HomeMy WebLinkAboutKamins Construction COMSTIEUCTECE S
PO Box 867
Bothell, WA 98041 12A CITY OF RENTON
NI 4 2025
RECENED
CITY CLERKS OFFICE
eg).•
sketwoof.5. dvauk% 4VNt1 tte$6\ kdr\0 \
Vlb 2S • 2"O
C. PIG
PRO..ECT PROPOSAL
Project: Maplewood Sidewalk Rehabilitation
Federal Aid No: N/A
City Project Number: TED4004265
City Contract Number: CAG-25-290
Company: Kamins Construction Inc
Address: PO Box 867 Bothell, WA 98041
Phone Number: 206-396-9115
Fax Number: 877-710-9005
Total Bid Amount: $ aS-d Zco . c)9
(Total of Bid Schedule)
Contract Documents Page 11
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
, PROPOSAL COVER PAGE
Maplewood Sidewalk Rehabilitation
o
TO THE CITY OF RENTON
RENTON, WASH INGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work, and the nature of the work, and the method bywhich payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in
accordance with these Contract Documents, for the Total Bid Amount shown on the attached
Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith,pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of(check one)
bid bond, or
0 cashier's check (made payable to the City of Renton),or
O postal money order (made payable to the City of Renton),in an amount equal to five percent
(5%)of the Total Bid Price, is attached hereto.
If a bid bond is signed by an attorney-in-fact,Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety's by-laws or other applicable rules and resolutions, and include all necessary
corporate seals. signatures,and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60_caiendardays after
the opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his
or her Bid and furnish a contract bond within a period of ten_(10)_days from the date at which he or
she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to
the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352.
Bidder hereby agrees to complete the Physical Work in all respects within 60 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
Contract Documents Page 12
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
-0- Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM SPEC.
ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
1 Roadway Surveying 1-05 LS 1
;SOoo.00 S-000.O
2 ADA Features Surveying 1-05 LS 1
2425.00 a61,5.oo
3 Record Drawings 1 055P LS 1 15o°0.00 ( .0 .o0
4 SPCC Plan 1-07.15 LS 1
1 000.00 (000.00
5 Mobilization 1-09 LS 1
_ 5'51'4.00 S'%514 .00
�6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00
7 Pedestrian Traffic Control 1-10 LS 1
:2421%00 2.G1C.00
8 Flaggers 1-10 HR 10 (,OO
(0. 00
9 Other Traffic Control Labor 1-10 HR 100
1.00 too. 00
10 Construction Signs Class A 1-10SP SF 1,000 S,2S SIS0 00
11 Other Temporary Traffic Control Devices 1-10 LS 1
S' 400.00 Syt„coo.00
12 Clearing and Grubbing 2-01 SF 10,145 k,4S ,41%0• 25
13 Native Growth Protection Fence 2-01 LF 115
S.25 (.0115.
14 Removal of Structures and Obstructions 2-02 LS 1 S1qG'9.0 101g‘G
15 Removal of Portions of Existing Concrete 2-02 SY 279
16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408
Gutters 2O,$6 gl'NS(). St
17 Pothole existing utilities 2-03SP EA 10 y14.66 (4744G.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
-0 Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM SPEC.
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE* EXTENSION
NO. SECTION
18 Roadway Excavation incl.Haul 2-03 CY 333
GS.IS 2111E. 25-
19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 Concrete) 41 .(.1 J Gy G Oct •1
