Loading...
Sunset Pools and Construction Waterpark Lazy River Repair Bid, 2-26I SPECIFICATIONS AND BIDDING DOCUMENTS Woodland Water Park Lazy River Resurfacing CITY nl' KA ISPELL Parks & Recreation Department January 2026 l Name of Bidder Address mot- S Lck e �� ti-2 �c� �� , S 1�. , MT- 54070l Telephone Number `t D(.�, -j5 O 0 3 Kalispell Parks and Recreation Woodland Waterpark Lazy River Repair and Resurfacing The City of Kalispell Parks and Recreation Department is requesting bids from qualified aquatic contractors for repair and resurfacing of the Woodland Waterpark Lazy River, located at 45 N. Woodland Park Road in Kalispell, MT. The project includes furnishing labor, materials, equipment, and supervision required to repair and then resurface the lazy river in accordance with industry standards, applicable codes, and the specifications outlined in this IFB. The existing condition of the lazy river includes multiple layers of paint, multiple small cracks, and previous crack repairs; all of which will need to be addressed and repaired prior to resurfacing. All bidders are required to submit a lump sum cost for all identified bid items in the Base Bid. Bidding documents may be examined at the City of Kalispell Parks and Recreation Department, 15 Depot Park, Kalispell, Montana 59901. Bids must be received by 2:30 pm local time, 2/19/2026, at the following address: Attn: Aimee Brunckhorst, City Clerk Re: WWP Lazy River IFB 201 1 st Avenue East P.O. Box 1997 Kalispell, Montana, 59901 All bids will be publicly opened and read aloud at 2:30 pm on 2/19/2026 in the first floor conference room located at City Hall, 201 1 st Avenue East Kalispell, Montana, 59901. Please direct questions pertaining to the project to Fred Bicha at 406-758-7716 email: fbicha@kalispell.com or Stephanie Brown at 406 758-7717 email: sbrown@kalispell.com, or visiting 15 Depot Park, Kalispell, Montana 59901. The City of Kalispell looks forward to receiving your bid. -7�alw. KALISPELL Title CITY OF KALISPELL Woodland Waterpark Lazy River Repair and Resurfacing Project Number of Pages Table of Contents (This Page)........................................................................ 2 Preliminary Timetable.................................................................................... 3 00100 Invitation for Bids................................................................................ 4 00300 Bid Conditions..................................................................................... 7 00310 Product Specifications.........................................................................11 00400 References............................................................................................12 00500 Agreement............................................................................................13 BidBond......................................................................................................... 20 Performance Bond.......................................................................................... 23 2 3 PRELIMINARY TIMETABLE January 25, 2026 PUBLISH ADVERTISEMENT FOR BIDS February 8, 2026 PUBLISH ADVERTISEMENT FOR BIDS February 19, 2026 OPEN BIDS — 2:30 PM March 2, 2026 CITY COUNCIL AWARD BID March 3, 2026 ISSUE NOTICE OF AWARD March 6, 2026 AGREEMENT SIGNED April 1, 2026 ANTICIPATED WORK TO BEGIN May 15, 2026 INSTALL COMPLETE Woodland Waterpark Lazy River Repair and Resurfacing Project Preliminary Timetable 4 SECTION 00100 INVITATION FOR BIDS The City of Kalispell, Montana seeks sealed bids for the 2026 Woodland Waterpark Lazy River Repair and Resurfacing Project. The project primarily consists of furnishing materials, labor, equipment, and supervision required to repair and refinish the Lazy River at Woodland Waterpark located at 45 N. Woodland Park Road, Kalispell, Montana. The lazy river is approximately 500 feet in length, approximately 3 —10 ft in height, and approximately 12 feet wide. There is a splash zone (tank) at the bottom of two slides that is approximately 28 ft wide and 28 ft in length and 4- 6 feet high. There are two entry and exit points with stairs. The existing condition of lazy river includes multiple layers of paint, multiple small cracks and previous crack repairs; all of which will need to be addressed and repaired. Specific services to be provided for this project include but are not limited to the following: A. Surface Preparation • Drain Lazy River. • Properly manage and dispose of wastewater in accordance with applicable regulations. • Remove existing paint, coatings, and deteriorated materials down to original