HomeMy WebLinkAboutContract #: 1808 - From: 12-30-2024 To: 03-31-2025 - Eagle Point - Stevens Estate i
CONTRACT NO. V
VENDOR NO. 9703
BUILDING CONSTRUCTION CONTRACT WITH THE TOWN OF NORTH ANDOVER
THIS CONTRACT made and entered into thi--�30 day of December, 2024, by and between
Eaglepoint Builders, Inc., a domestic profit corporation duly authorized by law and having a
principal place of business at 54 Burnham Street, Belmont, MA 02478, hereinafter called
"CONTRACTOR", and the TOWN of North Andover, ("TOWN") a municipal corporation duly
established by law and located at 120 Main Street, North Andover, in Essex County,
Commonwealth of Massachusetts.
WHEREAS, the TOWN issued its Invitation for basement/crawl space renovations at the Stevens
Estate; and
WHEREAS, the CONTRACTOR represents that it is duly qualified in this field, and has agreed to
perform such services for the TOWN, when requested by the Department Head or his designee;
and
WHEREAS, the TOWN has accepted the CONTRACTOR'S offer.
NOW, THEREFORE, IT IS AGREED by and between the Parties as follows:
-I-
The CONTRACTOR agrees that it will furnish all the necessary equipment, materials, and labor
required to complete the basement/crawl space renovations at the Stevens Estate, in strict
accordance with the Specifications, as directed by the Department Head, during the period
commencing upon execution and terminating March 30, 2025, and will perform such work in a
good workmanlike manner. Time is of the essence for this Contract. Any extensions of time must
be in writing and are at the sole discretion of the TOWN.
-2-
The Invitation for Bid,the Specifications,the Bid,the Bid Deposit,the Payment Bond, all required
Certifications, all Insurance Binders, and the Schedule of Minimum Wage Rates, as established
by the Director of the Department of Labor Standards in the Executive Office of Labor and
Workforce Development, are incorporated herein and made a part of this CONTRACT.
-3-
Total payments under this CONTRACT shall not exceed One Hundred Thirty-nine thousand three
hundred ninety and 00/100 ($139,390.00) Dollars. This Contract is expressly subject to and
contingent upon an appropriation of funds.
-4-
The TOWN agrees to use best efforts to pay for services within thirty (30) days of receiving an
invoice,so long as all services provided are sufficiently detailed in the invoice,and that the invoice
has filed with the contracting department. Any payment under this Contract shall not constitute
or be deemed a waiver, relinquishment, release, or abandonment of any claim which the TOWN
may have against the CONTRACTOR for breach of this Contract.
-5-
The CONTRACTOR agrees that no obligation shall be considered to have incurred under this
CONTRACT unless and until a purchase order shall have been duly issued and approved.
And further, that the obligation incurred shall be limited to the amount set forth in purchase
order or purchase orders duly issued and approved.
-6-
The TOWN, in consideration of the above CONTRACTS on the part of the CONTRACTOR to be
performed, agrees to pay to the CONTRACTOR the price set forth in Paragraph No. 3 for all work
performed and the necessary equipment, tools, appliances and materials furnished hereunder.
The TOWN agrees to use best efforts to pay for services within thirty (30) days of receiving an
invoice,so long as all services provided are sufficiently detailed in the invoice,and thatthe invoice
has filed with the contracting department. Any payment under this Contract shall not constitute
or be deemed a waiver, relinquishment, release, or abandonment of any claim which the TOWN
may have against the CONTRACTOR for breach of this Contract.
-7-
The work to be done under this CONTRACT, including all the necessary labor, equipment, tools,
appliances and materials in connection therewith must, in all respects, notwithstanding any
provision herein to the contrary or inconsistent therewith, meet with the approval of the
contracting Department Head. The CONTRACTOR states that it is qualified, and is in all relevant
aspects, in good standing. The CONTRACTOR certifies that performance under this Contract will
meet ethical business standards and good stewardship of taxpayer and public funding to prevent
waste or abuse.
-8-
No laborer, workman or mechanic, working within the Commonwealth, in the employ of the
CONTRACTOR, or any subcontractor authorized under this CONTRACT shall, in connection with
the work to be done under this CONTRACT, be required or requested to work more than eight
(8) hours in any one (1) calendar day, or more than forty-eight (48) hours in any one (1) week,
except in cases of extraordinary emergency, unless otherwise provided by law.
