Total Quanity Total
$297.50 $89,250.00 300 $89,250.00
$3.50 $75,043.50 21441 $75,043.50
$22.00 $15,774.00 717 $15,774.00
$39.50 $28,321.50 717 $28,321.50
$57.00 1,143,306.00 20058 '�1,143,306.00
$7.00 $40,726.00 5818 $40,726.00
$2,350.00 $9,400.00 4 $9,400.00
$2,350.00 $23,500.00 10 $23,500.00
$90.00 $8,370.00 93 $8,370.00
$4.75 $2,641.00 556 $2,641.00
$10,000.00 $10,000.00 1 $10,000.00
$12.00 $684.00 57 $684.00
$14.50 $49,662.50 3425 $49,662.50
$30.00 $3,450.00 115 $3,450.00
$35.00 $3,815.00 109 $3,815.00
$1,503,943.50 $1,503,943.50
Unit Cost Estimated Completed Completed
Total Quanity Total
$500.00 $8,000.00 16 $8,000.00
$50.00 $1,600.00 32 $1,600.00
$200.00 $2,400.00 12 $2,400.00
$12,000.00 $12,000.00
Friday, January 16, 2026 Page 2 of 4
City Project Numbers 104081
Contract Name MEADOW LAKES PHASE II
Contract Limits
Project Type PAVING & STREET SIGNS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
DOE Number 4081
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2026
$1,515,943.50
Total Contract Price $1,515,943.50
Total Cost of Work Completed $1,515,943.50
Less % Retained $0.00
Net Earned $1,515,943.50
Earned This Period $1,515,943.50
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
$1,515,943.50
Friday, January 16, 2026 Page 3 of 4
City Project Numbers 104081
ContraCt Name MEADOW LAKES PHASE II
Contract Limits
Project Type PAVING & STREET SIGNS
DOE Number 4081
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2026
Project Funding
Project Manager NA
InSpeCtors G.DEYON / O.FRIAS
Contractor RPMX CONSTRUCTION
5208 TENNYSON PARKWAY SUITE 130
PLANO, TX 75024
City Secretary Contract Number
Contract Date
Contract Time 190WD
Days Charged to Date 344 WD
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
Less % Retained
Net Earned
Earned This Period $1,515,943.50
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$1,515,943.50
$0.00
$1,515,943.50
$0.00
$0.00
$0.00
$0.00
$0.00
$1,515,943.50
Friday, January 16, 2026 Page 4 of 4
��RT ��RTH�,
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name:
Venus Construction
Subj ect of the Agreement: Meadow Lakes Phase II / CSC NO. 60706 .
- Revised sewer pay item 21 quantity, to account for the rounding error in the ariginal bid proposal.
- Added 'Street Sign' pay items to 'Street Lighting' (Bid Items #7-9), to match the original bid and CFA.
M&C Approved by the Council? * Yes ❑ No �
If �so, lhe M&C must be altached lo lhe conlract.
Is this an Amendment to an Existing contract? Yes ❑ No C�
If so, provide the original contract numher and the amendment number.
Is the Contract "Permanent"? *Yes � No ❑
If unsuNe, see back page, for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No � If only specific infor�nation is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: oi/o�/2026
If different, from the approval date.
Expiration Date:
If applicable.
Is a 1295 Form required? * Yes ❑ No �
*If so, please ensure it is allached lo the approving M&C or attached to the contract.
