GATEWAY LETTERING, LOGOS AND ARTWORK

PROJECT # SOLB 18-04

BIDS DUE: MARCH 30, 2018 AT 3:00 P.M

OWNER: CONTRACTOR:

CITY OF SOLDOTNA 177 N. BIRCH STREET SOLDOTNA, AK 99669 (907) 262-9107

Gateway Lettering, Logos and Artwork SOLB 18-04 TABLE OF CONTENTS

SECTION 1 BIDDING DOCUMENTS • Invitation to bid • Instructions to bidders • Bid form • Bid Bond • Tax compliance form

SECTION 2 CONTRACT DOCUMENTS

SECTION 3 SPECIFICATIONS, AND GATEWAY SIGN IMAGE

Gateway Lettering, Logos and Artwork TABLE OF CONTENTS

SECTION 1 BIDDING DOCUMENTS

Invitation to Bid Instructions to Bidders Bid Form Bid Bond Tax Compliance Form

Gateway Lettering, Logos and Artwork Page 1 of 12 SECTION 1 Bidding Documents INVITATION TO BID

CITY OF SOLDOTNA 177 NORTH BIRCH STREET SOLDOTNA, 99669 Phone 907•262•9107

The City of Soldotna hereby invites qualified firms to submit a firm price for acceptance by the City for the purchase of Gateway Lettering, Logos and Artwork.

City of Soldotna is constructing three Gateway Signs in the City. They seek to purchase cut metal lettering, City of Soldotna logos and additional artwork to be mounted to the signs. All metal will be provided with studs for flush mounting and templates for stud locations and metal placement.

One (1) complete set of the bid package is to be submitted to the City of Soldotna at 177 North Birch Street, Soldotna, Alaska 99669. These forms must be enclosed in a sealed envelope with the bidder’s name on the outside and clearly marked:

BID: Gateway Lettering, Logos and Artwork SOLB 18-04 DUE DATE: March 30, 2018 at 3:00 P.M

The project documents may be obtained from the City of Soldotna beginning March 8, 2018 Project documents may be downloaded from the City of Soldotna web site at www.soldotna.org. It is not required to be on the planholders list to bid on City of Soldotna projects. To receive project addendums, you must be on the planholders list. To be placed on the planholders list, please contact Suzanne Lagasse either by phone (714-1241) or email [email protected]. Downloading projects from the City web site does not automatically put you on the planholders list.

Peninsula Clarion: March 11 Anchorage Daily News: March 8, 11 and 13

Gateway Lettering, Logos and Artwork Page 2 of 12 SECTION 1 Bidding Documents INSTRUCTIONS TO BIDDERS

1. GENERAL These instructions specify the form and procedures for the submission of a complete and acceptable bid. (See Bid Form.)

2. EVIDENCE OF QUALIFICATIONS Upon request of the Owner, a Bidder whose Bid is under consideration for the award of the Agreement shall submit promptly to the Owner satisfactory evidence of the Bidder's financial resources, their experience, their performance in completing other projects of a similar nature, and the organization and equipment they have available for the performance of the Agreement.

3. CONDITIONS AFFECTING THE WORK The Bidder shall examine carefully the Bidding Documents before submitting a Bid. The submission of a Bid shall be an admission that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements and accuracy of the Bidding Documents.

The City assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents, or employees prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Bidding Documents or Addenda.

The Bidder shall include in their Bid sufficient sums to cover all items required by the Agreement and the conditions of the site(s), and shall rely entirely upon their own examination in making their Bid. The submission of a Bid shall be taken as prima facie evidence of compliance with this paragraph.

If material required for bidding purposes by these documents is absent, the bidder is required to notify the Public Works Director by e-mail to [email protected].

4. SECURITY TO BE FURNISHED BY BIDDER If the bid exceeds $100,000 the following apply: Certified check, bank cashier's check, or bid bond, made payable to the City of Soldotna in an amount equal to five (5%) percent of the total bid, shall accompany each bid as evidence of good faith, a guarantee that if awarded the contract, the Bidder will execute the contract and give bond as required. All Bidder's checks or bid bonds will be retained until the successful bidder has entered into a satisfactory contract and furnished bonds, as required. The successful Bidder shall furnish the Owner a Performance and Payment bond in the full amount of the Agreement and shall maintain the Bond in force during the continuance of the Agreement. The bonds must be furnished prior to the Owner's execution of the contract. The Bond shall be for the faithful performance of the Agreement in all respects including, but not limited to, payments for all materials and labor. All alterations, extensions of time, additional work, and other changes authorized by the Agreement Documents may be made without securing the consent of the Surety or Sureties. Power-of-Attorney for the person signing the Bond for the Surety must be submitted with the Bond. These bonds, in whatever amount required by the specific contract, shall be administered and deemed governed by the provisions of Alaska Statutes Title 36, Chapter 25, and shall comply with all requirements for payment and submission of claims as provided by that chapter.