-9-
The CONTRACTOR shall at all times during the Contract maintain in full force and effect
Employer's Liability, Worker's Compensation (MGL c.152), Public Liability, and Property Damage
Insurance, including contractual liability coverage. All insurance shall be for policy limits
acceptable to the TOWN; all required insurance shall be certified by a duly authorized
representative of the insurers on the "MIIA" or "ACORD" Certificate of Insurance form
(incorporated into and made a part of this agreement); and before commencement of work
hereunder the CONTRACTOR agrees to furnish the TOWN with certificate(s)of insurance or other
evidence satisfactory to the TOWN. The certificates shall contain the following express
obligations: "in the event of cancellation or material change in a policy affecting the certificate
holder, thirty (30) days prior written notice will be given the certificate holder. Where notice is
not provided by CONTRACTOR's insurer, the notice will be provided by the CONTRACTOR." The
TOWN shall be named as an additional insured under each policy or policies, except Workers'
Compensation.
For the purpose of the Contract,the CONTRACTOR shall carry the following types of insurance in
at least the limits specified below.
Workers' Compensation—the required statutory amount
Employer's Liability—$500,000
Bodily Injury& Property Damage Liability Except Automobile—$500,000
Automobile Bodily Injury& Property Damage Liability—$1,000,000 combined single limit for each
accident.
Excess Umbrella Liability—$5,000,000 for each occurrence
-10-
It is further agreed by the CONTRACTOR that, in the event the TOWN is sued in a court of law or
equity, or demand is made upon the TOWN for payment of any damages arising out of the
CONTRACTOR'S performance or non-performance of this Contract, then the CONTRACTOR,
without reservation, shall indemnify and hold harmless the TOWN against any and all claims
arising out of the CONTRACTOR'S performance or non-performance of the CONTRACT.
To the full extent permitted by law, no official, employee, agent or representative of the TOWN
of North Andover shall be individually or personally liable on any obligation of the TOWN under
this Contract.
-11-
The CONTRACTOR agrees that the cost of Liquidated Damages shall be a fixed amount of FIVE
HUNDRED and 00/100 DOLLARS ($500.00) for each consecutive calendar day the CONTRACTOR
is in default of the Time for Completion condition for this contract.
-12-
This Contract is subject to all laws of the Commonwealth of Massachusetts, federal, state and
local, which are applicable to this Contract or work with a public entity; and it is presumed that
the CONTRACTOR is cognizant thereof. Any and all proceedings or actions relating to the subject
matter herein shall be brought and maintained in the courts of the Commonwealth, which shall
have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal
rights of the parties.
-13-
The CONTRACTOR agrees to comply with all the provisions of General Laws, Chapter 30, Sections
39M and 39N, and Chapter 149, Sections 26 and 27, and all related sections, including
amendments thereto, in performing all work under this CONTRACT, and the provisions of said
sections are made a part of this CONTRACT and are to be considered as covenants, terms and
conditions hereof as though all the provisions were specifically incorporated herein, and the
provisions of the said sections shall apply even though it may appear they are not applicable to
the work of the type to be performed under this CONTRACT. The said CONTRACTOR agrees to
pay the Wage Scale, as established by the Director of the Department of Labor Standards in the
Executive Office of Labor and Workforce Development, a copy of which is attached hereto and
marked "D" and the CONTRACTOR further agrees that, in the event that there are to be
employees of classifications other than those specifically stated herein engaged in the work to
be performed under this CONTRACT, to submit a list of the additional classifications of those to
be employed to the Department Head involved in this project, and the said CONTRACTOR agrees
that it will pay the Schedule of Wages, as determined by the said Director of the Department of
Labor Standards in the Executive Office of Labor and Workforce Development, under the
provisions of General Laws, Chapter 149, Section 27, and the amendments thereto.
-14-
The CONTRACTOR will carry out the obligations of this Contract in full compliance with all of the
requirements imposed by or pursuant to General Laws c.151, §1, et seq. (Minimum Wage Law)
and any executive orders, rules, regulations, and requirements of the Commonwealth of
Massachusetts as they may from time to time be amended. The CONTRACTOR will at all times
comply with the wage rates as determined by the Commissioner of the Department of Labor and
Industries, under the provisions of General Laws c.149, §§26 to 27D (Prevailing Wage Law), as
shall be in force and as amended. The CONTRACTOR will, in addition to any other submissions
required by the Prevailing Wage Law, submit certified weekly payrolls to the TOWN with the
information described in General Laws c.149, §27B.