Proj eCt Number: If applicable. 104081
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes C�No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
CSC No. 60706-0O2
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACTAMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
Meadow Lakes Phase II
Water, Sewer Paving, Drainage & Street Lights Improvements
23-0147 � CITY PARTICIPATION:
104081
60706
0114-0200431-104081-E07685
27330
W-2831
CHANGE
ORDER No:
YES
%a
Omar Frias Phone No: (817) 647-2497
George Marquez, P.E. Phone No: (817) 392-6826
CONTRACT UNIT
WATER I SEWER I DRAINAGE I PAVING I STREET LIGHTS
Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost
$789,409.48 I $73,380.24 $1,140,135.82 $404,732.09 $388,704.32 $0.00 I $1,503,943.50 $0.00 $153,605.00 I $0.00
$246.24 I $14,483.50 $4,726.40 $71,987.50 $0.00 $0.00 I $0.00 $0.00 $0.00 I $0.00
$0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 I $0.00
$789,655.72 I $87,863.74 $1,144,862.22 $476,719.59 $388,704.32 $0.00 I $1,503,943.50 $0.00 $153,605.00 I $0.00
$0.00 I $0.00 $0.70 $0.00 $0.00 $0.00 I $0.00 $0.00 $12,000.00 I $0.00
$789,655.72 I $87,863.74 $1,144,862.92 $476,719.59 $388,704.32 $0.00 I $1,503,943.50 $0.00 $165,605.00 I $0.00
$877,519.46 $1,621,582.51 $388,704.32 $1,503,943.50 $165,605.00
Dev. Cost: $3,992,771.46 City Cost: $564,583.33
$4,557,354.79
CONTRACT
DAYS
190
110
0
300
0
300
Page 1
You are directed to make the following changes in the contract documents.
IUNIT II: SANITARY SEWER IMPROVEMENTS
PAY ITEM # CITV BID ITEM # QUANTITY UNIT ITEM DESCRIPTION
21 33 39 60 -170.00 VF 3339.0001 Epoxy Manhole Liner
21 33 39 60 170.00 VF 3339.0001 Epoxy Manhole Liner
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
Item 21 � Total sewer unit price in the original bid proposal had a rounding error of $0.70. Change order revises sewer item 21 to account for this rounding error.
IUNIT V: STREET LIGHTING IMPROVE ENTS
PAY ITEM # CITV BID ITEM # QUANTITY UNIT ITEM DESCRIPTION
7 34 41 30 16.00 EA 9999.0008 Furnish/Install Street Sign Post
8 34 41 30 32.00 EA 9999.0009 Furnish/Install Street Name Blade
9 34 41 30 12.00 EA 9999.0010 Furnish/Install Stop Sign
TOTAL UNIT V: STREET LIGHTING I P VEMENT
Items 7-9: Added'Street Sign Improvements' pay items to'Street Lighting Improvements' unit to match the origina ic�proposa and CFA.
UNITPRICE DeveloperCost
$624.71 $ 106,200.00'
$624.71 $ 106,200.70
$ 0.70
UNITPRICE DeveloperCost
$500.00 $ 8,000.00
$50.00 $ 1,600.00
$200.00 $ 2,400.00
$ 12,000.00
Cost TOTAL
$0.00 $ 106,200.00
$0.00 $ 106,200.70
- $ 0.70
Cost TOTAL
$0.00 $ 8,000.00
$0.00 $ 1,600.00
$0.00 $ 2,400.00
- $ 72,000.00
Page 2
. the originai bid proP°Sal. Adde
ds
treet S�gn Work items to 'Street
PppRpVED= Inc.
for the roundm9 error in „struct�on, p1107126
�e��s C� ���t �ate.
a��ount and GFA. � � �t
21 quantitYthe origina� bid Struction, ���" /�r"f
ed SeWer Pa s�#7 g�, to match AppROeVe oPment and �On q110�i26 By� McPda
�osh
RgVis Item Iite D pate�. NaR,e: S� �ato
CHpNG,E OR�E Lighting' B�d E � � puthorized N� `EGA�1' f'r;
R �
SF�R ���ENDE�``� '(it1e� FppN1A
REAS�N FIEC �Sulta�ts By: hehata pg'(O
pNP CO �oh� S APPRpVEO
r . p1107126 ��tY pttorneY
�% Date• Name
��ner � _ AssisCa�� � paCe: oii���o2
CF 1
BY�• T'd1e�
F �' APpRpVE�:
r�z�Sru�, � � �ken
Na�G t�ana er Ssistant �iry Mana9e� p1I2312026 0Y• RichardM°�ra
co��►ENpEp. GFW'A Date' Name' t P�°rne
1it\e: Pp°pP O RE (�
V A� o� \ 1 � p,ssda�� �.