Gateway Lettering, Logos and Artwork Page 3 of 12 SECTION 1 Bidding Documents

5. COMPLIANCE OR DEVIATION TO SPECIFICATIONS Bidder hereby agrees that the material offered will meet all the requirements of the specifications in this solicitation unless deviations have been deemed acceptable by owner. Request for exceptions must be submitted during the question and answer period of this Invitation to Bid. An explanation must be made for each item in which the exception is taken, giving in detail the extent of the exception and the reason for which it is taken. Bids failing to comply with this requirement may be considered non-responsive.

The City of Soldotna will be the sole judge of whether an alternative product is equivalent or superior to the listed product.

6. PRICING All prices quoted shall be net, and must be F.O.B. to City of Soldotna Maintenance Shop, Mile 2.5 Funny River Road, Soldotna, AK, 99669.

7. MATERIAL DELIVERY The City desires a delivery date no later than sixty (60) days after the date of the City's Notice to Proceed. The successful bidder will be assessed liquidated damages of two-hundred and fifty dollars ($250.00) per calendar day beyond the delivery date. Liquidated damages may be waived if requested in writing and supported by clear and convincing evidence that the delay is beyond the bidders control and the bidder has made every reasonable attempt to ensure timely delivery.

All products must be delivered F.O.B. to City of Soldotna Maintenance Shop, Mile 2.5 Funny River Road, Soldotna, AK, 99669.

8. WARRANTY TERMS Successful Bidder shall fully warrant all materials against poor and inferior quality or workmanship.

9. LICENSING Section 43.70.020 of the Alaska State Statutes requires that all businesses wishing to engage in business in Alaska obtain a license. All bidders are required to furnish, with the Bid Form, a copy of their valid Alaska Business and, if applicable, a current, valid Contractor's License Number, Specialty Contractor License Number, etc. Failure to submit all required information on the Bid Form may result in rejection of the Contractor's bid.

10. TAX COMPLIANCE CERTIFICATE City of Soldotna Code requires that businesses or individuals contracting to do business with the City be in compliance with Borough tax provisions. No contract will be awarded to any individual or business who is found to be in violation of the Kenai Peninsula Borough Code of Ordinances in the several areas of taxation. The Kenai Peninsula Borough Tax Compliance Certificate must be signed by the bidder and submitted with the bid. Bids submitted without a completed Tax Compliance Certificate may be considered nonresponsive.

11. BIDDERS INFORMATION • One copy of manufactures' descriptive literature to meet bid specifications must be submitted with the bid.

Gateway Lettering, Logos and Artwork Page 4 of 12 SECTION 1 Bidding Documents • The successful bidder shall appoint a Contract Administrator who shall act as the City's contact person.

12. INTERPRETATION OR CORRECTIONS OF BID DOCUMENTS Bidders shall notify the Public Works Director promptly of any error, omission, or inconsistency that may be discovered during examination of the Bid Documents. Requests from Bidders for interpretation or clarification of the Bid Documents shall be made in writing to the Public Works Director and shall arrive no later than 5:00 P.M on March 22, 2018. Questions may be emailed to [email protected]. The subject line of the email must read, “Gateway Lettering, Logos and Artwork”.

Oral questions may be presented at a pre-bid conference if one is provided for in the Bid Documents. Interpretations, corrections, or changes, if any, to the Bid Documents shall be made by Addendum. Bidders shall not rely upon interpretations, corrections, and changes made in any other manner, including orally, at the pre-bid conference. Interpretations, corrections, and changes shall not be binding unless included in an Addendum. All Addenda issued during the time of bidding shall become part of the Agreement Documents. Questions or requests for clarifications shall be directed to the Public Works Director. Questions or requests for clarification directed to any other member of the City staff may be grounds for rejection of bid as being irregular. Only written interpretations or corrections by addendum shall be binding, and no other forms of interpretation or correction will be binding on the City.