-15-
The CONTRACTOR will carry out the obligations of this Contract in full compliance with all of the
requirements imposed by or pursuant to General Laws c.151B (Law Against Discrimination) and
any executive orders, rules, regulations, and requirements of the Commonwealth of
Massachusetts as they may from time to time be amended.
The CONTRACTOR shall comply with all federal and state laws, rules and regulations promoting
fair employment practices or prohibiting employment discrimination and unfair labor practices
and shall not discriminate in the hiring of any applicant for employment nor shall any qualified
employee be demoted, discharged or otherwise subject to discrimination in the tenure, position,
promotional opportunities, wages, benefits or terms and conditions of their employment
because of race, color, national origin, ancestry, age, sex, religion, disability, handicap, sexual
orientation or for exercising any rights afforded by law.
-16-
The CONTRACTOR shall give its personal attention constantly to the faithful performance of the
work and shall not assign or delegate, in whole or in part or otherwise transfer any liability,
responsibility,obligation, duty or interest under this Contract without the written approval of the
TOWN.
Any subcontract entered into by the CONTRACTOR for the purposes of fulfilling the obligations
under this Contract must be in writing, authorized in advance by the TOWN and shall be
consistent with and subject to the provisions of this Contract. Subcontracts will not relieve or
discharge the CONTRACTOR from any duty, obligation, responsibility or liability arising under this
Contract. The TOWN is entitled to copies of all subcontracts and shall not be bound by any
provisions contained in a subcontract to which it is not a party.
-17-
This Contract shall not be in force until the CONTRACTOR has executed and delivered to the
TOWN and until the TOWN has accepted a Bid Deposit of Five (5%) percent of the value of the
total bid; a Payment Bond in the amount of Fifty(50%) percent of the contract price.The Payment
Bond shall be secured by and paid for by the CONTRACTOR and shall be issued by a Surety
Company satisfactory to the Department Head overseeing the CONTRACT.
-18-
It is further agreed that the TOWN may terminate this CONTRACT without cause, upon fourteen
(14) days' written notice to the other party, sent by certified mail, to the usual place of business
of the other party. The TOWN may also terminate this CONTRACT at any time for cause.
-19-
The undersigned certifies under penalties of perjury that this bid or proposal has been made and
submitted in good faith and without collusion or fraud with any other person. As used in this
certification, the word "person" shall mean any natural person, business, partnership,
corporation, union, committee, club or other organization, entity, or group of individuals.
-20-
It is understood and agreed by the TOWN and the CONTRACTOR that a Contract Performance
Record Form must be completed on this contract by the Department Head or his designee who
is supervising this contract, and such Contract Performance Record Form must be submitted to
the TOWN Manager, TOWN Auditor, and Purchasing Agent prior to release of final payment
under this contract. If requested bythe CONTRACTOR a copy of the Contract Performance Record
Form shall be furnished to the CONTRACTOR.
-21-
The CONTRACTOR certifies that any and all taxes and municipal fees due and owing to the TOWN
of North Andover have been paid in full.
-22-
All fees for permits or licenses required for this project by the TOWN shall be waived, however,
fees for all other permits or licenses required for this project shall be an expense of the
CONTRACTOR.
-23-
Notwithstanding anything in the Contract documents to the contrary, any and all payments which
the TOWN is required to make under this Contract shall be subject to appropriation or other
availability of funds by the TOWN Accountant.The TOWN may immediately terminate or suspend
this CONTRACT without liability on the part of the TOWN for damages, penalties or other charges
in the event the appropriation funding this CONTRACT is terminated or reduced to an amount
which will be insufficient to support anticipated future obligations under this CONTRACT.
-24-
This contract is only binding upon, and enforceable against the TOWN if: 1)the Contract is signed
by the TOWN Manager or her designee; 2) and endorsed with approval of TOWN Counsel as to
form.