base. • Prepare all surfaces to receive new finish. • Identify, clean, and repair all cracks. B. Structural & Surface Repairs • Patch and repair cracks and surface defects using materials appropriate for aquatic environments. • Feather repairs to provide a smooth, continuous substrate. • Address transitions, corners, stairs, and high -wear areas. C. Resurfacing • Furnish and install a new thermo-polymer finish suitable for public waterpark use. • Finish shall be slip -resistant, durable, and compatible with existing pool chemistry. • Apply anti -slip coating to steps and first few feet of pool bottom surface to prevent slips. • Apply edge stripe on stairs in complimentary color to highlight steps. • Color and finish type shall be approved by the City prior to installation. D. Startup & Closeout • Clean and prepare surfaces for refill. • Assist with refill and initial startup as required. • Conduct final walkthrough with City staff. • Provide warranty documentation and maintenance recommendations. The City will only be accepting bids through the mail or hand delivered. To access bid documents electronically and to download the project documents visit https://www.kalispell.com/bids.aspx Woodland Water Park Lazy River Repair and Resurfacing 00100-4 Information for Bidders and select the Woodland Waterpark Lazy River Repair and Resurfacing. The Woodland Waterpark Lazy River Repair and Resurfacing Project shall be performed by a Contractor who is registered with the Montana Department of Labor and Industry. The Contractor shall be properly registered at the time of submitting the Bid. For more information visit: https:Herd.dli.mt.gov/work-comp-regulations/montana-contractor/construction-contractor- registration Any bidder desiring further information may ask general questions pertaining to the project by contacting Fred Bicha at 406-758-7716 email: fhicha@kalispell.com or Stephanie Brown at 406 758-7717 email: sbrown@kalispell.com, or visiting 15 Depot Park, Kalispell, Montana 59901. A Pre -Bid Meeting will be held at Kalispell Parks and Recreation in the upstairs meeting room located at 15 Depot Park, Kalispell, Montana 59901 at 2:30 pm MST on Thursday, February 12, 2026. Bids will be received until 2:30 pm MST on February 19, 2026. All bids shall be sealed and mailed or hand delivered to: Attention: City Clerk, RE: WWP Lazy River, 201 First Avenue East, Kalispell, Montana 59901. Mailing address: PO Box 1997, Kalispell, MT 59903. All bids will be publicly opened and read aloud at 2:30 pm in the first -floor conference room at 201 First Avenue East, Kalispell, Montana 59901. All bidders shall, as bid security, accompany the bid with: 1) lawful currency of the United States or a cashier's check; or 2) a certified check or bank money order drawn and issued by a national bank located in Montana or by a banking corporation incorporated in Montana; or 3) a bid bond or bonds, executed by a surety corporation authorized to do business in Montana. The bid security shall be in the amount of ten percent (10%) of the amount bid. Any such bank instrument shall be payable to the City of Kalispell. If a contract is awarded, the bidder whose bond is accepted and who shall thereafter refuse to enter into and execute the proposed contract, or as stated in the covenant, shall absolutely forfeit such moneys or bank instruments to the City, and become immediately liable on said bid bond in said sum. The bid security shall be returned to the unsuccessful bidders. All bids must expressly covenant that if the bidder is awarded the contract, the bidder shall within fifteen (15) calendar days of the acceptance of said bid by the City Council, enter into a contract and give good and sufficient bond to secure the performance of the terms and conditions of the contract. In the event the successful bidder does not enter into a formal contract within fifteen (15) calendar days or give sufficient bond to secure performance, the bidder shall pay unto the City the difference between the amount of the bid of said bidder and the amount for which the City legally contracts with another party to perform said work if the latter amount is more than the former. No bid shall be withdrawn after the opening of bids without the consent of the City Council for a period of sixty (60) days after the scheduled time of receiving the bids. The City will accept the lowest responsible bid that meets conditions outlined in this IFB, but the Council reserves the right to reject any and all bids or to waive any technicality or informality and Woodland Water Park Lazy River Repair and Resurfacing 00100-5 Information