pepartment �� ""� 1it1e:
�F�y _ vyater o�i2iizozs BY�• ``� JeslcaMcEachern Mana9er1�
�� pate'. e�, ana er er �proyect
��lr,��. Nan` Git M �ana9
on resP°�S�b1Ude
�ug� p,ssistant . �or+tract Co�'plian�6 ers
Tit1e�. t 1 am th oPt�,s �on<ra�t, in
�fi"f By e w,ed9e tha �ts�
Sub varu hes � ackno adm���strati�on� �equ�reme
me: BY S�9n�n9 rmance a�d reP°ri g tira�t
a � �tor�n9 and n
r;,N Na an e
Tic1e: En �nee�M M
oi126I2026 for the m�a, perfo d With ih�s
Esj ens�r�n9 ds associate
p'R pate: N� G��Y Fu� �th th�s GO�tra�t
REC�MMENDED•
�omP�ia��e �ana9er
�`�`' 4 the�e a�e ds asso��a<ed
,�;,�.�:- GoodaU Gity Fun
eFW .�onUaat oii2o�2oz6 g �, � � ?here are
Date' �anne�e S• �
�„R,� �.1ame� �retarY
��„t�a, CiY Se
BY� T�t1e:
Name'. GeOr e Mar ueZ ana er
cFW PrpectM `%
'(itle'.
zg.1011
N1&G N�mber 1 tl28/2023
M&c Date PPprQ�ed�.
Page 3
�`o�� ����rx�
TRANSPORTATION AND PUBLIC WORKS
January 15, 2026
RPM xConstruction LLC
6500 Meyer Way, Ste. 100
McKinney, TX 75070
RE: Acceptance Letter
Project Name: Meadow Lakes Phase 2
Project Type: Paving
City Project No.: 104081
To Whom It May Concern:
On January 9, 2026 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 January 15, 2026. 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 January 15, 2026, 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-
392-6826.
Sincerely,
�� ���
George Marquez , Project Manager
Cc: Omar Frias, Inspector
Gary Deyon, Inspection Supervisor
Lorrie Pitts, Senior Inspector
Andrew Goodman, Program Manager
ANA Consultants LLC, Consultant
RPM xConstruction LLC, Contractor
Elite Development and Construction LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF COLLIN
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Mendy McCann,
CFO Of RPM xConstruction, LLC, 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;
Meadow Lakes Phase 2 Paving
BY � ��
Mendy McCann, CFO
Subscribed and sworn before me on this date 2nd of February, 2026.
_s�n�t�
Notary Public
Collin County, Texas
`\\``,�1U I N i 1 U pr�l��'i
`��� �AU R E^, �,,�
;.4p : P�Y'p�e. 94��:
� � . 2�l �y.� � �
_ � J+.� � Q fA =
.�. .��a����:^ ;
�, F ••. �32��'.� ' r�, \:
�, � .
'����i���`A, �9„ 3;2 �����\
C�NSENT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
PROJECT:
{itamc, address)
TO (Owner) [
Meadow LRkes Phase II
City of Fort Worth
200 Texas Street
Fort Worth,l'X 76102
�
�
�
ARCHITCCT'S PR0IECT NO:
CONTRACT FOR:
CONTRACT DATE:
CQNTRACTOF�: RPM xConstructioo, LLC
b500 Meyer W�iy, Suite I00
McKinney, TX 75070
In accordance �vith d�e pro�isions oF the Co«tract bet�veen tfie Q�vner and the Contractar as indicated abo��, the
(hcrc inscrt narzu: and address of Surety Compaii��)
Swiss Re Cor�orate Solutions America Insurance
Corporation
i240 Mair� 5t., S��ite 800 , SURETY CQMPANY,
on Uond of (here inscrt n��me ai�d address oS� Coiltractor)
RPM sConstruction, LLC
6500 Meyer Way, Suite 100
McKinney, TX 75070 , CQNTRACTOR,
liereby approves of the fiilal �aymeijt to the Contractors, and agrees tEiat �inal payeZZent to the Contractor shall not r�lieve
the Surety Company of any of its obligatio��s to (E�crc inscrt n��s„c �nci �jddress of()tivncr)
City of Fort Worth
200 Texas Strcet
�'ort Worth, TX 76102 ������
as set forth in the said Surety Company's bond.