At any time during normal business hours, and as often as the TOWN may deem it reasonably
necessary, there shall be available in the office of the CONTRACTOR for the purpose of audit,
examination, and/or to make excerpts or transcript all records, contracts, invoices, materials,
payrolls, records of personnel, conditions of employment and other data relating to all matters
covered by this Agreement.
-25-
This instrument, together with its endorsed supplements, and the other components of the
contract documents, constitutes the entire contract between the parties, with no agreements
other than those incorporated herein.Any Amendments to this Contract must be made in writing
and executed by all signatories to the original Contract, prior to the effective date of the
amendment.
-26-
Any notice permitted or required under the provisions of this Contract to be given or served by
either of the parties hereto upon the other party hereto shall be in writing and signed in the name
or on the behalf of the party giving or serving the same. Notice shall be deemed to have been
received at the time of actual service or three (3) business days after the date of a certified or
registered mailing properly addressed. Notice to the CONTRACTOR shall be deemed sufficient if
sent to the address set forth in the Contract and to the TOWN of North Andover by being sent to
the TOWN Manager,TOWN Hall, 120 Main Street, North Andover, Massachusetts 01845.
IN WITNESS WHEREOF,the CONTRACTORS and the said TOWN OF NORTH ANDOVER have hereto
and to a duplicate and triplicate hereof, caused their corporate seals to be affixed and these
presents, together with said duplicate and triplicate, to be signed in their name and behalf by
their duly authorized officers the day and year first above written.
APPROVED: �. CONTRACTORS
f�
B .
Melissa Murphy-Rodrigues
Town Manager, North Andover Fed.I.D. or Social Security No.
APPROVED AS TO FORM: TOWN OF NORTH DO E
Christine P. O'Connor Steve Fos t�`r, Fa ' ities Director
Town Counsel Depa, /e 't Head
Y0414 LA4 I-AJ4
Ky Wa e
Town Accountant
Date: h2 d)
EAGLPOI-03 NFOWLER
ACORO'" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY)
`- 12/11/2024
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsements).
PRODUCER License#1780862 N ACT Jeffrey Mills
HUB International New England PnHic°°,No Ea: 781 792.3256 FAX No
300 Baliardvale Street
Wilmington,MA01887 A' .'effre .mills hubinternational.com
INSURERS AFFORDING COVERAGE NAIC#
INSURER :Selective Insurance Company of South Carolina 19259
INSURED INSURERB:ASSOciated Employers Insurance Company 11104
Eagle Point Builders,Inc INSURERC:
54 Burnham Street INSURER D:
Belmont,MA 02478 INSURERS:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMBS
A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,000,000
CLAIMS-MADE [K OCCUR X $2641519 9/26/2024 9/26/2025 DAMAGE TO RENTED 500,000
MED EXP(AnyonePerson) $ 15,000
PERSONAL&ADV INJURY 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000
X POLICY❑spn LOC PRODUCTS-COMP/OP AGG 2,000,000
OTHER:
A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000
ANY AUTO A 9110636 9/26/2024 9/26/2025 BODILY INJURY Perperson)
OWNED SCHEDULED
AUTOS ONLY Ix
AUUTOOSyy ED BRODILY INJURY Per accidentXAUTOS ONLY AUTOS ONLY PeOa-E C719 AMAGE $
A X UMBRELLA LIAR X OCCUR EACH OCCURRENCE 5,000,000
EXCESS LIAB CLAIMS-MADE $2641519 9/26/2024 9/26/2025 AGGREGATE $ 51000,000
DEO I I RETENTION$
B WORKERS COMPENSATION I PER A LITE OTH-
AND EMPLOYERS'LIABILITY 500-5029958-2024A 9/26/2024 9/26/2025 1,000,000
Y 1 N ANY PROPRIETORMARTNERIEXECUTIVE E.L.EACH ACCIDENT
Q FILER�MEMgER EXCLUDED? N I A
(Mandatory fn NH) E.L.DISEASE-EA EMPLOYEE 1,000,000
It yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required)
renovations project at the Stevens Estate
The Town of North Andover is Included as additional Insured with respect to General Liability,per policy provisions,if requirement is contained in written
contract with the named Insured and executed prior to a loss/claim/incident.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Town Of North Andover THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Ms.Laurie A.Bualaff,Asst.Town Manager
120 Main Street
North Andover,MA 01845 AUTHORIZED REPRESENTATIVE
`"WWI
ACORD 25(2016103) 01988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
PAYMENT ON
Bond No. 2362326
KNOW ALL MEN BY THESE PRESENTS, that we Eaglepoint Builders.Inc.