20 HMA CL 1/2",PG 64-22" 5-04SP TON 683
V))5.51 e115414 .11
21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25
I ST.S%. 'I G 3' oo
22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 ri
12 In.Diam. 1Nk•2.‘ 4 e CIS.1,%
23 Catch Basin Type 1 7-05 EA 9
2051 Al 1 ay c.y .S 3
24 Saddle Storm Manhole 48" 7-05 EA 1
114143.‘c 1ySca
25 Open Grate Locking Lid 7-055P EA 1
26 Thru-curb Inlet 7-055P EA 7 SyC.$O 5-1 Zy .10
27 Adjusted Catch Basin Lid _ 7-05SP EA 3 ($.00 (8to.
28 Adjust Manhole Lid 7-05 EA 5
loSo.o0 Siso.00
29 Adjust Water Valve Box 7-05SP EA 1
1$1 .50 12 •SO
30 Adjust Utility Lid 7-055P EA 20 (..S1.50 1 $G50.00
31 Hydrant Assembly 7-14.5 EA 1 Iby41.6o IG451.Go
32 Remove Hydrant and Salvage 2-02.3(7) EA 1
at‘o.no .9.1GO .tio
33 Erosion Control and Water Pollution 8-01 LS 1
Prevention 2G%S'.oO 2615.00
34 Inlet Protection 8-01 EA 10 Sy.oc. BMO.op
Maplewood Sidewalk Rehabilitation �1
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM SPEC.
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE* EXTENSION
NO. SECTION
35 Seeded Lawn Installation 8-02 SY 1,333 2
•G? ',SbS 3
36 Topsoil,Type A(2"Depth) 8-02SP CY 310
GS.Io 'oNa .00
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 yy ,Se‘ Cob
iq *Oq
38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 P 7
l oo .1 40110.14
39 Monument Case and Cover(Adjust or 8-13 EA 3
Replace) tOSQ.00 '4\SO.00
40 Monument,Monument Case&cover 8-13 EA 1
a SS" .5� Leal .SCE
41 Cement Conc.Sidewalk 4" 8-14 SY 790
42 Cement Conc.Sidewalk 10" 8-14 SY 78
k_S`.42. 112.co
43 Detectable Warning Surface 8-14 SF 62
ti, .1s 7" 7" .sue
44 Permanent Signs 8-21 EA 3
S25/.o0 1S'lS.00
TOTAL BID AMOUNT= aS,{., 1 Zc, .09
*NOTE:All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)and WAC 458-20-171.
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
DOT Form
07/2011 272-0361 EF
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
�1 Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name Maplewood Sidewalk Rehabilitation
Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the
work of structural steel installation,rebar installation, heating,ventilation and air conditioning, plumbing,as described in
Chapter 18.106 RCW, and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation;
rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s) name.
If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required.To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such
work,the bidder certifies that the work will either(i)be performed by the bidder itself, or(ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name G&G Inc/ GGCOR**081 MU
(and License Number if required)
Work to be performed 30
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed —
Subcontractor Name Kamins Construction Inc
(and License Number if required)
Work to be performed Structural Steel and Rebar
*Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015 Revised 06/2025
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Afffida
APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allovvable Percent (By Weight) of Recycled Material, of the
Standard Specifications.
Proposed total percentage: 2 percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Kamins Construction Inc
Signature of Authorized Official:
Date: 10/14/2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Washington State
�4111111
� Department of Transportation
Contractor Certification
Wage Law Complialce - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NQT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.45, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name: Kamins Construction Inc
Name of Contractor/Bidder-Print full legal entity name of firm
By: Chad Kamins
Signature of authorized person Print Name of person making certifications for firm
Title: President Place: Bothell, WA
Title of person signing certificate Print city and state where signed
Date: 1 0/1 4/2025
Form 272-009
06f2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
r G� PROPOSAL SIGNATURE PAGE
,vt �"
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 10/14/2025 4
2 10/14/2025 5
3 6
Note:a Proposal may be considered irregular and maybe rejected if the receipt of Addenda is not
acknowledged.
The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
• Kamins Construction Inc
[Signature of Authorized Official]` [Business Name]
Chad Kamins PO Box 867 Bothell, WA 98041
[Printed Name] [Address Line 1]
President
[Title] [Address Line 2]
10/14/2025 206-396-9115
[Date] [Telephone Number]
*Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity
shall be submitted with the Bid. Otherwise. the submitted Bid will be considered irregular and non-
responsiveand the Bid will.be rejected
Note:The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity(e.g. corporation, partnership,etc.)