1N WITNESS WHI:REOF,
tlie StErety Comp�tny has Itereu�ito set its hand this 30th
Attest: / ��`,
(Seal):
�� U
day of JanuRry 2{�26
Swiss Re Cor�arate Solutions America Insurance
Surety Cosnpany
�� � � 7 ! W ���� �
� . _
Signature of Auil7arized Re�resentative
Andrea Rose Crawford Attorney-In-�'act
Title
NO"I�L. "I'his fomi is to hc uscd as a camp�jnicm ducumcnt to A[A DOCU�fI:�"I' G705, COt+i�fRAC"I�OR'S r1Fl�[DAV[�C OF PnYMf:y"I� OI� DIiBTS A�D C[,AIMS,
Currcnt fidilion
o�v��:rz ❑
n�cr�rr�:cr ❑
co��rEinc�ro� ❑
SUR�:"CY ❑
O"I I ll;lt
Bond No. 2352563
Nn I�OCl1M1iNl� C;707 • C[)�!SEN'f OF SURIi fY COVIYnNY TO I�[NnL Pr1YMF:\"I' • APRIL I�}7U I:bl'I'[ON • AIAb O�fli PAUI:
O[970 • 7�llli AN31iEtICAA1 [NS'[�ITU7'[? pl� /�RClil"I�EC"[�S> 173� Netiv York 11vc., NW, WA5[I[NG'COA1, D.C. 20006
SW1SS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLU"C[ONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORA'I'E SOLUTfONS PREMIER INSURANCE CORPORAT[ON ("SRCSPIC")
W ES'fPORT INSURANCE CORPORATION ("W IC")
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal oflice in the Ciry of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the Stale of
Missouri and having its principal ofiice in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
JOHN R. WARD, THOMAS DOUGLAS MOORG, rMILY ALLISON MIKESKA, ALLYSON W. DEAN, MONICA RUBY VEAZGY, JOHN WILLIAM NEWBY,
TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE C(tAWFORD. SANDRA LEE RONEY, FAITI t ANN IItL7Y, ANDREW GARETII ADDISON, PATRICK TIIOMAS COYLE.
M1CI IAEL DO`IALD I IENDRICKSON. BRYAN ICELLY MOORIi. F:LI%ABE"I'l l ORTIZ, ANA OWE1V5. Bh'TIY 1 REEI I. AND ANDREW PATRICK CLARK 1014TLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact, to make, execute, scal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the naturc of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or othenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed lhe
amount of:
TWO I IUNDRED MILLION (S200,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 201 l.
"RESOLVED, that any t�vo of the Presidenl, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant
Secretazy be, and each or any of them hereby is, authorized to execule a Power of Attorney qualifying the attomey named in the given Power of
Attorncy to execute on behalf of the Corporation bonds, undertakings and all contracts of surery, and that esch or any of them hereby is authorized to
attest to the execution of any such PoW�er of Attorncy and to attach therein the scal of the Corporation; and it is
Fi1RTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate rclating thereto by facsimile, and any such Power of Attomey or ccrtificate bearing such facsimile signatures or facsimile seal shall be
bindina uoon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attaclied."
,
� �
.• J��pNS FREM�4�rQ''•.
y0`', QftPOqq�,��y;
_ S EAL�:
(��
.�::i.,ti��:.P,.._ _.
By .'�
ENk Jannena, Senior Ya Pruidmt of SRCSAIC & SeaiarYce Presidaet
of SRCSP[C & Senior Viee PreBdm� of 1VIC
B� -�-��
Gendd Js;rowalu, wu Prctident ofSR6A1C &�iec Preildmt ofSRCSPIC
& Viee Praidml of WIC
IN W ITNESS WHERGOr, SRCSAIC, SRCSAIC, and WIC have caused their official seals to bc hereunto affixed, and these presents to be signed by thcir
authorizcd o�cers
�,is 1�� day of January , Zp 24
State of Illinois
CounryofCook �
Swiss Re Cor�orate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premicr [nsurance Corporation
Westport [nsarance Corporation
On this 11th day of �anuary � ZO 2� , bcfore me, a Notary Aublic personally appearcd Erik Janssens , Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Seniar Vice Pmsidcnt of WIC and Gerald Ja rg owski , Vicc President ofSRCSAIC and Vice President of
SPCSPIC and Vice President of WIC, personally known to me, who being by me duly s�vom, acknowledged that they signed U�c above Power of Attorncy
as oflicers of and acknowledged said inswment to be the voluntary act and deed of their respcctivc companies.
aa�cu+L eEA�
ST11.'�A MAFH$CO
NOT!{tl�l. 8'FJhE0F�1N01B, �AMu�GO
� 1h.Cei�ur�'ii E+4iieti Msm
I, JefGev Goldbera, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certi}'y that the attove and
forcgoing is a true and cotrect copy of a Power of Atlomcy given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and cffect.
IN W17'NESS WHEREOF, [ havc sct my hand and affixcd Uic scals of thc Companies this 30 �y o f January , Zp �.
�'�' __c. .-
Jeffrcy Goldberg, Senior Vice Presidcnt &
Assistant Secmtary of SRCSAIC and
SRCSPIC and WiC
\/'� C :\ \�
In order to obtain information or make a complaint:
You may contact the Surety Claims Department
at 1-816-235-3702
You may call Swiss Re Corgorate Solutions
America Insurance Corporation or Swiss Re
Corporate Solutions Premier Insurance
Corporation for information or to make a complaint
at:
1-816-235-3702
You may also write to Swiss Re Corgorate Solutions
America Insuraace Corgoration or S�viss Re
Corporate Solurions Premier Insurance
Corgoration at the following address:
12Q0 Main Street, Suite 800
Kansas City, MO 64105
You may contact the Tezas 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: httn://www.tdi.state.tx.us
E-mail:Co nsu merProtection(a�tdi.ctate. tx. us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim you should first contact the Swiss Re
Corgorate Solutions America Insurance
Corgoration or Swiss Re Corporate Solutions
Premier Insurance Corporation. 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.
� 1/ I' 1 : _ \
Para obtener informacion o para someter un queja:
al 1-816-235-3702.
Puede comunicarse con Surety Claims Departmeat
Usted puede Ilamar Swiss Re Corporate Solutions
America Insurance Corporation o Swiss Re
Corgorate Solutions Premier Insurance
Corgoration para informacion o para someter una
queja al:
1-816-235-3702
Usted tambien puede escribir a Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation al:
1200 Main Street, Suite 8Q(1
Kansas City, MO 64105
Puede escribir al Departmento de Seguros de Texas
para obtener informacion acerca c!e companias,
coberturas, derechos o quejas al:
1- 800-252-3439
Puede escribir al Departmento de Seguros de Texas:
P.O. Box 149104
Austin, TX 787149104
Fax: (512) 475-1771
Web: httn://www.tdi.state.hc.Lc
E-mail:�oncL merPrntecN�nntdi.state. bc. Ls
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation primero. Si no se resuelve la disputa,
puede entonces comunicarse con el Departmento de
Seguros de Texas.
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de infromacion y no se
converte en parte o condicion del documento adjunto.