It is the Bidder's sole responsibility to ascertain that they have received all Addenda issued by the City. Addenda will be issued electronically. All Addenda must be acknowledged in the space provided on the Bid Form. Info Addendum has been issued, leave blank or write or type "NIA" on the Bid Form in the space provided.

13. SUBSTITUTIONS. Substitution requests must be submitted in accordance with Section 12 above.

14. PREPARATION AND SUBMISSION OF BIDS • Bids must be received by no later than the time and at the place stated in the Invitation to Bid, 177 North Birch Street, Soldotna, Alaska 99669. Bids must be submitted on the bid form furnished. Bids must be completed in ink or by typewriter, and must be manually signed by an authorized person. If erasures or other changes appear on the forms, the person signing the bid must initial each erasure or change in ink. • Bids shall specify a unit or lump sum price, typed or written in ink in figures, for each bid item called for. In case of error in the extension of prices, the unit price will govern. Bids may be rejected if they show any omissions, alteration of the forms, additions not called for, conditional or alternate bids not called for, qualified bids, or irregularities of any kind. In the event there is a conflict between the numerical price and written price, the written price will govern. • It is expressly agreed that the quantities shown in the Bid Form, whether for a "Unit Price Bid" or in connection with a "Lump Sum Bid" given under the heading "Bid Form'" are approximate only for use as a basis for comparison of Bids and are not to be taken to be either representations or warranties. The Owner does not expressly, nor by implication, agree that the actual amount of work will correspond therewith.

Gateway Lettering, Logos and Artwork Page 5 of 12 SECTION 1 Bidding Documents • The Bid Form invites bids on definite plans and specifications. Only the amounts and information asked for on the Bid Form will be considered as the bid. Each bidder shall bid upon the work exactly as specified and as requested on the Bid Form, and bidders shall bid upon all alternates as indicated. When bidding on an alternate for which there is no charge, Bidder Shall Write the words "no charge" in the space provided. • One (1) complete set of the bid package (which shall include the Bid Form, completed Tax Compliance Certificate, copy of valid Alaska Business license and bid schedule, (if applicable) shall be completely sealed in an envelope and clearly marked with the Bidder's company name and the following:

Bid: Gateway Lettering, Logos and Artwork

Due Date: March 30, 2018 at 3:00 PM

• Bids received without all the required documents may be considered non-responsive. Bids received after the closing time will be considered non-responsive and will not be read. • No responsibility shall be attached to the owner for the premature opening of, or the failure to open a bid not properly addressed and identified.

Please note that overnight delivery from the lower 48 states is generally not available. Prospective bidders should anticipate a minimum of two to three days delivery time for express, priority or expedited delivery services.

15. MODIFICATION OF BIDS Bid modifications will be accepted by the City, and binding upon the Bidder, where the modification:

• Is received by the Owner at the place designated for submission of bids prior to the deadline.

Is sealed in an envelope clearly stating "Bid Modification," the name of the project, and the Bidder's company name.

• Is signed by the same individual who signed the original bid.

The modification document shall include a photocopy of each page of the original bid which Bidder seeks to modify, with the modification and the Bidder's signature clearly set out in ink on each page. Facsimile modification documents will be accepted within the sealed envelope provided that the Bidder's signature is clearly legible. Should there be more than one bid modification from a Bidder, the last modification received prior to the deadline shall be opened and applied to the bid. All earlier modifications shall be returned to the Bidder unopened.

Any modification which fails to meet any requirement of this section shall be rejected, and the bid shall be considered as if no modification had been attempted.

16. WITHDRAWAL OF BID At any time prior to schedule closing time for receipt of bids, any bidder may withdraw their bid, either personally or by written request.

Gateway Lettering, Logos and Artwork Page 6 of 12 SECTION 1 Bidding Documents After the scheduled closing time for receipt of bids, no bidder will be permitted to withdraw their bid unless Notice of Award is delayed for a period exceeding Forty-Five (45) days.

17. ACCEPTANCE -REJECTION OF BIDS The City reserves the right to reject any or all bids, to waive minor irregularities in any bids or in the bidding procedure, and to accept any bid presented which meets or exceeds said specifications and which is deemed to be in the best interest of the City. However, the requirements for timeliness and manual signatures shall not be waived. The City is not obligated to accept the lowest bid and is not responsible for bid preparation costs.