Corporation
State of Incorporation,or State where business entity was formed:
Washington
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration # KAMINCI854BB
UBI# 603 459 120
Industrial Insurance Account# 162,183-01
Employment Security Department# 000-071181-00-5
State Excise Tax Registration# 603 459 120
DUNS#
The Surety Company which will furnish the required Contract Bond is:
Travelers Surety One Town Square, Hartford CT 06183
[Surety] [Address Line 1]
206-367-4352
[Telephone Number] [Address Line 2]
Contract Documents Page 19
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
Bond No.T-502
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS,That we, [Bidder] Kamins Construction, Inc.
of[address] P.O. Box 867 - Bothell,WA 98041
as Principal, and[Surety] Travelers Casualty and Surety Company of America
a corporation organized and existing under the laws of the State of Connecticut
as a surety corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and
firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the
proposal of said Principal for the work hereinafter described,for the payment of which,well and truly
to be made,we bind ourselves and our heirs,executors,administrators and assigns, and successors
and assigns,jointly and severally,firmly by these presents.
The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her
or its sealed proposal for the following public works construction project,to wit:
Mapiewood_Sidew_alkReh_abititation
said bid and proposal,by reference thereto,being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10)days from and after said award,exclusive of the day of such award,then this obligation shall be
null and void,otherwise it shall remain and be in full force and effect.
IN THE EVENT,the Principal, following award,fails to execute an Agreement with the City of Renton
in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of Renton within ten (10)days from and after said award, then Principal shall
forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the State of Washington,and venue shall
be in King County,Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this 6th day of, October 20 25
Contract Documents Page 20
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PRINCIPAL SURETY
Kamins Construction, Inc. Travelers Casualty and Surety Company of America
[PRINCIPAL] [SURETY]
By: " - By: 1/�`' /� -r'�
[Signature of Authorized Official] [Signature of Authorized Official] .fei'C� ---- �ypo'
c� �z
Chad S. Kamins Chris A. Fix � Cc3NN HART FORD
' ,�o,
[Printed Name] [Printed Name]
�'�• ebb,''----�'� .•`'
President Attorney in Fact '�•,,ti��I(II*11y y,����.+
[Title] [Title]
October 6th,2025 October 6th, 2025
[Date] [Date]
Name and address of local office of CB&MS of WA., INC.
Agent and/or SURETY Company:
P.O.Box 681
Bothell,WA 98041
Telephone: 206-361-9693
Surety WAOIC# 10
Surety NAIC# 31194
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Travelers Casualty and Surety Company of America
��► Travelers Casualty and Surety Company
TRAVELERS J 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 CHRIS A FIX of
BOTHELL , Washington , their true and lawful Attorney(s)-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 instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April,
2021.
itotvalepan *nit
ITO1
� sr
114,1 Aft
4/ %a-
State of Connecticut
By:
City of Hartford ss. Robert L.Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
rP �
IN WITNESS WHEREOF,I hereunto set my hand and official seal. ���9lu (J i��
*Duff ;
My Commission expires the 30th day of June,2026 * .1.
°ueLI Anna P.Nowik,Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies,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 or 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
Attomey 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 each of the Companies, do hereby certify that the above and foregoing is a
�*
true and correct copy of the Power of Attorney executed by said Companieoq ippe�s in full force and effect.
U •
w-U �i
Dated this 02 day of Q a��r ,aQas .���Y •' '`.y�'p��s,
�L1AnT perry
�MwO► 4�•�tr Epp f , ' AR 1 FORD i Z a
I CONN. ; o11/4,4 : f
• ' .+�f S'
S 941,�' •` LEHughetantSecretary
'*d �•.•'�
ew
To verify the authenticity of this Power ofktbohey;`)!lease call us at 1-800-421-3880.
Please refer to the above-named Attomey(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.