for Bidders C accept any bid which may be deemed in the best interest of the City. The successful bidder will be required to abide by Federal and State laws, particularly Section 18- 2-401 et seq., M.C.A. (Montana Prevailing Wage Rates) The successful bidder will be required to furnish an acceptable security for the full amount of the contract for faithful performance thereof and payment of labor, material and subcontractor claims. The successful bidder will be assessed the Montana Contractor's withholding tax. The successful bidder shall be required to furnish to the City evidence of insurance in accordance with the Sixth Edition of the Montana Public Works Standard Specifications. The successful bidder shall for the purpose of the Contract with the City, name the City of Kalispell as additional insured on said policy while performing work under City contract. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 18, 2025, and subject to further approval by City Council on March 2, 2026. City of Kalispell Aimee Brunckhorst City Clerk Publish: January 25, 2026 February 8, 2026 Woodland Water Park Lazy River Repair and Resurfacing 00100-6 Information for Bidders SECTION 00300 BID CONDITIONS PROJECT IDENTIFICATION: Woodland Waterpark Lazy River Repair and Resurfacing Project THIS BID IS SUBMITTED TO: City of Kalispell 20111 Avenue East P.O. Box 1997 Kalispell, Montana 59903-1997 ARTICLE I — CONTRACT 1.01 The Bidder proposes and agrees, if the Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2- BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. ARTICLE 3- SUBMITTING THE BID 3.01 In submitting the Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, and other related data identified in the Bidding Documents. B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. Woodland Water Park Lazy River Repair and Resurfacing 00300-7 Bid Conditions M D. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, or expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. E. Bidder does not consider any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of the Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. F. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. G. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. H. Bidder has given Parks Assistant Director written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Parks Assistant Director is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which the Bid is submitted. 3.02 Bidder further represents that the Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual, firm, or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 3.03 The Bidder certifies that no official of the OWNER, Parks Assistant Director or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. Woodland Water Park Lazy River Repair and Resurfacing 00300-8 Bid Conditions 01 ARTICLE 4 - BID SHEET SCHEDULES 4.01 The Bidder will complete all Woodland Waterpark Lazy River Repair and Resurfacing work prior to May 15, 2026, in accordance with the specifications and the Contract Documents for the following: 4 22 C 'D c) Lump Sum Bid Price: J �� ©5 &+\A 2 m r % L-�cA-0-ci Lump Sum Bid Price in Wrilften Words A. Bidder will complete the Work for the price set forth in the submitted bid. B. The Bidder agrees that all sales and use taxes are included in the stated bid prices for the work. C. All specific cash allowances are included in the Unit Prices set forth in the submitted bid. D. The OWNER reserves the right to reject any or all bids. 4.02 The bid price shall include all temporary or permanent equipment, materials, supplies, and labor necessary to construct the items in accordance with the Contract Documents. ARTICLE 5 - CONTRACT TIME 5.01 The time of completion of the work is a basic consideration of the Agreement. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated number of days or prior to stipulated date. 5.02 The numbers of days within which, or the dates by which, the Work is to be Completed and ready for final payment are set forth in the Agreement. ARTICLE 6 - LIQUIDATED DAMAGES 6.01 In the event the Bidder is awarded the Contract and shall fail to meet the Final Completion time limits provided by the Contract Documents, liquidated damages shall be paid to the OWNER by the Bidder at the rate of Two Hundred Dollars ($200.00) per calendar day as stated in the Agreement for all work awarded until all work shall be determined to meet the Final Completion requirements of the Contract Documents. 6.02 The Bidder agrees to pay these liquidated damages for failure to complete the work within the specified contract time both for compensation to the OWNER for non-use of the completed work and for compensation to the OWNER for expenses incurred by the OWNER for unscheduled employment of the Assistant Park Director during the contract time overrun. Woodland Water Park Lazy River Repair and Resurfacing 00300-9 Bid Conditions 10 6.03 Liquidated damages shall be deducted from monthly progress payments and the final payment as the damages are incurred. END OF SECTION 00300 Woodland Water Park Lazy River Repair and Resurfacing 00300-10 Bid Conditions 11 MINIMUM SPECIFICATIONS FOR PRODUCT AND WARRANTY WOODLAND WATERPARK LAZY RIVER REPAIR AND RESURFACING PROJECT BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED SPECIFICATIONS A. Lazy River Repair and Resurfacing 1. Thermo -polymer finish ❑ 2. Non -porous. ❑ 3. PH neutral. ❑ 4. Chemical resistant. ❑ 5. Stain resistant.( ❑ 6. Color uniformity.] ❑ 7. Chalk and blister resistant. "e ❑ 8. Fade resistant. El 9. ASTM or ANSI Slip resistant. ❑ 10. Soft on Feet. )_[� ❑ 11. Repairable. e)n' ❑ 12. Eco-friendly. B. Install 1. Site prep time required. 2. Ideal temperatures to apply. �� �SCS,� `O (:) JPcce eS fain 3. Cure time is less than 72 hours. ❑ C. WARRANTY 1. Minimum ten (10) year product warranty.` ❑ 2. Minimum two (2) year labor warranty. ❑ Woodland Water Park Lazy River Repair and Resurfacing 00400-1 Bidder References 0'fa� fND\r -tom o. c 5 C "U�1e -% 0-, Ac* 5 C 'lC i-C [ use cL� Wz..: 1 Ae P rd'r 12 SECTION 00400 BIDDER REFERENCES The Bidder shall provide the following information for three pool projects of a similar nature to the project currently being bid that the Bidder has completed within the past five years in the space provided below. 1 PROJECT I IDENTIFICATION: -A G� �c ass e G� _ � 1�- cb ��n t sk -t n . In, LOCATION: v,1, j br, A v, rv, +-% $ \� Oh v\f f`4 k '�t , v\:v*I PROJECT VALUE: CLIENT AND REFERENCE CONTACT: ye� C r DESCRIPTION OF PROJECT: r- -V'4 r)aornt s rand CC cre (Y-e c PROJECT 2 IDENTIFICATION: LOCATION: PROJECT VALUE: CLIENT AND REFERENCE CONTACT: DESCRIPTION OF PROJECT: PROJECT 3 IDENTIFICATION: LOCATION: PROJECT VALUE: CLIENT AND REFERENCE CONTACT: DESCRIPTION OF PROJECT: Woodland Water Park Lazy River Repair and Resurfacing 00400-12 Bidder References 13 i SECTION 00500 AGREEMENT This Contract dated the day of in the year 2026, by and between City of Kalispell, a Municipal Corporation, 201 First Avenue East, Kalispell, MT 59901, hereinafter called "Owner" and , hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Specifications and Bidding Documents, attached hereto and incorporated fully herein by this reference. The Work consists of furnishing materials, labor, and equipment required to provide for the resurfacing of the lazy river, complete and ready for operation, to the City of Kalispell. Article 2- CONTRACT TIME 2.01 Time of the Essence. All the time limits for completion and delivery of the Woodland Waterpark Lazy River Repair and Resurfacing Project as indicated in the Specifications and Bidding Documents are of the essence of the Contract. 2.02 Days to achieve Completion and Delivery. The Woodland Waterpark Lazy River Repair and Resurfacing Project shall be (i completed and accepted by the City of Kalispell, MT 59901 prior to May 15, 2026. 2.03 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner two hundred dollars ($200.00) for each calendar day that expires until the Woodland Waterpark Lazy River Repair and Resurfacing Project is completed and accepted by the City of Kalispell. Article 3- CONTRACT PRICE 3.01 Owner shall pay the Contractor for completion, delivery, and acceptance of the Woodland Waterpark Lazy River Repair and Resurfacing Project in accordance with the Contract Documents in an amount equal to the sum of established lump sum prices in the total amount of $ Woodland Water Park Lazy River Repair and Resurfacing 00500-13 Agreement Stan Szapiel - Caribe Resort - GM sszapiel(a-)cariberesort.com 251.980.9000 Dave Reed - Caribe Resort - Director of Aquatics, a total of 17 pools and spas (indoor and Outdoor) Some are 3 tier pools. dreed(cDcarib eres ort. com 251.504.4812 Chris Rogers - Facility Manager for the Phoenix 3 & 4 p3-4maint(d)_qulfcorpservices.com We have resurfaced pools indoor and outdoor at many of the Phoenix Condos along the Beach. 251.233.7177 Dustin - Facility Manager for The Gulf Shores Surf and Racquet Club dustin(a-)qssrc.org 251,504.0072 City of Brownswood TX Yoena Johnston 325.203.7939 Pinetop Club Will Kohlenberg 336-301.2680 Will. kohlenberq(a-)qmail.G0nI Marineland (formerly Gulf World) Panama City Beach FL Keith Flynn 386,503.3525kflyn nCcDmari neland. net Grove Park HOA: Kimberly Johnson - Community Manager (919) 957-7672 EcoFinish Pool and Sundek Pool Deck The Club at 12 Oaks: Andy Cote - Head Engineer (984) 888-7099 EcoFinish Pool and Sundek Pool Deck Lark at Chapel Hill: Ari Bowers - Head Engineer (704) 689-3164 .EcoFinish Pool BID BOND (PENAL SUM FORM) Bidder Surety Name: Sunset Pools & Construction LLC Name: Nationwide Mutual Insurance Company Address (principal place of business): Address (principal place of business): 248 Lake Blaine Rd One West Nationwide Blvd., 1-14-301 Kalispell, MT 59901 Columbus, OH 43215-2220 Owner Bid Name: City of Kalispell Project (name and location): Address (principal place of business): 2026 Woodland Waterpark Lazy River Repair and Resurfacing Project, Kalispell, Montana 201 First Avenue East Kalispell, MT 59901 Bid Due Date: 2/19/2026 Bond 001 Penal Sum: Ten Percent of the Total Amount Bid 10% Date of Bond: 02/10/2026 Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth in this Bid Bond, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. Bidder Surety Sunset Pools & Construction LLC Nationwide Mutual Insurance Company (Full formal name of Bidder) (Full formal o Surety) (corporate seoi) By: By: �— (Signature) (Signature) (Attach Power of At ney) a Name: Name: Jon Tierney M (Printed or typed) (Printed or typed) Title: Title: Attorney -In -Fact Attest: Attest:6�2� (Signature) (Signature) Name: Name: Jarren Komac (Printed or typed) (Printed or typed) Title: Title: Bond Clerical Notes: (1) Note: Addresses are to be used for giving any required notice. (2) Provide execution by any additional parties, such as joint venturers, if necessary. EJCDC® C-430, Bid Bond (Penal Sum Form). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 2 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond will be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder occurs upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation will be null and void if: 3.1. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2. All Bids are rejected by Owner, or 3.3. Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of anytime extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions does not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety, and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond will be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder must be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Postal Service registered or certified mail, return receipt requested, postage pre -paid, and will be deemed to be effective upon receipt by the party concerned, 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond will be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute governs and the remainder of this Bond that is not in conflict therewith continues in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. E1CDC® C-430, Bid Bond (Penal Sum Form). Copyright° 2018 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 2 Power of Attorney Bond Number: vW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as 'the Companies" does hereby make, constitute and appoint: AMY STEINMETZ; BLAINE D MARTIN; BROOKE A GARNESS; CASEY CAYWOOD; CHRIS JERMUNSON; GARY PALADICHUK; JAMIE M ROE; JARREN KOMAC; JOHN D LEAF; JON TIERNEY; KAYE U MUZZANA; KIMBERLY HODSON; KRISTIN A PICCIONI; MARSHA HATTEL; NATHAN OAKLEY; ROBERT C PFENNIGS; SHARRESA DRAHOS each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf on the date thereof any and all: (i)bonds and undertakings; (ii) Proposal Bonds; (ii) Letters of Surety; (iv) Consent of Surety; and (v) other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 23rd day of October, 2025. Ala'__ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT Ixsu STATE OF OHIO COUNTY OF FRANKLIN: ss ��1e,a \�E- • -..••?ay�� �� ,2 On this 23rd day of October, 2025, before me came the above -named officer for the ���� Company aforesaid, to me personally known to be the officer described in and who executed ® the preceding instrument, and he acknowledged the execution of the same, and being by me *.,SEA duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal Y P Y, p Y -. 4F affixed hereto is the corporate seal of said Company, and the said corporate seal and his �iin�eil�,oa-- r � tk* signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Karen L. Kam Notary Public, State of Ohio No. 2018-RE-719796 Notary Public My Commission Expires Commission Expires July 7, 2028 July 7, 2028 CERTIFICATE I, Lezlie F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 10TH day of February 2026 Assistant Secretary BDJ 1(10-25)00 4. g }, + '$ r�y ,I r.: '.