18. AWARD OF CONTRACT It is the intent of the City to award the bid to the lowest, qualified, responsive and responsible bidder. Unless otherwise stated in the Bid Documents, the Agreement, if awarded, shall be awarded to the responsible Bidder who submits the lowest responsive bid. When Bid Documents contain a base bid and alternates, only the total of the base bid and the alternates to be awarded shall be used to determine the low bidder.

The amount of the Agreement shall be the total sum of the amounts computed from the estimated quantities and unit prices and/or the lump sum awarded by the Public Works Director and specified in the Agreement.

On all Bids, Notice of Award or rejection will be given within Forty Five (45) days of Bid opening. The notice will be in writing and signed by the Public Works Director. A Notice of Intent to Award, and no other act of the City or its representatives, constitutes an acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement.

19. CHOICE OF LAW AND JURISDICTION This contract shall be governed by the laws of the State of Alaska, and any lawsuit brought thereon shall be filed and prosecuted in the Third Judicial District at Kenai Alaska.

20. CONFLICTS OF INTERESTS No member of the governing body of City or other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the carrying out of the project shall have any personal interests, direct or indirect, in any ensuing contract as a result of this Invitation to Bid, without first disclosing his/her potential conflict, by submitting a letter to the City Clerk's Office establishing their "intent to do business with the City". The contractor for itself and its principal employees, officers, agents, directors or shareholders covenants that neither the contractor nor any of the listed classes of individuals has nor shall acquire any interest, direct or indirect, in the project, direct or indirect, to which the contract pertains which would conflict in any manner or degree with the performance of its work hereunder. The selected bidder further covenants that in its performance of the contract no person having such interest shall be employed, without first disclosing his/her potential conflict.

21. APPEAL PROCESS Any aggrieved bidder may, within five days after an award of contract, appeal to the city council for a hearing, with notice to interested parties, for redetermination and final award in accordance with law.

Gateway Lettering, Logos and Artwork Page 7 of 12 SECTION 1 Bidding Documents 22. LOCAL BIDDER PREFERENCE As per Section 3.06.060 of Soldotna Municipal Code, The City has a local bidder preference. An award should be made to the lowest responsible bidder after advertising for bids, except that a bid shall be awarded to a local bidder if the bid is not more than five percent higher than the lowest nonresident bidder’s bid. A “local bidder,” for the purpose of bid awards under this section is a person who: 1. Holds a current Alaska business license and Kenai Peninsula Borough sales tax certificate of registration and who is not a delinquent account with respect to any state or local tax, assessment or user charge; 2. Submits a bid for goods or services under the name as appearing on the person’s current Alaska business license; and 3. Has maintained a place of business within the Kenai Peninsula Borough for a period of six months immediately preceding the date of the bid. The provisions of this section relative to a “local bidder” do not apply when the difference between the lowest responsible bid and the lowest local responsible bid is greater than five thousand dollars.

Gateway Lettering, Logos and Artwork Page 8 of 12 SECTION 1 Bidding Documents BID FORM Gateway Lettering, Logos and Artwork SOLB 18-04

I have received Addenda No(s) ______and have included their provisions in my bid. I have examined both the documents and the site, and submit the following bid: 1. To hold my bid open forty-five (45) consecutive calendar days. 2. To accept the provisions of the Instructions to Bidders. 3. To enter into and execute a contract, if awarded, on the basis of my proposal.

Firm Name Address City: State Zip Telephone Fax Representative Title Signature Date Email Address Cell Phone

BIDDER’S DECLARATION & UNDERSTANDING

The Bidder further declares that the only person or parties interested in the Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the CITY OF SOLDOTNA, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract.

DOCUMENTS TO SUBMIT WITH THIS BID

1. Bid Form 2. A KPB Tax Compliance Certificate signed by the contractor 3. Alaska Business License

By executing this bid I certify that I have authority to bind the contractor or contracting firm or other business entity submitting this bid.

BASE BID: (all work of the base bid in accordance with Specifications and Drawings) Amount in numeric form: $

Amount written in Words:

Gateway Lettering, Logos and Artwork Page 9 of 12 SECTION 1 Bidding Documents STATE OF ALASKA DEPARTMENT OF LABOR & WORKFORCE DEVELOPMENT ALASKA EMPLOYMENT PREFERENCE INFORMATION

By authority of A.S. 36.10.150 and 8 AAC 30.064, the Commissioner of Labor and Workforce Development has determined the State of Alaska to be a Zone of Underemployment. A Zone of Underemployment requires that Alaska residents who are eligible under AS 36.10.140 be given a minimum of 90 percent employment preference on public works contracts throughout the state in certain job classifications. This 90 percent Alaska resident hiring preference applies on a project-by-project, craft-by-craft or occupational basis and must be met each workweek by each contractor/subcontractor in each of the following classifications:

Boilermakers Electricians Laborers Roofers Bricklayers Engineers and Architects Mechanics Sheet Metal Workers Carpenters Equipment Operators Millwrights Surveyors Cement Masons Foremen & Supervisors Painters Truck Drivers Culinary Workers Insulation Workers Piledriving Occupations Tug Boat Workers Ironworkers Plumbers & Pipefitters Welders

This determination became effective July 1, 2015, and remains in effect through June 30, 2017. This determination will be applied to projects with a bid submission deadline on or after July 1, 2015 and to projects previously covered by the 2013 Alaska employment preference determination. This will afford contractors an opportunity to consider the impacts of Alaska resident hire in their bids.

The first person on a certified payroll in any classification is called the "first worker" and is not required to be an Alaskan resident. However, once the contractor adds any more workers in the classification, then all workers in the classification are counted, and the 90 percent calculation is applied to compute the number of required Alaskans to be in compliance. To compute the number of Alaskan residents required in a workweek in a particular classification, multiply the total number of workers in the classification by 90 percent. The result is then rounded down to the nearest whole number to determine the number of Alaskans that must be employed in that classification.

If a worker works in more than one classification during a week, the classification in which they spent the most time would be counted for employment preference purposes. If the time is split evenly between two classifications, the worker is counted in both classifications.

If you have difficulty meeting the 90 percent requirement, an approved waiver must be obtained before a non-Alaska resident is hired who would put the contractor/subcontractor out of compliance (8 AAC 30.081 (e) (f)). The waiver process requires proof of an adequate search for qualified Alaskan workers. Qualified Alaska residents identified through the search must be hired before waivers for non-resident workers may be granted. To apply for a waiver, contact the nearest Wage and Hour Office for instructions.

Here is an example to apply the 90 percent requirement to four boilermaker workers. Multiply four workers by 90% and drop the fraction (.90 X 4 = 3.6 - .6 = 3). The remaining number is

Gateway Lettering, Logos and Artwork Page 10 of 12 SECTION 1 Bidding Documents the number of Alaskan resident boilermakers required to be in compliance in that particular classification for that week.

The penalties for being out of compliance are serious. AS 36.10.100 (a) states "A contractor who violates a provision of this chapter shall have deducted from amounts due to the contractor under the contract the prevailing wages which should have been paid to a displaced resident and these amounts shall be retained by the contracting agency." If a contractor/subcontractor is found to be out of compliance, penalties accumulate until they come into compliance.

Contractors are responsible for determining residency status. If you have difficulty determining whether a worker is an Alaska resident, you should contact the nearest Wage and Hour Office. Contact Wage and Hour in Anchorage at (907) 269-4900, in Fairbanks at (907) 451-2886, or in Juneau at (907) 465-4842.

Gateway Lettering, Logos and Artwork Page 11 of 12 SECTION 1 Bidding Documents

Gateway Lettering, Logos and Artwork Page 12 of 12 SECTION 1 Bidding Documents

SECTION 2 CONTRACT DOCUMENTS

Sample Agreement

Gateway Lettering, Logos and Artwork Page 1 of 4 SECTION 2 Contract Documents CITY OF SOLDOTNA Public Works Department 177 North Birch Street Soldotna, AK 99669 (907) 262-9107 PH, (907) 262-1245 FAX

CONTRACT FOR SERVICES

Contractor/Consultant’s Name:

Address/City/St/Zip:

Phone #: Fax #: Federal Tax ID #: Email: AK Business license: Contractor License:

Project/Services Provided: Gateway Lettering, Logos and Artwork ID#: SOLB 18-04

Detailed Scope of Services:

The following attachments are incorporated herein by reference:

Period of Performance:

Compensation: Purchase Order #:

Amount in words:

Insurance, if required: Auto: $ CGL: $ E & O: $

By signing below, the contractor/consultant hereby affirms that he or she has read and accepts all terms and conditions of this contract including the provision contained on the reverse of this form.

Contractor/Consultant Signature: X Date Recommended By: Kyle Kornelis, Public Works Director Date

Approved By: Stephanie Queen, City Manager Date

Gateway Lettering, Logos and Artwork Page 2 of 4 SECTION 2 Contract Documents General Conditions

Section 1. Execution of This Contract. This contract is not valid until properly signed by the parties.

Section 2. Independent Contractor. The Contractor shall provide services as an independent contractor to the City. Except as this contract provides otherwise, the City shall not supervise or direct the Contractor. The City may administer this contract and monitor the Contractor's performance.

Section 3. Compliance With Laws. The Contractor shall comply with all statutes, ordinances, and regulations governing its performance, post all required notices, and obtain all permits, licenses, and other entitlements necessary to its performance. The Contractor shall pay all taxes related to its performance and shall be current on all borough taxes at the time of entering this contract. The Contractor shall acquire and maintain in good standing all permits, licenses; and other entitlements necessary to the legal performance of this contract.

Section 4. Equal Employment Opportunity. A. The Contractor will not discriminate against any applicant for employment because of race, color, religion, national origin, ancestry, age, sex, marital status, or mental or physical handicap. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to the characteristics listed above. Such action shall include, without limitation, employment, upgrading, demotion or transfer, recruitment or recruiting or recruiting advertising, lay-off or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. The Contractor will post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The Contractor shall state in all solicitations or advertisements for employees to work on contract jobs, that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, ancestry, age, sex, marital status, or physical or mental handicap. C. The Contractor shall include the provisions of subsections A and B of this section in every subcontract or purchase order under this contract, so as to be binding upon every contractor.

Section 5. Insurance. During the term of this contract the Contractor shall maintain a policy of workers' compensation and employers' liability insurance as required by law. Contractor shall also be required to carry additional insurance if so indicated on this form. Any such insurance shall be primary and exclusive of City insurance. If liability insurance is required, the City shall be named as an additional insured on such policy with respect to the performance or failure to perform under this contract.

Section 6. Assignments. Unless the City provides otherwise in writing, any assignment by the Contractor of its interest in any part of this contract or any delegation of its duties shall be void, and permit the City to terminate this contract without liability for work performed.

Section 7. Ownership, Publication, Reproduction, and Use of Material. Unless the City provides otherwise in writing, all data, documents, and materials that the Contractor produces shall be property of the City, which shall retain the exclusive right to publish, disclose, distribute and otherwise use, in whole or in part, any such data, documents, or other materials. This exclusive right does not apply to any materials presently in the public domain or not subject to copyright.

Section 8. Indemnity. Except for claims arising out of the City's sole negligence or willful misconduct, the Contractor shall indemnify, defend, save, and hold the City harmless from any and all claims, lawsuits or liability, including costs and attorney's fees allegedly arising from loss, damage, injury, or death to persons or property, whether tangible or intangible, occurring in the course of the Contractor's performance or nonperformance of this contract.

Section 9. Termination. This contract may be terminated: A. For cause immediately; B. By the City for its convenience upon fifteen (15) days' written notice to the Contractor. Upon termination and the Contractor's furnishing to the City all finished and unfinished data, documents or other materials prepared under the contract, the City shall pay the Contractor for all satisfactory work performed before termination.

Section 10. Nonwaiver. Either party failing to enforce a provision of this contract does not waive the provision or affect the validity of the contract or a party's right to enforce any provision of the contract.

Section 11. Jurisdiction and Choice of Law. Any civil action arising from this contract shall be brought in the trial courts for the Third Judicial District of the State of Alaska at Kenai. The laws of the State of Alaska govern this contract.

Section 12. Contract Interpretation. In interpreting this contract the following documents are incorporated herein by reference and shall be given the following order of precedence:

Gateway Lettering, Logos and Artwork Page 3 of 4 SECTION 2 Contract Documents A. The General Conditions; B. Provisions on the other side of this form; C. The Contractor's written proposal as accepted by the City; D. The City's written request for quotes, proposals or invitation to bid. E. Any other document incorporated by reference.

Section 13. Integration. This document and all documents incorporated in it by reference are the entire agreement of the parties and supersede all previous communications, representations or agreements regarding this subject, whether oral or written, between the parties.

Gateway Lettering, Logos and Artwork Page 4 of 4 SECTION 2 Contract Documents

SECTION 3 SPECIFICATIONS AND GATEWAY SIGN IMAGE

Gateway Lettering, Logos and Artwork SECTION 5 Specifications City of Soldotna

Gateway Lettering, Logos and Artwork Specifications

The following specifications are for the metal lettering, logos and artwork that will be installed on the new Gateway Signs being constructed by the City of Soldotna. The pieces will all be ½” thick and flush mounted to 1/8” thick steel plates with studs on the back of the pieces. A rendering of the Gateway Signs from the City’s Downtown Improvement Plan is included in this Project Manual for reference. The signs will be two-sided, resulting in a logo and the text “SOLDOTNA” on both sides. The word “WELCOME” and the tree artwork will be mounted on a 3rd side.

Price shall include all lettering, logo pieces and tree artwork including studs, nuts and mounting templates, delivered FOB to the City of Soldotna Maintenance Shop, Mile 2.5 Funny River Road, Soldotna, AK, 99669. Materials shall be delivered within 60 days of Notice to Proceed.

1. Lettering: a. Provide six (6) complete sets of the word “SOLDOTNA” with the letters being 24” tall. Total of forty-eight (48) 24” tall letters. b. Provide three (3) complete sets of the word “WELCOME” with the letters being 15” tall. Total of twenty-one (21) 15” tall letters. c. All letters to be flat cut aluminum, ½” thick. d. Manufacturer to be Gemini Incorporated e. Material to be 5052 alloy aluminum. f. Brushed finish with vertical grain direction, Bead-blasted returns and clear low-gloss powder coating. g. Tap letters for stud mounts with a minimum 4 studs for 15” tall letters and a minimum 6 studs for 24” tall letters. Studs to be a minimum 2” long. h. Lettering shall be Ribbon font i. Template for mounting shall be provided for each set of letters for a total of 9 templates. Templates shall indicate location of all studs to mount letters. 2. Logos: a. Provide six (6) complete sets of the City of Soldotna Logo. Logo to be a total height of 5’ tall and cut into four separate pieces. b. All logo pieces to be flat cut aluminum, ½” thick. c. Material to be 5052 alloy aluminum. d. All returns shall be bead-blasted. No finish or coating. Pieces will be powder coated by Owner after delivery. e. Tap logo pieces for stud mounts with a minimum 4 studs per piece. Studs to be a minimum 2” long. f. Template for mounting shall be provided for each set of logo pieces for a total of 6 templates. Templates shall indicate location of all studs to mount logo pieces. g. EPS file to use for cutting of logo available for download at https://soldotna.org/government/rfps-and-invitations-to-bid under the ITB for this project. 3. Tree Artwork: a. Provide three (3) metal tree artwork pieces. Artwork to be a total height of 15’-3” tall.

Page 1 of 2 b. All logo pieces to be flat cut aluminum, ½” thick. c. Material to be 5052 alloy aluminum. d. Brushed finish with vertical grain direction, Bead-blasted returns and clear low-gloss powder coating. e. Tap artwork pieces for stud mounts sufficient to support piece and a maximum of 12” apart. Studs to be a minimum 2” long. f. Template for mounting shall be provided for each piece of artwork for a total of 3 templates. Templates shall indicate location of all studs to mount artwork pieces. g. EPS file to use for cutting of tree artwork available for download at https://soldotna.org/government/rfps-and-invitations-to-bid under the ITB for this project.

Page 2 of 2

Gateway Signs Soldotna has one existing gateway sign—on the near Mackey Lake Road. This sign is at the end of its functional lifespan. New gateway signs are a critical component of branding, marketing, and visual enhancement in downtown Soldotna.

Throughout the visioning process with the Downtown Planning Team, the design and locations of three new gateway signs were defined. Two signs (on the Sterling Highway) are proposed for construction within the State of Alaska right-of-way, subject to review and approval by the Department of Transportation + Public Facilities and other agencies as appropriate. The third sign (on the ) is proposed for construction on land owned by the Kenai Peninsula Borough, subject to their review and approval as appropriate.

SIDE 1 FRONT/BACK SIDE 2

Gateway Sign #1: Sterling Highway / Kleeb Loop This monument sign will replace the existing welcome signage at Mackey Lake Road with a new sign between the Sterling Highway and Kleeb Loop, approximately across from the latter’s intersection with Pace’s Boulevard. The sign will alert travelers from Anchorage, Seward, Cooper Landing and Sterling of their arrival in downtown Soldotna. The proposed location is subject to DOT approval through an encroachment permit.

7