with a place of business at 54 Burnham street Belmont,MA 02t78
as Principal(the"Principal"),and Swiss Re Corporate Solutions America Ins.,Corp. ,a corporation
qualified to do business in the Commonwealth of Massachusetts, with a place of business at
1200 Main St.,Suite 800 Kansas City Missouri as Surety
(the'Surety"),are held and firmly bound unto the Town of North Andover,Massachusetts as Obligee(the
"Obligee"), in the sum of Sixty Nine Thousand Six Hundred Ninety Five Dollars and 00/Cents$69,695.000lawful money of the
United States of America,to be paid to the Obligee,for which payment,well and truly to be made,we bind
ourselves, our respective heirs, executors, administrators, successors and assigns,jointly and severally,
firmly by these presents.
WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of
for the construction of Steven Estate Floor:Stabilization
NOW,THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said
contract shall pay for all labor performed or furnished and for all materials used or employed in said contract
and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to
said contract that may hereafter be made,notice to the Surety of such modifications,alterations,extensions
of time,changes or additions being hereby waived,the foregoing to include,but not be limited to,any other
purposes or items set out in, and to be subject to,the provisions of Massachusetts General Laws, Chapter
30,Section 39M,and Chapter 149,Section 29,as amended then this obligation shall become null and void,
otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this
day of gym. ,. n(!5�yz_
PRINCIPAL SURETY
Eaglepoint Builders,Inc. Sloss Re Corporate Solutions America Ins.Corp.
SEAL
[Name and dal] [Attorney In-fact][Seal]Adam W.DeSanctis,Attorney-in-fact
1200 Main St.,Suite 800
.V y Kansas City Missouri
c,w
[Title] [Address]
781-935-8480
Attest;• nTM... [Phone]
� Attest:
V
Town of North Andover lFB Page 16 of 16
Plumbing Services
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC")
WESTPORT INSURANCE CORPORATION("WIC")
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 office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of
Missouri and having its principal office 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:
JAMES J.AXON,PAUL A.PATALANO,ADAM W.DESANCTIS,MICHAEL T.GILBERT,CHRISTINE B.GALLAGHER,BRYAN F.JUWA,DAVID A.BOUTIETTE,
REBECCA SHANLEY,JONATHAN E.DUGGAN,LINDSAY A.RAFFAEL.JORDAN J.TIRONE,RYAN M.MOSES,BRIAN R.KRAFT AND ELIZA MOROG
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver, for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature 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 otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of
ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)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 18,2011.
"RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant
Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to
attest to the execution of any such Power ofAttomey and to attach therein the seal of the Corporation; and it is
FURTHER 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 relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
bindine u°on the Corporation when so affixed and in the future with ret=_ard to anv bond.undertaking or contract of surety to which it is attached."
AMFH/C''�,, ,.'a'C\ONS PRFA,
F 's
rO.Hq'l4�tif'., ` r, � � �0
4 . G F '..Pvi 'L F'G-' By �,ttYQt��"
S E AON
S E A L : " °°•id satnry,Senior Vice President of SRCSAIC&Senior Vice President ♦j SEA(. Sr
_ :o I n a of SRCSPIC&Senior Vice President of WIC
.'�ss.'R�/S's°`'.'.L'�ao•' ;��r••g,/sSOO...d B '' it '~ �'f•
*.. ,s,. Cerald]agrowsld,Vice President ofSRCSAIC&Vice President°(SRCSPIC I
&Vice President of WIC
IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their
authorized officers
this 1ST day of OCTOBER 20 24
S:viss Re.Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
County of Cook ss Westport Insurance Corporation
On this 1ST day of OCTOBER 20 24 ,before me,a Notary Public personally appeared David Satory ,Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald JaQrowski,Vice President of SRCSAIC and Vice President of
SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney
as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies.
.. .
KW-
Karen\ nsed.�Not:uy
1,Jeffrey Goldbere,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of___.______,20_
Jeffrey Goldberg,Senior Vice President&
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC