Loading...
HomeMy WebLinkAbout164-23 RESOLUTIONA .•, u �tik fFi_ 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 164-23 File Number: 2023-907 WRAPOLOGY, LLC (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #23-20 AND AUTHORIZE A ONE YEAR CONTRACT WITH WRAPOLOGY, LLC FOR THE PURCHASE OF WRAPS AND DECALS FOR FLEET VEHICLE AND EQUIPMENT REBRANDING, WITH AN OPTION TO RENEW FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-20 and authorizes a one year contract with Wrapology, LLC for the purchase of wraps and decals for fleet vehicle and equipment rebranding with an option to renew for up to four (4) additional one year terms for the fees set forth in the contract, a copy of which is attached to this Resolution. PASSED and APPROVED on August 1, 2023 Page 1 Attest: CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 1, 2023 TO: Mayor Jordan and City Council THRU: Terry Gulley, Asst Public Works Director - Ops FROM: Ross Jackson, Jr., Fleet Operations Superintendent DATE: SUBJECT: WRAPOLOGY LLC CITY COUNCIL MEMO 2023-907 RECOMMENDATION: CITY COUNCIL TO APPROVE A RESOLUTION TO AWARD BID 23-20 TO WRAPOLOGY LLC OF FAYETTEVILLE AR, FOR FLEET VEHICLE AND EQUIPMENT REBRANDING, WRAPS AND DECALS FOR 1 YEAR WITH FOUR ADDITIONAL 1 YEAR TERMS. BACKGROUND: With the creation of a new City logo and rebranding, all vehicles need to have updated decals to create consistency throughout the fleet. Through the competitive bid process, Wrapology LLC was selected to provide services for the rebranding of the fleet. DISCUSSION: Fleet will move forward to getting all-out of -date decals replaced with the assistance of Wrapology LLC. Police and other emergency vehicles will continue to be wrapped and decaled with current designs. BUDGET/STAFF IMPACT: Rebranding is budgeted within Fleet, and will be used out of contract services as budget allows. ATTACHMENTS: SRF Decal Bid, Bid 23-20, Contract, Bid 23-20, APPENDIX A - City Issued Bid, Bid 23-20, APPENDIX B - Wrapology's Bid Response, Bid 23-20, APPENDIX C - Wrapology's COI, Bid 23-20, APPENDIX D - Bid Tab Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2023-907 WRAPOLOGY LLC A RESOLUTION TO AWARD BID #23-20 AND AUTHORIZE A ONE YEAR CONTRACT WITH WRAPOLOGY, LLC FOR THE PURCHASE OF WRAPS AND DECALS FOR FLEET VEHICLE AND EQUIPMENT REBRANDING, WITH AN OPTION TO RENEW FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-20 and authorizes a one year contract with Wrapology, LLC for the purchase of wraps and decals for fleet vehicle and equipment rebranding with an option to renew for up to four (4) additional one year terms for the fees set forth in the contract, a copy of which is attached to this Resolution. Page 1 Ross Jackson Submitted By City of Fayetteville Staff Review Form 2023-907 Item ID 8/1/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/10/2023 FLEET OPERATIONS (770) Submitted Date Division / Department Action Recommendation: A RESOLUTION TO AWARD BID 23-20 TO WRAPOLOGY LLC OF FAYETTEVILLE AR, FOR FLEET VEHICLE AND EQUIPMENT REBRANDING, WRAPS AND DECALS FOR 1 YEAR OF AWARD DATE OF JUNE 06 2023 WITH FOUR ADDITIONAL 1 YEAR TERMS. 9700.770.1920-5802.00 Account Number Various Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Budget Impact: Shop Fund Decal Bid Award Project Title Total Amended Budget $ - Expenses (Actual+Encum) $ - Available Budget Item Cost $ - Budget Adjustment $ - Remaining Budget V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: The "item cost" and "current budget" boxes have been left blank because these items will vary depending upon the Fleet Department's fluctuating needs based on the requirements of that vehicle. CITY OF _ FAYETTEVILLE RKANSAS City of Fayetteville Bid 23-20, Vehicle Decals Contract — Between City of Fayetteville, AR and Wrapology, LLC Renewable Terms: One (1) year with four (4) renewals This contract executed this day of , 2023, between the City of Fayetteville, Arkansas (City), of 113 W. Mountain, Fayetteville, AR 72701 and Wrapology, LLC (Wrapology) of 4707 E. Mission Blvd., Fayetteville, AR 72703, in consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contract documents which comprise the contract between the City of Fayetteville and Wrapology consist of this Contract and the following documents attached hereto, and made a part hereof: a. Appendix A: Solicitation identified as Bid 23-20, Vehicle Decals b. Appendix B: Wrapology's Bid response c. Appendix C: Wrapology's Certificate of Insurance d. Appendix D: City of Fayetteville's Bid Tabulation 2. Wrapology, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, insurance, and all other accessories and services necessary to complete items bid per Bid 23-20, Vehicle Decals as stated in Wrapology's bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 23-20, all included herein as if spelled out word for word. a. Products and services shall be sold/supplied based on pricing presented in Appendix B, inclusive of any applicable additional fees. All parties understand that Arkansas Sales Tax is not included in bid pricing submitted by Wrapology. Invoicing shall include taxes as applicable to Arkansas State Laws. The City of Fayetteville is not a tax-exempt entity. b. The City of Fayetteville shall pay Wrapology for orders placed by an authorized representative for the City of Fayetteville. 3. These Contract documents constitute the entire agreement between the City of Fayetteville and Wrapology and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Wrapology. 4. Wrapology shall not assign its duties under the terms of this agreement without prior written consent of the City. 5. Indemnification: Wrapology agrees to hold the City of Fayetteville harmless and indemnify the City of ay. tteville, against any and all claims for property damage, personal injury or death, arising from Wrapology's i)crformance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 6. Insurance: Wrapology shall furnish a certificate of insurance addressed to the City of Fayetteville within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract. Any work sublet, Wrapology shall require the subcontractor similarly to provide insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Wrapology shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Worker's Compensation coverage shall be applicable with state law. City of Fayetteville, AR Bid 23-20, Vehicle Decals Contract: Wrapology, LLC Page 1 of 4 7. Payments: a. Payments will be made after approval and acceptance of work, delivery, and submission of invoice. b. Payments will be made 30 calendar days after acceptance of invoice and prefers electronic delivery of invoices. 8. Terms: This contract shall be effective for one (1) year from date approved by City Council and shall be renewable fir up to an additional four (4) one-year terms for a possible contract term of five (5) years. a. The intent of this contract is for Wrapology to provide professional services on an as needed basis as budget appropriations allow to the City. The City makes no guarantee for a minimum amount of work. b. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations urider this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: I. Not less than thirty (30) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination 9. Independent Contractor: Wrapology is an independent contractor of the City and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees. Wrapology is responsible for its agents, methods and operations. 10. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e-mail or fax (receipt confirmed), or overnight courier. 11. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. Venue for all legal disputes shall be Washington County, Arkansas. 12. Freedom of Information Act• City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely rnanner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25- 19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 13. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. No modification of this contract shall be binding unless made in writing and executed by both parties. a. Prices shall remain firm through the contract year. Any price increases for a new contract year shall be provided to the City for approval prior to renewal and shall not exceed the percentage increased by Wrapology's supplier, Any cons i act year increase . shall be accompanied by documentation to justify the increase. City of Fayetteville, AR Bid 23-20, Vehicle Decals Contract: Wrapology, LLC Page 2 of 4 14. Omissions: If Wrapology fails to include or omits an item from the Contract Documents, which was fully anticipated to be included in the Project, thereby necessitating the need for a Change Order, Wrapology will not receive a fee for work associated with the Change Order. 15. Contract Administration: The Mayor or his/her Designated Representative shall be the Contract Administrator for this contract. Wrapology's Principal or his/her Designated Representative shall be the primary contact for all matters pertaining to this contract. 16. Professional Responsibility: Wrapology will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities In accordance with customarily accepted professional practices. City of Fayetteville will promptly report to Wrapology any defects or suspected defects in services of which City of Fayetteville becomes aware, so Wrapology can take measures to minimize the consequences of such a defect. City of Fayetteville retains all remedies to recover for its damages caused by any negligence of Wrapology. a. Conflict of Interest: Wrapology's engagement under this Agreement will not prevent it from taking similar engagements with other clients. Wrapology will, nevertheless, exercise care and diligence to prevent any actions or conditions which could result in a conflict of interest. b. Subcontractors: Wrapology may cause another person or entity, as a subcontractor of Wrapology to provide some of the services required to be performed by Wrapology hereunder; prov(dtid that Wrapology shall remain responsible for all acts and omissions of any such subcontractors, each of which shall be bound by Wrapology's obligations under this Agreement. 17. Responsibility of the City of Fayetteville: a. City of Fayetteville shall, within a reasonable time, so as not to delay the services of Wrapology: Provide full information as to the requirements for the Project, including any approved logo files ii. Assist Wrapology by placing at Wrapology's disposal, all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Wrapology in obtaining access to property reasonably necessary for Wrapology to perform its services under this Agreement. iv. The City of Fayetteville's Fleet Operations Superintendent is the project representative with respect to the services to be performed under this Agreement. The Recreation Superintendent shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements, and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 18. Permits & Licenses: Wrapology shall secure and maintain any and all permits and licenses required to complete this Contract, if applicable. 19. Additional Responsibilities of Wrapology: a re! Wrapology shall be and shall remain liable, in accordance with applicable law, for all damages to City of Fayetteville caused by Wrapology's negligent performance, except beyond the Wrapologys normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to City of Fayetteville or City of Fayetteville -furnished data. Wrapology's obligations under this clause are in addition to Wrapology's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against Wrapology for faulty materials, equipment, or work. City of Fayetteville, AR Bid 23-20, Vehicle Decals Contract: Wrapology, LLC Page 3 of 4 20. Gratuities: If City of Fayetteville finds after a notice and hearing that Wrapology or any of Wrapology's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts, or otherwise) to any official, employee, or agent of City of Fayetteville, or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, City of Fayetteville may, by written notice to Wrapology, terminate this Agreement. City of Fayetteville may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which City of Fayetteville bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. 21. Debarment Certification: Wrapology hereby provides debarment/suspension certification Indicating compliance with the below Federal Executive Order. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Wrapology hereby attests its principal is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and WRAPOLOGY LLC by its authorized officer has made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE ARKANSAS By: LIONELD JORDAN, MAYOR ATTEST: By Kara Paxton, City Clerk Date Signed: City of Fayetteville, AR Bid 23-20, Vehicle Decals Contract: Wrapology, LLC Page 4 of 4 WRAPOLOGY LLC ANDREW COLE, OWNER Date Signed: S )� �1 CITY OF FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 City of Fayetteville, Arkansas Purchasing Division — Room 306 INVITATION TO BID: Bid 23-20, Vehicle Decals DEADLINE: Tuesday, June 6, 2023 before 2:00 PM, Local Time PRE -BID MEETING: Tuesday, May 23, 2023 10:00 AM, Local Time PURCHASING AGENT: Kenny Fitch, kfitch @fayetteviIle-ar.Rov DATE OF ISSUE AND ADVERTISEMENT: 05/14/2023 fZ� I NVITATIO BI Bid 23-20 icle4tvals. a, X No late bids will be accepted. Bids s PSe su d i o$W the following methods: (1) through the City's third -party elect i bidd tfor �mitting 2) delivering in person via sealed envelope to the City of Fayette r has ivision through the City's electronic bidding platform is strongly enc rage 3 �w_ �I Kity of a 7j t►tteville hasip ' ion — Room 306 i113 untain Street F1:�eville, AR 72701 All bids shall be submit ed in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Division. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 1 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 23-20, Vehicle Decals The City of Fayetteville is seeking bids from qualified vendors for the purchase, removal, and installation of various decals and markings on City -owned vehicles. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-8258. A non -mandatory Pre -Bid meeting will be held Tuesday, May 23, 2023 at 10:00 AM, at Fleet Operation's facility at 1525 S Happy Hollow Rd, Fayetteville, AR. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of �ville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be rec . Wednesday, May 31, 2023 before 2:00 PM, local time utilizing the electronic bidding software or by submittis aled bid to the City of Fayetteville Purchasing Division. All bids shall be received prior to the bid Aa e. La i directed bids shall not be accepted. Submitting a bid electronically is strongly encouraged. A public bid opening II conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.cor cit offa evi ar. e City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of biddNNchnica i ent, f Fa • �` ` P g81d'Y"dwainStr o 3 W s I Fayette L-, AR 7 7 Pursuant to Arkansas Code Annotated §22-Triveecont �tteville encourages all qualified small, minority and women business enterprises to bid on anrfor goods, services, and construction. Also, City of Fayetteville encourages all general conte s to su�act portions of their contract to qualified small, minority and women business enterprises. Any bidder providing a serOaar Ie registers ith the Arkansas Secretary of State. The City of Fayetteville reserves the right to waive irregulareject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. City of Fayetteville By: Kenny Fitch, Purchasing Agent 479.575.8258 kfitch@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 05/14/2023 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $183.69. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 2 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Required Bid Form — Bid Signature & Online Submittal Reqirements EXECUTION OF BID: All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder. Bidders shall also complete submission through the City's online bidding portal (www.favetteville-ar.gov/bids) and complete and submit all required information, which may include: • RH Attrihiitac • Bid Line Items — Bidders shall bid on all line items and not submit partial bids • Response Attachments o Required Bid Form (this form, completed in its entirety) Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be doced and certified by the manufacturer as a regular production option. PRICE: Bidders shall submit pricing on the City's online / po w.fav etteville-ar. ov bids) in the format presented online. .1 7 Refer to the City's electron Llfb !'8ing,IktfpTm t ci'�it bid pricing VJectrorn�ar v Contact the City PQnDi4 to ob Qocuments necessary to submit a physical seale bid; ever, all rs are strongly encouraged to submit o ity'bidding portal. V G Upon signing this Bid, the bid 4�►rtifies that. ";Z 1. Bidder has read an jees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 3 of 15 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized to certify the information provided herein is accurate and true. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS G 2.) RELATIONSHIP EXISTS (Plealain): 8. Bidder will perform the Work in co e wi ppli ab t nch safety standards set forth in Occupational Safety and Health Ad tiop Part — Subpart P — Excavations. 9. As s bidder on this project, y equired to rovide ment/suspension certification indicating that you are in compliance wit the IbIZ5 F deral E e Order. Certification can be done by completing and signing this form. \CO I a. Federal Executive 0 r O.) 1; ebarment and Suspension" requires that all contractors receiving individua rds, deral funds, and all sub -recipients certify that the organization V p incipalOnot debarred, suspended, proposed for debarment, declared ineligible, rily excluded by any Federal department or agency from doing business with the Federaaooernment. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 4 of 15 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: *D/B/A or Corporation Name *BUSINESS ADDRESS: *CITY: *PHONE: *E-MAIL: *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: Purchase Order/Payments shall be issued to this name *STATE: *ZIP: FAX: UNIQUE ENTITY NUMBER: CAC"V&MBER: *TAX ID NUMBER: x•/ X" Acknowledge Addendums: o' OB J v Addendum No. Dated: nowledgedZ 61 j 'V" Addendum No. Dated: knowlev�y: Addendum No. Dated: ged by: Addendum No. Date ' Ac tnowledged by: City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 5 of 15 5 City of Fayetteville Bid 23-20, Vehicle Decals General Terms and Conditions SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffaVetteviIlear. No late bids sh�accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids r failure of proposer's technical equipment. d. The City will not be responsible for misdirected s. B' e uld call the Purchasing Office at 479.575.8256 to ensure correct receipt o dding docu is rior to opening time and date listed on the bid form. e. Bidders shall have experience i p viding• ����1ts ervices of the same or similar " nature. � f. Bidder is advised that exc to a e ter ained in this bid must be identified in its response to the bi a e to day lead ity to declare any such term non- negotiable. Proposer's esire ake excepti non-negotiable term will not disqualify it from consideration for awa g. Local time is defined a-iA�e..0 in Fa ttille, Arkansas on the due date of the deadline. Bids shall be received be time, a n by the atomic clock located in the Purchasing Division Office. 1W �� h. Bids will be e* I a and awaVd based on the best interest of the Cityof Fayetteville. The City Y Y reserves t to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FO to OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 6 of 15 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. ��ww' S. COSTS INCURRED BY BIDDERS: `CO All expenses involved with the preparation and submission of bids to the any work performed in connection therewith, shall be borne solely by the biciclet4. No paym be made for any responses received, or for any other effort required of, or made by, e idd s r to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents theprese s no i ean uire no interest, either direct or indirect, which would man the ance or services required hereunder, as provided ite e de Sen 26 titled "Authority of City Employee to Contract wib. All bidders shall prom Beilfui Purchasing Agent, in writing, of all potential conflicts of in rest f r rospe �siness association, interest, or other circumstance which may in u for appea o influence the bidder's judgment or quality of services being provide uyh ritten otification shall identify the prospective business association, interes c r mst nature of which the bidder may undertake and request an opinion to the Ci okstitute to whtTh� e association, interest or circumstance would, in the opinion of the Cj ca c1flict of interest if entered into by the bidder. The City agrees to Commu h the bidder its opinion via e-mail or first-class mail within thirty days of receipt ofation. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8256 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 7 of 15 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to bwz clwier this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and ju Ntrranches, political subdivisions (counties, local district school boards, community colleges, lities, counties, or other public agencies or authorities), which may desire to pur se under th s and conditions of the contract. O 11. COLLUSION: '`� The Proposer, by affixing his or her signature i�'propo 1,S ees 'flowing: "bidder certifies that his or her bid is made without previous un a din ent, nection with any person, firm or corporation making a proposal for the s m(s) o servicban is in all respects fair, without outside control, collusion, fraud, or o se ill`e�Lion." o1V► V v 12. RIGHT TO AUDIT FOIA AND JURI N: `�, a. The City of Fayetteville'Fese t �rivile uditing a vendor's records as such records relate to purchases betwee ity anvendor. b. Freedom of Informa City cts and documents prepared while performing City contractual work a ct t sas Freedom of Information Act. If a Freedom of Information Acte t is pr n d to the City of Fayetteville, the (Contractor) will do everything s o provide the documents in a prompt and timely manner as prescribed in the Arkan edom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopyin costs pursuant to the FOIA may be assessed for this compliance. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 8 of 15 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. C 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and addres must be the same as invoices submitted for payment as a result of award oft id. Furt er successful bidder is responsible for immediately notifying the Purchasing Division of any c mpan am c ange, which would cause invoicing to change from the name used at the tijm e origiagl b . Payment will be made within thirty days of invoice received. The City of Fayetteville cred r by arld kiNnot pay any interest, fees, or penalty for untimely payments. Payments ca ocesr'ZOt ugr1l cceptance of Visa at no additional costs to the City for expedited nt pr 11�g. Th Ci agree to any nonrefundable deposit or retainer that would remain o y o t�°'�er ev the hourly work actually performed by the bidder would not justify such fe v Z The City will pay the awarded bid r a e on unit price ed on invoicing. Progress payments will be made after approval and acceptan e of k r'N sub of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: * a. The City reserve the t toQanc�',�2;\is contract without cause by giving thirty (30) days prior notice to the Co ctor in wrof the intention to cancel or with cause if at any time the Contracto �p ulfill or abide by any of the terms or conditions specified. b. Failure of th�ontractor to comply with an of the provisions of the contract shall be considered pY Y a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 9 of 15 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: 21 Award of this bid shall impose no obligation on the City to utilize the vendor fork of this type, which may develop during the contract period. This is not an exclusive contract. Th pecifically reserves the right to concurrently contract with other companies for similar work if it d such an action to be in the City's best interest. In the case of multiple -term contrac this provisioapply separately to each item. LOBBYING: . -SFO Lobbying of selection committee members, City 1� ttev$ e� loyees elected officials regarding request for proposals, request for qualificatio5 or co du endency of bid protest, by the bidder/proposer/protestor or any me o the bi prop rotestor's staff, and agent of the bidder/proposer/protestor, or any pers loyed legal tit ffiliated with or representing an organization that is responding to th-st fork sal, re or qualification, bid or contract, or has a pending bid protest is strictly p it Fayetteville and shall be prohibits u of Fayetteville; provided, however, nc contacting the Purchasing Division to procurement process influencing or attempting to i request for qualification, bi attempt to obtain goodAt request for proposal, 22. ADDITIONAL REQUIREMENTS: i��n adveent or on a date established by the City of r an awareor the protest is finally resolved by the City ire�n hr ibit a prospective/bidder/proposer from situat� uch as clarification and/or questions related to the LVv i n lobbying activities shall include but not be limited to, -action in connection with any request for proposal, I�Ti direct or indirect oral or written communication or an entities specified in this provision. Such actions may cause any for qualification, bid or contract to be rejected. The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 10 of 15 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. PRICING The City reserves the right to re-evaluate bidders in their standing in the event of a vendor price increase. 26. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materia or equipment used, or that in any way affect the Work and shall in all respects comply with said I� dinances, and regulations. No claim of misunderstanding or ignorance on the part of Bi r Proposer will in any way serve to modify the provisions of the contract. No representations sha inding unless embodied in the contract. Prices shall include all labor, materials, overheadr.Lrofi , insura�l shipping, freight, etc., to cover the products and services presented. Sales taxs /M bei c/oW�in the ' price. Applicable Arkansas sales tax laws will apply when necessary b of be 1Lfere d of this project. Each bidder should state the anticipat ber ro th e of receipt of an order for deliver of services to the City of F e ille. v Y Bidders must provide the Cit i e bi ed by a loyee having legal authority to submit bids on behalf of the bidder.*tin it ost of prepa d providing responses shall be borne by the bidder. ``'� The City reserves the right to re ueoiy add'tio l information it deems necessary from any or all bidders after the submissio ne. The request for bid is n to onst e an offer, a contract, or a commitment of any kind; nor does it commit the city to pa any costs rred by bidder in preparation. It shall be clearly understood that any costs inc he Bidder in responding to this solicitation is at the bidder's own risk and expense as a cost ing business. The City of Fayetteville shall not be liable for reimbursement to the Bidder for any expense so incurred, regardless of whether or not the submittal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8258) or e-mail (kfitch @fayetteville-ar.goy). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 11 of 15 Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kfitch @fayetteviIIe-ar.gov) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. m The successful bidder shall not assign the whole or any part of this Contract '%# monies due or to become due hereunder without written consent of City of Fayetteville. I .1 t e successful bidder assigns all or any part of any monies due or to become due under thi act, the Instrument of assignment shall contain a clause substantially to the �tt that ff�~ that the right of the assignee in and to any monies due or to become due to the su cesVul bid s II be subject to prior liens of all persons, firms, and corporations for services r e or m ials sup d for the performance of the services called for in this contract. `z •► • The successful bidder's attention is dire to th f all ap . a le Federal and State laws, municipal ordinances, and the rules ulatioll auth . ies aving jurisdiction over the services shall apply to the contract throu nd they 2� c dee be included in the contract as though written out in full herein. Thef u I bide s� elf/herself fully informed of all laws, ordinances and regulations of affecting those engaged or employrin pr)bv services and of all orders and decreei &Ybodi If any discrepancy or inconsis �_Ir hould specifications herein referrepo shall herewith report them in writiri t 27. INVOICING: All in 0 City Depart Order Date id pal governments or authorities in any manner Coq�ervices or in any way affecting the conduct of the W.15'unals having any jurisdiction or authority over same. vered in these Contract Documents or in the such law, ordinance, regulation, order or decree, s/he of Fayetteville. I be presented to the City with the minimum information listed below. c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 28. ATTACHMENTS TO BID DOCUMENTS: a. Appendix A: City of Fayetteville Brand Guidelines b. Appendix B: Police Tahoe Dimensions and Photos c. Appendix C: Assets to Decal City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 12 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Specification Requirements 1. GENERAL Definitions — "Bidder" is defined as those submitting a bid prior to contract(s) award. "Vendor" is defined as the awarded contractor(s). 1.1 All materials and services bid shall meet or exceed the minimum requirements, or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Vendor shall provide proof of insurance as required by the City of Fayetteville. Insurance shall include Worker's Compensation, $1,000,000 minimum General Liability, and autp�,�ile insurance. Certificate of Insurance shall list the City as an additional insured. 1.4 Installation and removal shall be performed by tr 'ned professio the vendor's facility or at a City facility at the discretion of the Fleet Operati0 artry ll� 1.5 Vendor shall be responsible for the transp l% n of e s to an om vendor's facility when necessary. Default on guaranteed deliv i will e fo I t cancellation. 1.6 The City of Fayetteville reserves t t to pu `deca fro the vendor and complete the removal and installation of de lizing 't ource W 1.7 Bidders are encouraged to ten t Pre -Bid Me Fleet Operations to ensure understanding of materials and services to e p .*, G 1.8 Quantities listed are estimdo na arantee purchase amounts for each item. Quantities listed will be the basis f l atio west bid. 1.9 Contract(s) award@ uu uant to thi id shall be valid for one (1) year from date of award, and prices shall remain fimckgh the contract year. The contract(s) may be extended automatically up to four (4) additionMne (1) year terms. An rice increases from the vendor for a new contract year Y Any Y shall be provided to the City for approval prior to renewal and shall not exceed the percentage increased by the vendor's supplier(s). Any contract year increases shall be accompanied by documentation to justify the increase. 1.10 The City reserves the right to award listed packages as separate contracts to different vendors. 2. MANUFACTURER 2.1 Products bid shall be new and of the latest standard production as offered for commercial trade. 2.2 Descriptive manufacturer literature for each type of material bid shall be submitted with bid. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 13 of 15 2.3 All decals shall be finished with an optically clear laminate overlay. 3. DESIGNS AND ARTWORK 3.1 All current designs and artwork are the property of the City of Fayetteville. 3.2 Any design, logo, artwork, or other products relating to the City of Fayetteville produced by the vendor or on behalf of the vendor through the duration of the contract shall become the property of the City of Fayetteville. 3.3 There shall be no charge for production, conversion, or resizing of any design or artwork currently used by the City. 3.4 All files sent to the vendor will be provided by the City's Communication Department. Any future artwork shall have proofs and colors approved by the City's Communication Department. 4. TECHNICAL SPECIFICATIONS 4.1 Police Vehicle Decals with Installation a. Design and content of complete vehicle or dividu pa 1�shall match current 2022 or older model vehicles. .� lu b. The vehicle shall be transported b SJendo ,{�.I install n shall be completed at the vendor's facility. The vehicle sh eturpehe C, five (5) business days of the vendor taking possession of hicle c. Installation shall be perfo y trai rofession installers. d. All gold coloring on d e re ui be 3M(1�,1.R 4 in color e. Installed decals pe e may inc e: • Police Stripes • Badges (3) \C*Oe" T• "To Protect a 06(2) • "www.fay i ar.goy'�� • "Fayett vile ice 9� • Unitp ers (2) f. All dec e printed on air release cast reflective vinyl material that is 3mm thick to be compat3svith current material. 4.2 Miscellaneous Decals a. Design and content of complete vehicle or individual panels shall match current 2022 model vehicles. b. Installation shall be performed by trained, professional installers at City facilities. c. Decals shall be made available for purchase by the City to allow the installation to be completed by City staff at the discretion of Fleet Operations. d. Miscellaneous decals shall include: • City of Fayetteville Primary Logo — Stacked (10" Icon with Typography): 16.75" x 18.5" • City of Fayetteville Primary Logo — Stacked (8" Icon with Typography): 13.25" x 15" • City of Fayetteville Primary Logo — Horizontal (10" Icon with Typography): 10" x 33.5" City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 14 of 15 • City of Fayetteville Primary Logo — Horizontal (8" Icon with Typography): 8" x 27" • City of Fayetteville Icon (4") • Unit Numbers - Black (2") • Department Names - Black (2") • Reflective Striping (2") • Fayetteville Fire Department Shield (8.75") - Reflective All decals shall be printed on vinyl material that is 3mm thick to be compatible with current material, unless specified otherwise. 4.3 Rebranding a. Rebranding shall include the removal of two (2) outdated City of Fayetteville logo decals and/or department name and the installation of two (2) new City of Fayetteville logo decals in the same location, per vehicle. b. Removal of old decals and installation of new decals shall be performed by trained, professional installers at City facilities. c. Vehicles to be rebranded will be scheduled by Fleet Operation g or after business hours. d. Required decals will vary by vehicle and mpy�.include: • City of Fayetteville Primary Logo — Stacked (1 " x 18.5" • City of Fayetteville Primary Logue eked 8"): 25" x 15" e. All decals shall be printed on vinyl i�r�ial th i m t is be compatible with current h• material. 0 ♦ •♦% 4.4 Warranty z (�.� (� V v a. The materials shall Or te even7) , whichever is or the manufacturers standard warrant (r � 'Y great g ,� b. The installation shall be el f year or the vendor's standard warranty, whichever is greater. c. Warranty shall i j9da'ut not WTrr'tited to fading, peeling, or adhesive release with normal use including ecog ed a ty orrLa�c vehicle washing equipment. 4.5 Vendor Faciliti a. Vendor's cility must be properly secured for storage of City vehicles, and police vehicles shall be stored inside a secure enclosed location. b. Vendor shall have trained, licensed drivers with appropriate insurance coverage for transporting vehicles to and from Fleet Operations. c. Movement of City vehicles shall be limited to the direct travel from Fleet Operations to the vendor's facility and the area within the vendor's facility and facility grounds. END OF BID FORM City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 15 of 15 Appendix A: City of Fayetteville Brand Guidelines N �4T 'SepCNAM � lidS�1160- . Appendix A: City of Fayetteville Brand Guidelines TABLE OF CONTENTS WHAT YOULL FIND HERE ` v7 LOGO SYMBOLISM (�. 8 XGO VARIATIONS O COLOR VARIATIONS NCORRECT USE BRAND COLORS CO O V' 12 BRAND TYPOGRAPHY o' J v PJ` BRAND USE O14 STATIONERY 15 BUSINESS CARDS 16 EMAIL SIGNATURE 17 OTHER USE CITY SEAL 19 SEAL USE 3 Appendix A: City of Fayetteville Brand Guidelines aco P �o S. �,a Appendix A: City of Fayetteville Brand Guidelines INTRODUCTION Team, We would like to introduce you to our City brand. In these guidelines, you'll find pointers for creating a consistent, cohesive look and voice. We encourage you to partner with us in this effort - take time to identify where t e nd should be used or updated. Most importantly, remember that the voice and look brand leaves a lasting impression on everyone from residents or weekend visitors, to looking to move here for business or education. A As our mayor always says, our city is unique not because o: at e ma`�, but because of what we believe. A belief in one another, taking care of PN no d rea ing we are partners in this place we call home. �► n ' �' Our hope is that this City brand communicates wh �lamazi ibra ci Fayetteville truly is. J Thank you, O � mow✓ City Communications Team `_✓ ♦ G 5 Appendix A: City of Fayetteville Brand Guidelines Appendix A: City of Fayetteville Brand Guidelines LOGO SYMBOLISM The City of Fayetteville's logo is made up of elements that represent our unique community. The logo highlights aspects that make Fayetteville special to lifelong citizens and visitors alike, such as its topography, individuality and inclusivity. `—J G GRAP� (� life so es �n logo symbolize the rolling �/ 1 � g y g �hills.i ett X V TO R ER LOGOS log rporates elements from previous Q. ogos as sunsets, rolling hills, and CIan es. �LE J The circle represents the inclusivity that we o strongly embrace in our city. Though each section is different, they all work together to form the circle. WARDS 4W The logo is comprised of four sections, just as the city has four wards. Appendix A: City of Fayetteville Brand Guidelines LOGO VARIATIONS PRIMARY LOGO I HORIZONTAL PRIMARY LOGO I STACKED CITY OF _ FAYETTEVILLE ARKANSAS \5 m Q' Oei-, + + 4W 0\ x6 CITY OF 9 X� 11:;� FAYETT L n• ARK S �G! Fn• F _ _`e WORDMARK CITY OF FAYETTEVILLE ARKANSAS Appendix A: City of Fayetteville Brand Guidelines LOGO COLOR VARIATIONS W4jW CITY OF FAYETTEVILLE ARKANSAS CITY OF FAYETTEVILLE ARKANSAS CITY OF FAYETTEVILLE ARKANSAS n,o CITY OF FAYETTEVILLE ARKANSAS CITY OF FAYETTEVILLE r ARKANSAS Aft G Q' CITY OF, O _ FAY E T1/1 ARK S • �GJ v- J o� low 1 OF Y TEVILLE A AS CITY OF FAYETTEVILLE ARKANSAS 0 CITY OF FAYETTEVILLE ARKANSAS CITY OF FAYETTEVILLE ARKANSAS Appendix A: City of Fayetteville Brand Guidelines INCORRECT USE r_ FAYETTEVILLE ARKANSAS Don't remove elements. _CITY OF FAYETTEVILLE ARKANSAS Don't stretch or change the kerning. Aftm CITY Or rAYETTEVILLE ARKANSAS Don't change type. Don't add drop or other effects. LX61 ows _ CITY OF . FAYETTEVILLE ARKANSAS Don't resize elements. CITY OF FAYEI MV _ AR SAS �D 1'ep 1 ' elements. Q1 f-S *%I ft FP►YETTEV,J.LS ARKANSAS Don't rotate. Los. 10 Appendix A: City of Fayetteville Brand Guidelines BRAND COLORS These are the primary colors that will build a recognizable, trusted brand for Fayetteville. Use these colors with intention to help create cohesion. AQUA HEX: 187F7F PANTONE: 7717C RGB: 19, 127, 127 PINE HEX: 145253 PANTONE: 7722C RGB: 21, 82, 84 SHALE HEX: 515252 PANTONE: 445C RGB: 81, 83, 83 OLLY BERRY EX: CC3333 ANYONE: 1797C GB: 203, 52, 51 FOG HEX: DDDBDC PANTONE: Cool Gray 1C RGB: 221, 220, 221 SUNSHINE HEX:FFCC00 PANTONE: 116C RGB: 255, 205, 3 11 Appendix A: City of Fayetteville Brand Guidelines BRAND TYPOGRAPHY THE CITY OF FAYETTEVILLE USES FOUR TYPEFACES: Two typefaces are used for primary graphic design work: Lato and Gotham. Alternative typefaces can be used for design and marketing purposes; however, only open -source or licensed typefaces should be used. Arial is the recommended typeface to be used by City staff. Arial is a contemporary sans -serif typeface with versatile weights and styles. It can be used with equal success for printed documents in addition to display and screen use. Arial is recognized for its cross -browser, cross -platform web readab� Wty and accessibility of the visually impaired. Arial is a proprietary font, but the main font families censed for use with Microsoft and Adobe products. "Aria) is a sans -serif typeface that provides a strong and clear contras Times. It�d for shorter text settings in applications, such as the print version of this manual, and is speci y �ful in headlines, sub- heads, charts and graphs. It is the preferred typeface for captions al reprod well at even the small- est of sizes." �n. `Z *If you desire a customized look for a design project, please ask communication QNf r an ap �ont lis Q '61 V AaBbCcDdEeFfG lMmNn OoPpQqRrSsTtU xY Zz y G 12 Appendix A: City of Fayetteville Brand Guidelines Appendix A: City of Fayetteville Brand Guidelines STATIONERY LAYOUT The City logo should be centered in the top 1" header. The V footer will contain all contact information. TYPOGRAPHY City employees should use the designated stationery for agendas and minutes, letterhead, memos, media releases, etc. The templates are designed with the font Arial. Gotham, which is used fore the header and footer, is not available in standard word processing software. DEPARTMENT/DIVISION IDENTITY Rather than using dozens of different types of letterhead, City employees should use one standard template with the City of Fayetteville logo. Employees should identify their depart- ment/division in the signature block of the letter. n *,a CITY OF FAYETTEVILL ARKANSAtiJ -111Y�� Staff Persr.; Position/T t, Your Dep, Mtn er.' 1 113 w r; wain I Fayettevi, e, AR 72")l 479-575-8 s3( name aufayetteville• ?..gov www.faye :r,:!ville-ar.go: �iTY OF F:IYETTEV ILLE ARKANSAS R��j Staff Person position/Title Y>ur Department 113 W. Mountain Fayetteville, AR 72701 479-575-8330 name- 4ayetteville-ar.gov www.fayetteviIIe-ar.gov CITY OF FAYETTEVILLE ARKANSAS Staff Person Position/Title Your Department 113 W. Mountain Fayetteville, AR 72701 479-S75-8330 name afayetteville-ar.gov www.fayetteviIle-ar.gov Appendix A: City of Fayetteville Brand Guidelines EMAIL SIGNATURE TEXT STYLE Arial, size 11 FORMAT Name Title Department or Division City of Fayetteville, Arkansas 479-575-5555 fayetteville-ar.gov OPTIONAL INFORMATION email (name@fayetteville-ar.gov) social media icons with hyperlinks INCORRECT SIGNATURES Don't change the color Name Title Department or Division City of Fayetteville, Arkansas 479-575-5555 fayetteville-ar.gov 16 Name Title Department or Division Phone numbers should use hyphens. ` Fayetteville, Arkansas - 55-5555 Hyperlinked social media icons ayetteville-ar.gov for COF channels are availa CO (Resources > C mjunicat You may link to individua rtme es. *All web pages s e an —fink. CITY of tj `` FAYETTEVILLE . ARKANSAS A v- *%"I* o� Don't promlllel nt Name . Title �v Depar ent or Division City of Fayetteville, Arkansas 479-575-5555 fayetteville-ar.gov Call me for a free training class Don't add quotes or images Name Title Department or Division City of Fayetteville, Arkansas 479-575-5555 fayetteville-ar.gov "The secret of getting ahead is getting started." - Mark Twain Don't change fonts. %ame Title Department or Division City of Fayetteville, Arkansas 479-575-5555 fayetteville-ar.gov Appendix A: City of Fayetteville Brand Guidelines OTHER USE UNIFORMS For all wearables, a proof must be submitted to the Communications Department to ensure the City brand is used correctly. The color chosen should provide the most contrast and have the best readability. `_✓ *Please note these are just examples. Q, J v P FLEET O \CO All City -owned vehicle graphics must be desi d y the ommunications Department to ensure the City brand is used correctly. City vehicles shoul is y t logo. Ci OUTSIDE SIGNAGE All outside signage must be approved by the Communications Department to ensure the City brand is used correctly. The color chosen should provide the most contrast and have the best readability. The logo may be slightly adjusted to increase legibility on a case -by -case basis. 17 Appendix A: City of Fayetteville Brand Guidelines aco Appendix A: City of Fayetteville Brand Guidelines SEAL USE OFFICIAL CITY SEAL In 2014, the seal was digitally updated to meet cur- rent technology standards. Elements of the seal were also updated, such as the addition of Old Main in the background. Images of Old Main are copyrighted by the University of Arkansas (UA); the City has a con- tractual agreement from the UA allowing use. The City seal is reserved for use by Offices of Elected Officials (Mayor, City Clerk, City Attorney/Prosecu- tor, District Court) and for legal documents and cer- tificates. The seal is used with permission from the ^ Office of the Mayor to identify certain City assets anIt properties. Permissions must be renewed annually. N The seal is also used in the badge and shield of Fayetteville Police Department. P �1 v RULES Inncorect use of the City logo (p. the City seal. 10) also a Volie?lto Cj 19 Appendix B: Police Tahoe Dimensions and Photos 20221 TAHOE 9C1 I POLICE PACKAGE 75.9" MATERIAL DIMENSIONS FOR BODY WRAP AND GRAPHIC ESTIMATIONS Estimated material sizes to wrap: • Hood - 79" x 54" • Front Doors - 48" x 37" • Rear Doors - 45" x 38" • Roof - 110" x 55" • Rear hatch - 63" x 27" 15 4 1356 9cr P%a&,t aitd T'&A, I A d, Aa® Vi . vii I- M- F_ lIa � n. Yr - i t�` 911 �' a I ld*- WWWaFAYIETTEVI LLE-AR. GOV c o 1358 Appendix C: Assets to Decal Dept Department Desc APMN APMN APMN APMN APMN APMN ANSV ANSV ANSV BLSF BLSF BLSF BLSF BLSF BLSF BLSF BLSF BLSF BLSF BLSV BLSV BLSV BLSV BLSV CAOP CRRD CRRD CRHO CRCE ENOP ENOP Airport -Maintenance Airport -Maintenance Airport -Maintenance Airport -Maintenance Airport -Maintenance Airport -Maintenance Animal Services Animal Services Animal Services Building Safety Building Safety Building Safety Building Safety Building Safety Building Safety Building Safety Building Safety Building Safety Building Safety Building Services Building Services Building Services Building Services Building Services Cable Administration - Operations Community Dev - Redevelopment Community Dev - Redevelopment Community Resources Housing Community Resources -Code Enforcement Engineering -Operations Engineering -Operations Large Decals Asset Status Year Make Model Number 1261 U A 2013 Chevrolet TAHOE 2262 A 2022 FORD F150 1371 A 2021 Chevrolet TRAVERSE 354 A 2006 FORD F550 68 A 1997 FORD F 728 A 1997 MACK - 8-P 2193 A 2015 FORD [�' 0 2251 A t2l 2 FORD o'er/ F250 2252 A FO �/ F250 2165 A 3 FORRV F150 2137 A `�20 rolet COLORADO 2166 � 2 �D � �F150 1346 �� Chevr ` TRAVERSE AWD 12 '4 A 15 TO TA PRIUS HYBRID A 2020 RAM 1500 1�i2 201 COMPASS 3 2 A hevrolet TRAVERSE 1 O 0 Chevrolet TRAVERSE 1 3 A 2019 JEEP COMPASS 2014 TOYOTA TACOMA LOU� 2006 Chevrolet SILV 1500 224 A 2020 DODGE RAM 1500 2203U A 2016 TOYOTA TACOMA 2216 A 2019 DODGE RAM 1500 2037U A 2001 FORD E150 1209 A 2009 HONDA ELEMENT 9217 A 2015 LARK CARGO 1336 A 2019 DODGE DURANGO SXT 1157U A 2006 HONDA ELEMENT 2114 A 2007 FORD F150 1345 A 2019 Chevrolet TRAVERSE Position Control APMN_F001 APMN_F002 APMN_F009 APMN_F010 APM N_N004 APM N_N005 ANSV_F001 ANSV_F002 ANSV_F003 BLSF_F002 BLSF_F003 BLSF_F004 BLSF_F005 BLSF_F006 BLSF_F007 BLSF_F008 BLSF_F009 BLSF_F010 BLSF_F011 BLSV_F001 BLSV_F002 BLSV_F003 BLSV_F004 BLSV_F005 CAOP_F001 C RCE_F001 CRCE_N001 CRCE_F003 CRCE_F007 ENG R_F001 ENGR_F002 Appendix C: Assets to Decal ENPC Engineering -Public Construction ENPC Engineering -Public Construction ENPC Engineering -Public Construction ENPC Engineering -Public Construction ENPC Engineering -Public Construction ENPC Engineering -Public Construction FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDOP Fire -Operations FDPR Fire -Prevention FDPR Fire -Prevention FDPR Fire -Prevention FDPR Fire -Prevention FDPR Fire -Prevention FDTR Fire -Training FDTR Fire -Training FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FOOP Fleet Operations FORP Fleet Rental Pool FORP Fleet Rental Pool 2270 2151 2199 2225 2226 2227 341 1306 1326 1397 1271 1305 2132U 2159U 2130U 9313 A A A A A A A A A A A A A A ^v 9109 21 A�`` V 4 A 215 1A C 2� A n175 • 1 �1189 301 A • 3013 A 9027U A 2133U A 2204 A 9075 A 977 A 812U A 9216 A 838 A 1394 A 2022 FORD _ F150 2012 Chevrolet COLORADO 2016 DODGE RAM 1500 2019 DODGE RAM 1500 2019 DODGE RAM 1500 2019 DODGE RAM 1500 2002 FORD _ F350 2016 Chevrolet _ TAHOE 2018 Chevrolet TA OE 2022 Chevrolet SIVIL ��A""" 2014 Chevrolet OE 2016 Chevrolet G AHOE FOR F250 13 FO F250 �2008 Avro t EXPRESS 20 CEDE4- SPRINTER 13 _NZ P FORD 2Chevrolet 2013 FORD 2015 Chevrolet 2008 FORD 2021 Chevrolet 2022 FORD 2001 TARGET 2011 FORD 2017 DODGE 2004 BIG TEX 1981 FRUEHAUF 2008 TOYOTA 2015 TENNANT 2021 TOYOTA 2022 TOYOTA CARGO F250 TAHOE SILV 1500 F250 TAHOE F250 SILV 2500 FUSION SILV 2500 F350 TRAILER F250 RAM 2500 TRAILER TRAILER 8FGU32 Sweeper 8FGU32 CAMRY HYBRID ENGR_F003 ENG R_F004 ENGR_F005 ENGR_F006 ENG R_F007 ENG R_F008 FIRE_F006 FIRE_F009 FIRE_F010 FIRE_F011 FIRE_F012 FIRE_F031 FIRE_F036 FIRE_F037 FI RE_N001 FIRE_N025 FIRE_N026 FIRE_F001 FIRE_F002 FIRE_F003 FIRE_F004 FIRE_F005 FIRE_F007 FIRE_F008 FLET_F001 FLET_F002 FLET_F003 FLET_F004 FLET_F005 FLET_F006 FLET_N 001 FLET_N 002 FLET_N 003 FLET_N 007 FLET_F012 FLET_F014 Appendix C: Assets to Decal FORP Fleet Rental Pool 1327 A 2018 TOYOTA PRIUS HYBRID FLET_F015 FORP Fleet Rental Pool 2278 A 2022 FORD _ MAVERICK FLET_F016 FORP Fleet Rental Pool 1395 A 2022 TOYOTA _ CAMRY HYBRID FLET F017 FORP Fleet Rental Pool 2249 A 2021 Chevrolet _ EXPRESS FLET F022 FORP Fleet Rental Pool 369U A 2009 FORD _ F550 FLET F023 FORP Fleet Rental Pool 838 A 2021 TOYOTA _ 8FGU32 PRKS F024 FORP Fleet Rental Pool 838 A 2021 TOYOTA 8FGU32 ' TRAN F077 ITOP Information Technology 2168 A 2013 FORD F150 ITOP_F001 ITOP Information Technology 2247 A 2020 FORD 15;tLR CREW ITOP_F002 ITOP Information Technology 1156U2 A 2006 HONDA NT ITOP_F003 ITOP Information Technology 2202U A 2016 TOYOTA 1 OMA ITOP_F004 WSMM Meter Maint & Backflow Prevention 2197 A 2016 FORD G 350 WSEW_F016 WSMM Meter Maint & Backflow Prevention 2272 A �22 FO MAVERICK WSEW_F017 WSMM Meter Maint & Backflow Prevention 2235 �20 GE RAM 1500 WSEW F018 k\� ONO ♦� WSMT Meter Operations 2162 TOYO TACOMA WSEW_F001 WSMT Meter Operations 22 v A 19 D E��E RAM 1500 WSEW_F002 WSMT Meter Operations AA 2021 RANGER WSEW_F003 WSMT Meter Operations 4 A�1 2 1 RENEGADE WSEW F004 p _ WSMT Meter Operations 13350 � JEEP COMPASS WSEW_F005 WSMT Meter Operations 2� A 2 FORD MAVERICK WSEW_F006 WSMT Meter Operations 2 A ` 2022 FORD MAVERICK WSEW_F008 WSMT Meter Operations 20 ♦ 2019 FORD F250 WSEW_F009 WSMT Meter Operations 236 ` 2020 DODGE RAM 1500 WSEW_F010 WSMT Meter Operations 220A 2017 TOYOTA TACOMA WSEW_F011 WSMT Meter Operations ♦ 2206 A 2017 TOYOTA TACOMA WSEW_F012 WSMT Meter Operations ` 2274 A 2022 FORD MAVERICK WSEW_F013 WSMT Meter Operations 2207 A 2017 TOYOTA TACOMA WSEW_F014 WSMT Meter Operations 2276 A 2022 FORD MAVERICK WSEW_F015 WSMT Meter Operations 2208 A 2017 FORD F250 WSEW_F028 WSMT Meter Operations 2237 A 2020 FORD F250 WSEW_F078 PREN Parking Enforcement 2171 A 2013 FORD F150 PTEL_F002 PRED Parking Entertainment District 1282 A 2015 Chevrolet EQUINOX PTEL_F003 PKAT Parks & Rec-Athletics 1360 A 2020 Chevrolet TRAVERSE PRKS F001 PKAT Parks & Rec-Athletics 2120 A 2008 FORD F150 PRKS F042 Appendix C: Assets to Decal PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKMN Parks & Rec-Maintenance PKBG Parks - Community Development Block Grant PKDV Parks Development PKDV Parks Development PKDV Parks Development PLAID Planning PLAID Planning PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol PDPT Police -Patrol 2180 A 2015 FORD F250 PRKS_F030 2212 A 2018 DODGE RAM 1500 PRKS_F032 2214 A 2018 DODGE RAM 2500 PRKS_F035 2195 A 2016 DODGE RAM 1500 PRKS_F036 2105 A 2006 FORD F150 PRKS_F037 2239 A 2020 FORD F250 PRKS_F041 9315 A 2022 MULTIHOG CV 350 SWEEPER PRKS_F075 9288 A 2021 EAGLE CARGO PRKS_N033 2250 A 2021 Chevrolet EXPRESS PRKS_F055 3002 A 2018 FORD (�J PRKS_F004 2258 A 2022 FORD G' 150 PRKS_F039 3002 A FORD V F750 TRAN_F003 1347 A 19 Nis LEAF PLAD_F001 1370 A •`�2021 vro t TRAVERSE AWD PLAD_F002 1393 20 rolet• TAHOE POLC_F 1381 Ni ARL�� FLHTP POLC_F001 1384 Ch vro"V TAHOE POLC_F004 �QC`16 1 A Ch v let TAHOE POLC F005 2014 A CAMRY HYBRID POLC_F006 V 2 A 2 1 OTA CAMRY HYBRID POLC F007 2218() M DODGE RAM 1500 POLC_F008 1 A ` 12 FORD FUSION HYBRID POLC_F009 1 04 A 2012 FORD FUSION HYBRID POLC_F010 n 42 • 2019 Chevrolet TAHOE POLC_F011 1' 134 2019 Chevrolet TAHOE POLC_F012 137i A 2021 HARLEY FLHTP POLC_F013 • 1380 A 2021 RAREFY FLHTP POLC_F014 1307 A 2016 Chevrolet TRAVERSE POLC_F016 1355 A 2020 Chevrolet TAHOE POLC_F017 1383 A 2021 Chevrolet TAHOE POLC_F018 1341 A 2019 Chevrolet TAHOE POLC_F019 1356 A 2020 Chevrolet TAHOE POLC_F020 1315 A 2017 Chevrolet TAHOE POLC_F021 1372 A 2021 Chevrolet TAHOE POLC_F022 1392 A 2021 Chevrolet TAHOE POLC_F023 1302 A 2016 Chevrolet TAHOE POLC_F024 Appendix C: Assets to Decal PDPT Police -Patrol 1350 A 2020 Chevrolet _ TAHOE POLC F025 PDPT Police -Patrol 1385 A 2021 Chevrolet _ TAHOE POLC F026 PDPT Police -Patrol 1351 A 2020 Chevrolet _ TAHOE POLC F027 PDPT Police -Patrol 1357 A 2020 Chevrolet _ TAHOE POLC F028 PDPT Police -Patrol 1374 A 2021 Chevrolet _ TAHOE POLC F029 PDPT Police -Patrol 1388 A 2021 Chevrolet _ TAHOE POLC F030 PDPT Police -Patrol 1354 A 2020 Chevrolet _ TAHOE POLC F031 PDPT Police -Patrol 1337 A 2019 Chevrolet _ TAHOE POLC F032 PDPT Police -Patrol 1253 A 2013 Chevrolet TA}4OE POLC_F033 PDPT Police -Patrol 1379 A 2021 HARLEY AA POLC_F034 x PDPT Police -Patrol 1329 A 2018 Chevrolet c OE POLC_F036 PDPT Police -Patrol 1339 A 2019 Chevrolet G AHOE POLC_F037 PDPT Police -Patrol 1340 A Chev TAHOE POLC_F038 PDPT Police -Patrol 1353 ATP20 Che le TAHOE POLC_F039 PDPT Police -Patrol 1352 2020 Avro t TAHOE POLC_F040 PDPT Police -Patrol 1328 20 irolet. TAHOE POLC_F041 PDPT Police -Patrol 1349 • 0 RD ` INTERCEPTOR POLC_F042 PDPT Police -Patrol 2187 6 D G� — RAM 2500 POLC_F043 PDPT Police -Patrol 2 Q5' A 2006 FR TUNER M2106 POLC F044 PDPT Police -Patrol 3 2020 vrolet TAHOE POLC - F049 V — PDPT Police -Patrol 6 A 2 evrolet _ TAHOE POLC F050 PDPT Police -Patrol , 137 Chevrolet _ TAHOE POLC F051 PDPT Police -Patrol 1 8% A 021 Chevrolet _ TAHOE POLC F052 PDPT Police -Patrol 1 j A ` 2021 Chevrolet _ TAHOE POLC F054 PDPT Police -Patrol 89 . 2021 Chevrolet _ TAHOE POLC_F055 PDPT Police -Patrol 1' 131 2017 Chevrolet _ TRAVERSE POLC_F056 PDPT Police -Patrol 129 A 2016 Chevrolet _ TAHOE POLC_F057 PDPT Police -Patrol 1386 A 2021 Chevrolet TAHOE POLC F059 PDPT Police -Patrol 1338 A 2019 Chevrolet _ TAHOE POLC_F060 PDPT Police -Patrol 1358 A 2020 Chevrolet _ TAHOE POLC F061 PDPT Police -Patrol 1390 A 2021 Chevrolet _ TAHOE POLC F062 PDPT Police -Patrol 1382 A 2021 Chevrolet _ TAHOE POLC F063 PDPT Police -Patrol 1391 A 2021 Chevrolet _ TAHOE POLC F069 PDPT Police -Patrol 1211 U A 2009 HARLEY FLHP POLC N013 PDPT Police -Patrol 1309U A 2016 HARLEY _ FLHTP POLC N013 PDPT Police -Patrol 1226U A 2011 Chevrolet _ TAHOE POLC N014 PDPT Police -Patrol 9107 A 2007 SEGWAY X-2 POLC N025 Appendix C: Assets to Decal PDPT Police -Patrol 1399 A 2021 FORD _ ESCAPE HYBRID POLC N027 PDPT Police -Patrol 1400 A 2021 Chevrolet TRAVERSE POLC N030 PDSS Police -Support Services 2267 A 2022 FORD F150 POLC_F003 PDSS Police -Support Services 2190 A 2015 DODGE _ RAM 1500 POLC_F015 PDSS Police -Support Services 1377 A 2021 Chevrolet _ TAHOE POLC_N005 PDSS Police -Support Services 1279 A 2013 FORD EXPLORER POLC_N026 PDSS Police -Support Services 1280 A 2013 FORD EXPLORER POLC_N032 PDSS Police -Support Services 1367 A 2017 FORD EXPLORER POLC_N038 PDSS Police -Support Services 1368 A 2018 FORD EX ORER POLC_N039 PWPM Public Works - Parks Maintenance 2271 A 2022 FORD i PRKS F002 PWPM Public Works - Parks Maintenance 3010 A 2020 FORD PRKS F003 PWPM Public Works - Parks Maintenance 380 A 2014 FORD G 550 PRKS_F005 PWPM Public Works - Parks Maintenance 3005 A FOR F550 PRKS_F006 PWPM Public Works - Parks Maintenance 3006 A 20 FO F550 PRKS_F007 PWPM Public Works - Parks Maintenance 765U �`�2010 W TH T800 PRKS_F023 PWPM Public Works - Parks Maintenance 1208 20 DA . ELEMENT PRKS_F027 PWPM Public Works -Parks Maintenance 2194 • 6 RD ` F250 PRKS_F028 PWPM Public Works - Parks Maintenance 2196 6 FO D� F250 PRKS_F031 PWPM Public Works - Parks Maintenance 21 9 A 2015 D RAM 1500 PRKS F033 PWPM Public Works - Parks Maintenance 2017 F350 PRKS_F034 V PWPM Public Works -Parks Maintenance 1 A 2 RD F350 PRKS F038 PWPM Public Works - Parks Maintenance 225 �ORD F150 PRKS F040 PWPM Public Works - Parks Maintenance 2 1t A 018 DODGE RAM 1500 PRKS F056 PWPM Public Works - Parks Maintenance 5 A ` 2011 DAKOTA C4141 PRKS F061 PWPM Public Works - Parks Maintenance 00 . 2016 DODGE RAM 2500 PRKS_F062 PWPM Public Works - Parks Maintenance 223 2020 FORD F250 PRKS_F067 PWPM Public Works - Parks Maintenance 302 A 2022 FORD F550 PRKS_F072 PWPM Public Works - Parks Maintenance 2260 A 2022 FORD F150 PRKS F073 PWPM Public Works - Parks Maintenance 2261 A 2022 FORD F150 PRKS_F074 TRSW Sidewalk Maintenance 3017 A 2022 FORD F550 TRAN F019 TRSW Sidewalk Maintenance 799 A 2023 KENWORTH T880 TRAN F093 TRSW Sidewalk Maintenance 396 A 2017 FORD F550 TRAN F095 TRSW Sidewalk Maintenance 397 A 2017 FORD F550 TRAN F096 TRSW Sidewalk Maintenance 361 A 2008 FORD F350 TRAN F098 TRSW Sidewalk Maintenance 2253 A 2021 FORD RANGER TRAN F101 TRSW Sidewalk Maintenance 9264 A 2019 SPARTAN CARGO TRAN F121 TRSW Sidewalk Maintenance 976 A 1980 GREAT DANE TRAILER TRAN N007 Appendix C: Assets to Decal TRSW Sidewalk Maintenance 9007 A 1999 WORKFORCE TRAILER TRAN N009 TRSW Sidewalk Maintenance 9050 A 2003 UD TRAILER TRAN N016 TRSW Sidewalk Maintenance 9074 A 2004 UD _ TRAILER TRAN N019 TRSW Sidewalk Maintenance 9082 A 2005 NORTON _ C205PE TRAN N021 TRSW Sidewalk Maintenance 9178 A 2013 R & R TRAILER TRAN N026 SWCM Solid Waste -Commercial 4043 A 2019 KENWORTH _ T270 SWST F002 SWCM Solid Waste -Commercial 4033 A 2018 Peterbilt 520 PETERBILT SWST F003 SWCM Solid Waste -Commercial 4049 A 2020 Peterbilt 520 PETERBILT SWST F004 SWCM Solid Waste -Commercial 4058 A 2020 Peterbilt 52 ETERBILT SWST F005 SWCM Solid Waste -Commercial 4048 A 2020 Peterbilt TERBILT SWST F008 SWCM Solid Waste -Commercial 4059 A 2022 Peterbilt PETERBILT SWST F009 SWCM Solid Waste -Commercial 4061 A 2022 Peterbilt G 20 PETERBILT SWST_F010 SWCM Solid Waste -Commercial 4060 A V11* Peter ' 520 PETERBILT SWST_F011 SWCM Solid Waste -Commercial 4032 A 21P17 Pet ilt 320 SWST_F012 SWCM Solid Waste -Commercial 4062 2022 P rbi 520 PETERBILT SWST_F013 SWCM Solid Waste -Commercial 2188 20 . �F150 SWST_F029 SWCM Solid Waste -Commercial 9188 • 4 NN q4'N S30 SWST _F059 SWCP Solid Waste -Compost 4066 A 3 FR GH R M2106 SWST_F007 SWCP Solid Waste -Compost 4 0 A 2016 Pe r ' t 348 SWST _F050 SWCP Solid Waste -Compost 2016 r ilt 348 SWST_F051 V � - SWCP Solid Waste -Compost U A 2 IGHTLINER _ M2-112 SWST_F054 SWCP Solid Waste -Compost 756 FREIGHTLINER M2-112 SWST F063 p SWCP Solid Waste -Compost 6 A 1996 TRIPLE STAR TRAILER SWST_N002 SWCP Solid Waste -Compost 0? A 2000 INGERSOLL 185 SWST_N004 SWCP Solid Waste -Compost CI 93 . 2021 CYNERGY CARGO SWST_N008 SWDB Solid Waste -Drop Box 404 2020 KENWORTH T440 SWST _F025 SWDB Solid Waste -Drop Box (� - 1� 403rj A 2018 FREIGHTLINER M2-112 SWST_F026 SWDB Solid Waste-DropBox V� 4067 A 2022 KENWORTH T880 SWST F027 � SWDB Solid Waste -Drop Box 4029U A 2015 Peterbilt 348 SWST _F060 SWOP Solid Waste -Operations ��// 2244 A 2020 DODGE RAM 1500 SWST_F006 SWOP Solid Waste -Operations 1272 A 2014 Chevrolet TAHOE SWST_F049 SWRC Solid Waste -Recycling 4034 A 2019 International 7300 SFA SWST_F001 SWRC Solid Waste -Recycling 2184 A 2014 FORD F150 SWST_F014 SWRC Solid Waste -Recycling 2209 A 2017 FORD E350 SWST_F030 SWRC Solid Waste -Recycling 4016 A 2013 FREIGHTLINER M2106 SWST_F031 SWRC Solid Waste -Recycling 4027 A 2016 FREIGHTLINER M2106 SWST_F034 SWRC Solid Waste -Recycling 4028 A 2016 FREIGHTLINER M2106 SWST_F035 Appendix C: Assets to Decal SWRC Solid Waste -Recycling 4044 A 2020 FREIGHTLINER _ M2106 SWST_F036 SWRC Solid Waste -Recycling 4045 A 2020 FREIGHTLINER _ M2106 SWST_F037 SWRC Solid Waste -Recycling 4036 A 2019 International _ 7300 SFA SWST_F038 SWRC Solid Waste -Recycling 4040 A 2019 International _ 7300 SFA SWST_F039 SWRC Solid Waste -Recycling 4038 A 2019 International _ 7300 SFA SWST_F040 SWRC Solid Waste -Recycling 4037 A 2019 International _ 7300 SFA SWST_F041 SWRC Solid Waste -Recycling 4041 A 2019 International _ 7300 SFA SWST_F042 SWRC Solid Waste -Recycling 4042 A 2019 International _ 7300 SFA SWST_F043 SWRC Solid Waste -Recycling 4035 A 2019 International 73 SFA SWST_F062 SWRS Solid Waste -Residential 4056 A 2020 Peterbilt TERBILT SWST F015 SWRS Solid Waste -Residential 4057 A 2020 Peterbilt PETERBILT SWST F016 SWRS Solid Waste -Residential 4050 A 2020 Peterbilt G 20 PETERBILT SWST_F017 SWRS Solid Waste -Residential 4051 A Peter 520 PETERBILT SWST_F018 SWRS Solid Waste -Residential 4055 A 2V20 Pet ilt 520 PETERBILT SWST_F019 SWRS Solid Waste -Residential 4052 2020 P rbi 520 PETERBILT SWST_F020 SWRS Solid Waste -Residential 4053 20 rbilt 520 PETERBILT SWST_F021 r ' SWRS Solid Waste -Residential 4063 • 2 ete` 520 PETERBILT SWST_F022 SWRS Solid Waste -Residential 4064 a 2 Pe rbiI _ 520 PETERBILT SWST_F023 SWRS Solid Waste -Residential 7 2 A 2020 FR TLINER _ M2106 SWST F024 SWRS Solid Waste -Residential �2022 F150 SWST_F028 V � — SWRS Solid Waste -Residential 6 A 2 eterbilt _ 520 PETERBILT SWST_F061 SWRS Solid Waste -Residential 9110 4 TRIPLE STAR _ TRAILER SWST_N001 SWTS Solid Waste -Transfer Station 6�2 A ` 018 CATERPILLAR 930M SWST_F055 SWTS Solid Waste -Transfer Station 6�►4 A 2021 CATERPILLAR _ 308CR SWST_F056 TRDR Street -Drainage 01 . 2023 KENWORTH _ T880 TRAN_F053 TRDR Street -Drainage 38 2014 FORD _ F550 TRAN_F069 TRDR Street -Drainage 79 A 2023 KENWORTH _ T880 TRAN_F071 TRDR Street -Drainage 3023 A 2022 FORD F550 TRAN F126 TRDR Street -Drainage 3024 A 2022 FORD F550 TRAN_F127 TRDR Street -Drainage 9046 A 2002 UD _ TRAILER TRAN_N013 TRDR Street -Drainage 9179 A 2013 STARLIGHT _ TRAILER TRAN_N027 TRIH Street -In House Project 375 A 2012 FORD _ F550 TRAN_F017 TRIH Street -In House Project 775 A 2016 FREIGHTLINER _ 114SD TRAN_F030 TRIH Street -In House Project 783 A 2017 FREIGHTLINER _ 114SD TRAN_F033 TRIH Street -In House Project 798 A 2022 KENWORTH _ T880 TRAN_F034 TRIH Street -In House Project 2182 A 2015 FORD _ F250 TRAN_F043 TRIH Street -In House Project 2201 A 2016 DODGE RAM 2500 TRAN_F044 Appendix C: Assets to Decal TRIH Street -In House Project 9093 A 2007 International _ ETNYRE TRAN_F056 TRIH Street -In House Project 2268 A 2022 FORD _ F150 TRAN_F104 TRIH Street -In House Project 9262 A 2017 FLAMING _ TRAILER TRAN_N022 TRSM Street -Maintenance 9157 A 2012 Henderson _ MSP 9 X 34 TRAN F007 TRSM Street -Maintenance 9181 A 2014 KENWORTH _ T370 TRAN F013 TRSM Street -Maintenance 776 A 2016 International _ 7300 SFA TRAN F016 TRSM Street -Maintenance 777 A 2016 International _ 7300 SFA TRAN F018 TRSM Street -Maintenance 3014 A 2022 FORD _ F550 TRAN F020 TRSM Street -Maintenance 789 A 2020 KENWORTH T8X TRAN F031 TRSM Street -Maintenance 790 A 2020 KENWORTH TRAN F032 TRSM Street -Maintenance 2181 A 2015 FORD TRAN F042 TRSM Street -Maintenance 9252 A 2018 Internationale 300 SBA TRAN_F048 TRSM Street -Maintenance 9305 A FREI `' REGENX TRAN_F054 TRSM Street -Maintenance 791 A 20 KE O H T800 TRAN_F072 TRSM Street -Maintenance 391 �`�2017 F D F550 TRAN_F097 TRSM Street -Maintenance 788 20 OR1H T800 TRAN_F103 TRSM Street -Maintenance 2148 • 1 evr ` SILV 1500 TRAN_F106 TRSO Street -Operations 2169 4 TO OTT _ TACOMA TRAN_F001 TRSO Street -Operations 21 7 A 2014 Tp�( TACOMA TRAN_F041 V" TRSO Street -Operations 6 2020 vrolet TRAVERSE AWD TRAN _F105 V TRRW Street -Right of Way 5 A MRD _ F550 TRAN_F002 TRRW Street -Right of Way 39 �ORD _ F550 TRAN F004 9 Y //��� � TRRW Street -Right of Way 2� A \(O 2 Chevrolet COLORADO TRAN_F074 TRRW Street -Right of Way 3** A 02 FORD _ F350 TRAN_N030 TRTC Traffic -Control &Maintenance63 . 2022 FORD _ F150 TRAN_F040 TRTC Traffic -Control & Maintenance 300 2017 FORD _ F550 TRAN_F046 TRTC Traffic -Control & Maintenance 39 A 2017 FORD F550 TRAN_F075 TRTC Traffic -Control & Maintenance 3004 A 2018 FORD F550 TRAN F076 TRTC Traffic -Control & Maintenance 2160 A 2013 FORD _ F250 TRAN_F078 TRTC Traffic -Control & Maintenance 902 A 1984 PRISMO STRIPER TRAN N006 TRTL Transportation -Trails 3003 A 2018 FORD F550 TRAN_F080 TRTL Transportation -Trails 395 A 2017 FORD _ F550 TRAN_F081 TRTL Transportation -Trails 781 A 2017 FREIGHTLINER _ 114SD TRAN_F084 TRTL Transportation -Trails 779 A 2016 FREIGHTLINER _ 114SD TRAN_F085 TRTL Transportation -Trails 782 A 2017 FREIGHTLINER _ 114SD TRAN_F086 TRTL Transportation -Trails 780 A 2016 FREIGHTLINER _ 114SD TRAN_F087 TRTL Transportation -Trails 2178 A 2014 FORD F150 TRAN_F089 Appendix C: Assets to Decal TRTL Transportation -Trails 9077 A 2005 STAR KNIGHT —TRAILER TRAN_N020 UDIR UTILITIES DIRECTOR 1285 A 2015 Chevrolet _ EQUINOX UDIR F001 WSMN W&S Maint-Operations 1317 A 2017 Chevrolet _ TRAVERSE WSEW _F022 WSMN W&S Maint-Operations 1334 A 2019 JEEP COMPASS WSEW_F023 WSMN W&S Maint-Operations 2243 A 2020 DODGE RAM 1500 WSEW_F025 WSMN W&S Maint-Operations 2266 A 2022 FORD F150 WSEW_F102 WSMN W&S Maint-Operations 9149 A 2011 MEB TRAILER WSEW_N012 WSSM W&S Maint-Sewer 2223 A 2019 DODGE RAM 1500 WSEW F019 WSSM W&S Maint-Sewer 2233 A 2019 DODGE RA1500 WSEW_F024 WSSM W&S Maint-Sewer 2265 A 2022 FORD ('�i�/ WSEW_F026 WSSM W&S Maint-Sewer 3008 A 2020 FORD WSEW F029 WSSM W&S Maint-Sewer 389 A 2017 FORD G 550 WSEW_F031 WSSM W&S Maint-Sewer 778 A V>4 FREI `' 114SD WSEW_F053 WSSM W&S Maint-Sewer 9249 A TP18 FR T NER M2106 WSEW_F055 WSSM W&S Maint-Sewer 9257 2018 T AS TRAILER WSEW_F056 WSSM W&S Maint-Sewer 9309 20 HTLW114SD WSEW_F057 ou WSSM W&S Maint-Sewer 9175 • 4 3 Eq v Prowler WSEW_F058 WSSM W&S Maint-Sewer 377 D 4 FO D F550 WSEW_F060 WSSM W&S Maint-Sewer 3, 4 A n. 2017 F F550 WSEW_F062 WSSM W&S Maint-Sewer V 2021 ORTH T370 WSEW_F069 WSSM W&S Maint-Sewer �3 A\\A 2 NWORTH T880 WSEW F070 WSSM W&S Maint-Sewer , 222 DODGE RAM 1500 WSEW F073 WSSM W&S Maint-Sewer 2 8� A 015 FORD F250 WSEW F074 WSSM W&S Maint-Sewer 9 A ` 2021 FORD F550 WSEW F076 WSCN W&S Maint-W&S Connections 78 . 2014 FORD F550 WSEW_F061 WSWD W&S Maint-Water Dist Maint 300 2020 FORD F350 WSEW_F020 WSWD W&S Maint-Water Dist Maint 38 A 2015 FORD F550 WSEW_F030 WSWD W&S Maint-Water Dist Maint 385 A 2015 FORD F550 WSEW F032 WSWD W&S Maint-Water Dist Maint 393 A 2017 FORD F550 WSEW_F033 WSWD W&S Maint-Water Dist Maint 386 A 2015 FORD F550 WSEW F034 WSWD W&S Maint-Water Dist Maint 390 A 2017 FORD F550 WSEW F035 WSWD W&S Maint-Water Dist Maint 784 A 2018 FREIGHTLINER 114SD WSEW F044 WSWD W&S Maint-Water Dist Maint 785 A 2018 FREIGHTLINER 114SD WSEW F045 WSWD W&S Maint-Water Dist Maint 794 A 2021 Peterbilt 567 PETERBILT WSEW F046 WSWD W&S Maint-Water Dist Maint 2269 A 2022 FORD F150 WSEW F048 WSWD W&S Maint-Water Dist Maint 3016 A 2022 FORD F550 WSEW F052 WSWD W&S Maint-Water Dist Maint 3022 A 2022 FORD F550 WSEW F063 Appendix C: Assets to Decal WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WSWD W&S Maint-Water Dist Maint WUPM W&S Utilities Project Management WUPM W&S Utilities Project Management WSWS W&S Water Storage & Pump Maintenance WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPE Wastewater Plant East WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West WWPW Wastewater Plant West 3000 A 2017 FORD F550 9286 A 2021 KENWORTH T370 2229 A 2019 DODGE RAM 1500 2228 A 2019 DODGE _ RAM 1500 3009 A 2020 FORD _ F550 9284 A 2020 FREIGHTLINER _ 114SD 9290 A 2020 EAST TEXAS _ TRAILER 796 A 2021 KENWORTH T880 2222 A 2019 DODGE RAM 1500 2221 A 2019 DODGE *RAM 1500 384 A 2015 FORD %350 G 388 A 2016 FORD F350 373U A 2012 FO F550 771 A • 2014 WW TH T800 768 20 NORT►H T470 2156 • 12 evr COLORADO 1274 _ N4 Ch vro EQUINOX 325 A _000 F F350 0 i 2006 F150 I� 0 _ A 2 1 WORTH T800 3820 FORD F550 8 _ A 16 FORD F350 OA 2012 FORD F550 8U 2006 FREIGHTLINER M2-112 ►751 2007 Sterling LT9500 76O 2012 KENWORTH T800 9280 A 2020 CLEMENT STAR-LITE 786 A 2019 KENWORTH T800 9241 A 2017 CLEMENT STAR-LITE 9283 A 2021 CLEMENT STAR-LITE WSEW_F086 WSEW_F091 WSEW_F092 WSEW_F093 WSEW_F096 WSEW_F097 WSEW_F098 WSEW_F100 WSEW_F007 WSEW_F027 WSEW_F064 WWTP_F003 WWTP_F004 WWTP_F018 WWTP_F022 WWTP_F024 WWTP_F025 WWTP_F026 WWTP_F027 WWTP_F038 WWTP_F045 WWTP_F046 WWTP_F002 WWTP_F015 WWTP_F016 WWTP_F017 WWTP_F034 WWTP_F037 WWTP_F042 WWTP_F044 Appendix C: Assets to Decal Small Decal Dept Department Desc Asset Number Status Year AFBO Airport-FBO Operations 9207U A 2015 APMN Airport -Maintenance 5016 A 2010 APMN Airport -Maintenance 5092 A 2019 APMN Airport -Maintenance 9058U A 2005 APMN Airport -Maintenance 5116 A 2021 APMN Airport -Maintenance 9275 A 2019 APMN Airport -Maintenance 9209 A 1991 APMN Airport -Maintenance 5103 A 2020 APMN Airport -Maintenance 5118 A 2021 APMN Airport -Maintenance 5099 A C. 1990 APMN Airport -Maintenance 667 A `-402005 APMN Airport -Maintenance 668 A[�� 2005 APMN Airport -Maintenance 676 2006 APMN Airport -Maintenance 91 2005 P BLSV Building Services • 911 A 2009 BLSV Building Services `N A 2011 FDHZ Fire-Hazmat 1 • 2016 • FDOP Fire -Operations `,9168 2013 FDOP Fire -Operations � 91 A 2013 FDOP Fire -Operations A 2011 FDOP Fire -Operations J 01 A 2012 FDOP Fire -Operations G�170 A 2013 FDOP Fire -Operations O ✓ 5075U A 2017 FDOP Fire -Operations 5040U A 2013 FDOP Fire -Operations (�� 5041 U A 2013 FDOP Fire -Operations J • 5042U A 2013 FDOP Fire -Operations ` 5069U A 2016 FDOP Fir -Ope at r i 7 A 2017 e a► FDOP Fire-Operat' n os• 508U ` 5007U A 2008 FDOP Fire -Operation 9052 A 2003 FDOP Fire -Operations 9053 A 2003 FDOP Fire -Operations 9054 A 2003 FDOP Fire -Operations 9062 A 2004 FDOP Fire -Operations 9063 A 2004 FDOP Fire -Operations 9071 A 2004 FDOP Fire -Operations 9076 A 2005 FDOP Fire -Operations 9089 A 2004 FDOP Fire -Operations 9116 A 2009 FDOP Fire -Operations 9117 A 2009 FDPR Fire -Prevention 5013U A 2008 FDTR Fire -Training 9318 A 2022 FDTR Fire -Training 9211 A 2015 Appendix C: Assets to Decal FOOP Fleet Operations 9099 A 2007 ITOP IT 9144 A 2007 PKAT Parks & Rec-Athletics 9292 A 2020 PKMN Parks & Rec-Maintenance 5114 A 2021 PKMN Parks & Rec-Maintenance 5110 A 2021 PKMN Parks & Rec-Maintenance 5111 A 2021 PKMN Parks & Rec-Maintenance 5107 A 2021 PKMN Parks & Rec-Maintenance 6049 A 2023 PKMN Parks & Rec-Maintenance 9301 A 2022 PKMN Parks & Rec-Maintenance 9210 A 2015 PKMN Parks & Rec-Maintenance 6031 A 2018 PKMN Parks & Rec-Maintenance 5125 A 2022 PKMN Parks & Rec-Maintenance 5126 A 2022 PKMN Parks & Rec-Maintenance 577 A 2004 PKMN Parks & Rec-Maintenance 9001 A 1999 PKMN Parks & Rec-Maintenance 9189 A 2013 PKMN Parks & Rec-Maintenance 9026 AG 2001 PKMN Parks & Rec-Maintenance 9238 2016 PKMN Parks & Rec-Maintenance P 90 A 2001 PKMN Parks &Rec-Maintenance 33 A 2016 PKMN Parks & Rec-Maintenance ♦A� 2004 PKMN Parks & Rec-Maintenance VVV ♦ �232 �VVV 2016 G PKMN Parks & Rec-Maintenance ` 90 �i 2007 PKMN Parks & Rec-Maintenance 0 A 1992 PKMN Parks & Rec-Maintenance A 1996 J PKMN Parks & Rec-Maintenanc 677 A 2006 PKMN Parks & Rec-Maintenance, �981 A 1997 PKMN Parks & Rec-Maintenance O 985 A 1998 PKMN Parks & Rec-Maintenance ` 986 A 1998 PKMN Parks & Rec-Maintena �' ♦ 996 A 1998 PKMN Parks & Rec-Main6k4ince c 999 A 1999 PKMN Parks & Rec-Ma4nce G 9186 A 2013 PKMN Parks & Re c- i. 9187 A 2013 PKMN Parks & Rec- enance 5051U A 2014 PKMN Parks & Rec-Maintenance 5039U A 2013 PKMN Parks & Rec-Maintenance 9231 A 2016 PKMN Parks & Rec-Maintenance 6025 A 2017 PKMN Parks & Rec-Maintenance 9153U A 2011 PKMN Parks & Rec-Maintenance 6009U A 2015 PKMN Parks & Rec-Maintenance 9210 A 2015 PKDV Parks Development 5019U A 2010 PKUF Parks -Urban Forrestry 9173 A 2012 PDDS Police -Dispatch 9304 A 2021 PDDS Police -Dispatch 9151 A 2011 PDDS Police -Dispatch 9152 A 2011 PDPT Police -Patrol 9307 A 2022 PDPT Police -Patrol 9041 A 2000 Appendix C: Assets to Decal PDPT Police -Patrol 9221 A 2016 PDPT Police -Patrol 9256 A 2018 PDPT Police -Patrol 9299 A 2021 PDPT Police -Patrol 9066 A 2004 PDPT Police -Patrol 9069 A 2005 PDPT Police -Patrol 9073 A 2005 PDPT Police -Patrol 9222 A 2015 PDPT Police -Patrol 9320 A 2022 PDPT Police -Patrol 9321 A 2022 PDPT Police -Patrol 9325 A 2023 PDPT Police -Patrol 9326 A 2023 PDSS Police -Support Services 9277 A 2015 PWPM Public Works - Parks Maintenance 5043 A 2013 PWPM Public Works - Parks Maintenance 5113 A 2021 PWPM Public Works - Parks Maintenance 5090 A Z019 PWPM Public Works - Parks Maintenance 5101 A 2020 PWPM Public Works - Parks Maintenance 5100 AG 2020 PWPM Public Works - Parks Maintenance 5108 2021 PWPM Public Works - Parks Maintenance P 60 A 2021 PWPM Public Works -Parks Maintenance `+ 4 A 2015 PWPM Public Works - Parks Maintenance ♦A� 2015 PWPM Public Works - Parks Maintenance �026 2017 G PWPM Public Works - Parks Maintenance ` 50 i 2017 PWPM Public Works - Parks Maintena 9 2 A 2022 PWPM Public Works - Parks Mainte n V A 2008 J `v PWPM Public Works - Parks Mai e 109 A 2021 PWPM Public Works - Parks Main nanceZ) 5082 A 2017 PWPM Public Works - Parks Maintena 17 _ 5112 A 2021 PWPM Public Works - Parks Mai ay�t 9235 A 2016 PWPM Public Works - Parks ten ce ♦ 9236 A 2017 PWPM Public Works - Pars MaiiVnanc 9080 A 2005 PWPM Public Works - Par aintenance 5067 A 2016 PWPM Public Work aintenance 5097 A 2009 PWPM Public Works ks Maintenance 5102 A 2020 PWPM Public Works - Parks Maintenance 9317 A 2022 PWPM Public Works - Parks Maintenance 6041 A 2020 TRSW Sidewalk Maintenance 824 A 2013 TRSW Sidewalk Maintenance 6016 A 2015 TRSW Sidewalk Maintenance 6019 A 2015 TRSW Sidewalk Maintenance 9266 A 2018 TRSW Sidewalk Maintenance 841 A 2022 TRSW Sidewalk Maintenance 9279 A 2019 TRSW Sidewalk Maintenance 9045 A 2003 TRSW Sidewalk Maintenance 9049 A 2004 TRSW Sidewalk Maintenance 9234 A 2016 SWCM Solid Waste -Commercial 9263 A 2019 Appendix C: Assets to Decal SWCP Solid Waste -Compost 4069 A 2022 SWCP Solid Waste -Compost 4026 A 2015 SWCP Solid Waste -Compost 4054 A 2019 SWCP Solid Waste -Compost 9224 A 2016 SWCP Solid Waste -Compost 6043 A 2021 SWCP Solid Waste -Compost 697U A 2012 SWCP Solid Waste -Compost 6007U A 2013 SWCP Solid Waste -Compost 9225 A 2016 SWOP Solid Waste -Operations 5104 A 2020 SWRC Solid Waste -Recycling 6029 A 2018 SWRC Solid Waste -Recycling 6030 A 2018 SWRC Solid Waste -Recycling 9220 A 2016 TRDR Street -Drainage 825 A 2014 TRIH Street -In House Project 88 A 1998 TRIH Street -In House Project 9267 A 2018 TRIH Street -In House Project 6046 AG 2021 TRIH Street -In House Project 6024 2017 TRIH Street -In House Project P 60 A 2016 TRIH Street -In House Project 5 A 2015 TRIH Street -In House Project ♦A 2016 TRIH Street -In House Project ♦ TL70 2019 G TRIH Street -In House Project ` 91 9 2014 TRIH Street -In House Project 9 A 2022 TRSM Street -Maintenance A 2015 J TRSM Street -Maintenance � 33 A 2018 TRSM Street -Maintenance �823 A 2013 TRSM Street -Maintenance O 827 A 2015 TRSM Street -Maintenance ` 820 A 2012 TRSM Street -Maintenance ♦ 828 A 2015 TRSM Street -Maintenance 829 A 2015 TRSM Street-Maintenanc G 9180 A 2013 TRSM Street-Maint 9306 A 2021 TRSM Street-Maint a e 9273 A 2020 TRSM Street -Maintenance 9274 A 2020 TRSM Street -Maintenance 9219 A 2016 TRSM Street -Maintenance 9218 A 2016 TRSM Street -Maintenance 9243 A 2018 TRSM Street -Maintenance 6003 A 2013 TRSM Street -Maintenance 6022U A 2017 TRSM Street -Maintenance 9208 A 2015 TRSM Street -Maintenance 4006U A 2006 TRSM Street -Maintenance 6033 A 2018 TRSM Street -Maintenance 9324 A 2022 TRSM Street -Maintenance 9242 A 2018 TRSM Street -Maintenance 951 U A 1981 TRSM Street -Maintenance 9174U A 2013 Appendix C: Assets to Decal TRRW Street -Right of Way 570U A 2000 TRRW Street -Right of Way 5093 A 2019 TRRW Street -Right of Way 5081 A 2017 TRRW Street -Right of Way 5080 A 2017 TRRW Street -Right of Way 5066 A 2015 TRRW Street -Right of Way 5122 A 2022 TRRW Street -Right of Way 5094 A 2019 TRRW Street -Right of Way 9246 A 2017 TRRW Street -Right of Way 5123 A 2022 TRRW Street -Right of Way 5091 A 2019 TRRW Street -Right of Way 5119 A 2021 TRRW Street -Right of Way 9276 A 2020 TRRW Street -Right of Way 5117 A 2021 TRRW Street -Right of Way 9154U A 2011 TRRW Street -Right of Way 9064 A Z004 TRRW Street -Right of Way 9143 A 2012 TRRW Street -Right of Way 9265 AG 2018 TRRW Street -Right of Way 071 U 2016 TRRW Street -Right of Way P5076 A 2017 TRTC Traffic -Control &Maintenance `+ 8 A 2004 TRTL Transportation -Trails (� ♦A� 2015 V ♦ TRTL Transportation -Trails G 834 X 2018 TRTL Transportation -Trails ` 8 i 2015 TRTL Transportation -Trails 92 1 A 2019 WSSM W&S Maint-Sewer A 2012 J � WSSM W&S Maint-Sewer 259 A 2018 WSSM W&S Maint-Sewer �699 A 2012 WSSM W&S Maint-Sewer O 6001 A 2013 WSSM W&S Maint-Sewer ` 6013 A 2015 WSSM W&S Maint-Sewer IOD4 ♦ 6021 A 2016 WSSM W&S Maint-Sewer 831 A 2018 WSSM W&S Maint-Sewer6 G 832 A 2018 WSSM W&S Maint- e 9258 A 2018 WSSM W&S Maint 9237 A 2017 WSSM W&S Maint-Sewer 9247 A 2017 WSSM W&S Maint-Sewer 6027 A 2017 WSSM W&S Maint-Sewer 9194 A 2014 WSCN W&S Maint-W&S Connections 6010 A 2015 WSCN W&S Maint-W&S Connections 6038 A 2021 WSCN W&S Maint-W&S Connections 9021 U A 2001 WSWD W&S Maint-Water Dist Maint 810 A 2007 WSWD W&S Maint-Water Dist Maint 5098 A 2019 WSWD W&S Maint-Water Dist Maint 5106 A 2020 WSWD W&S Maint-Water Dist Maint 839 A 2021 WSWD W&S Maint-Water Dist Maint 840 A 2022 WSWD W&S Maint-Water Dist Maint 6048 A 2022 WSWD W&S Maint-Water Dist Maint 6035 A 2018 Appendix C: Assets to Decal WSWD W&S Maint-Water Dist Maint 6036 A 2018 WSWD W&S Maint-Water Dist Maint 9281 A 2020 WSWD W&S Maint-Water Dist Maint 9244 A 2018 WSWD W&S Maint-Water Dist Maint 9260 A 2018 WSWD W&S Maint-Water Dist Maint 835 A 2018 WSWD W&S Maint-Water Dist Maint 822 A 2013 WSWD W&S Maint-Water Dist Maint 9212 A 2015 WSWD W&S Maint-Water Dist Maint 9213 A 2015 WSWD W&S Maint-Water Dist Maint 806U A 1995 WSWD W&S Maint-Water Dist Maint 9215 A 2015 WSWD W&S Maint-Water Dist Maint 9245 A 2017 WSWD W&S Maint-Water Dist Maint 6032 A 2018 WSWD W&S Maint-Water Dist Maint 836 A 2020 WSWD W&S Maint-Water Dist Maint 9287 A 2021 WSWD W&S Maint-Water Dist Maint 837 A \hc� 020 WSWD W&S Maint-Water Dist Maint 9300 A �► 2021 WSWD W&S Maint-Water Dist Maint 9316 AG 2022 WSWD W&S Maint-Water Dist Maint 9253 2018 WSWD W&S Maint-Water Dist Maint P 92 A 2018 WSWD W&S Maint-Water Dist Maint �t5 A 2018 WSWD W&S Maint-Water Dist Maint ♦A� 1992 WSWD W&S Maint-Water Dist Maint VVV ♦ �013 �VVV 2000 G WSWD W&S Maint-Water Dist Maint ` 90 �i 2000 WSWD W&S Maint-Water Dist Maint 9 A 2002 WSWD W&S Maint-Water Dist Mai A 2004 J WSWD W&S Maint-Water Dist 095 A 2007 WWLS Wastewater Lift Stations �994 A 1998 WWLS Wastewater Lift Stations O 9025 A 2001 WWPE Wastewater Plant East ` 9124 A 2008 WWPE Wastewater Plant East ♦ 5057 A 2015 WWPE Wastewater Plant st� 5012 A 2009 WWPE Wastewater Plargt G 5058 A 2015 WWPE Wastewater 5095 A 2019 WWPE Wastewater ast 5059 A 2015 WWPE Wastewater Plant East 5096 A 2019 WWPE Wastewater Plant East 5084 A 2017 WWPE Wastewater Plant East 5120 A 2017 WWPE Wastewater Plant East 696 A 2012 WWPE Wastewater Plant East 9239 A 2018 WWPE Wastewater Plant East 927 A 1991 WWPE Wastewater Plant East 5034 A 2012 WWPE Wastewater Plant East 5124 A 2021 WWPE Wastewater Plant East 5001 A 2007 WWPE Wastewater Plant East 5089 A 2019 WWPE Wastewater Plant East 5086 A 2018 WWPE Wastewater Plant East 9250 A 2017 WWPE Wastewater Plant East 6000 A 2013 Appendix C: Assets to Decal WWPE Wastewater Plant East 5087 A 2018 WWPE Wastewater Plant East 5002 A 2007 WWPE Wastewater Plant East 5022 A 2011 WWPE Wastewater Plant East 5070 A 2016 WWPE Wastewater Plant East 9308 A 2022 WWPE Wastewater Plant East 5105 A 2021 WWPE Wastewater Plant East 6037 A 2020 WWPE Wastewater Plant East 9142 A 2010 WWPE Wastewater Plant East 5024U A 2011 WWPE Wastewater Plant East 910 A 1987 WWPE Wastewater Plant East 966 A 1996 WWPE Wastewater Plant East 969 A 1995 WWPE Wastewater Plant East 5025U A 2011 WWPE Wastewater Plant East 9223 A 2016 WWPE Wastewater Plant East 9166U A 2013 WWPW Wastewater Plant West 818 A 2008 G P O •6 O� � Cj Appendix C: Assets to Decal Is Make Model Position Control KAWASAKI KAF820BFF APM N_F008 New Holland T6050 APMN_F003 KUBOTA ZD1211R-60R APMN F004 Nissan Forklift APMN F005 RHINO 6200 APMN_F006 KAWASAKI MULE 4010 4X4 APMN_F011 GENERAC 50KW APMN_F012 KUBOTA ZD1211R-60R APMN F014 KUBOTA L4060HST-LE APMN F015 Ag-Meier Sprayer APMN_N001 New Holland LB75B APMN_N002 Bobcat 5205 APMN_N003 Bobcat ATTACHMENT APMN_N009 V TEREX AL 4060D1-4MH N_ GENERAC 80KW ` BLSV_N' KOHLER 100KW L 002 HONDA SXS1000M5D FF03 POLARIS RGR 6X6 800 RE_F ` POLARIS RGR 6X6 800 FIRE 29 GENERAC Generator FI 3 M EB TRAI J 004 LARK TRAIL (� E_N005 HUSTLER SUPER O ✓ FIRE_N007 HUSTLER SUPER Z H� FIRE_N008 HUSTLER SUPER FIRE_N009 HUSTLER SU FIRE_N010 HUSTLER &*VHD FIREN011 H TLER • RZ FIRE N 12 US `_ 0 HUSTLER ;X3579 FIRE_N016 GENERAC 20KW FIRE_N017 GENERAC 20KW FIRE_N018 GENERAC 20KW FIRE_N019 TRAIL MAST TRAILER FIRE_N020 TERRA ATV FIRE N021 SURREY TRAILER FIRE_N022 WELLS TRAILER FIRE_N023 GENERAC 50KW FIRE_N024 GENERAC 80KW FIRE_N027 GENERAC 80KW FIRE_N028 HUSTLER SUPER Z FIRE_N006 UD TRAILER FIRE_N013 LARK TRAILER FIRE_N015 Appendix C: Assets to Decal CATERPILLAR G125G1 FLET_F007 GENERAC Generator ITOP_N001 CUSTOM TRAILER PRKS_N035 HUSTLER SUPER Z PRKS_F010 HUSTLER SUPER Z PRKS_F014 HUSTLER SUPER Z PRKS_F015 HUSTLER SUPER Z PRKS_F016 Bobcat MT100 MINI TRACK PRKS_F029 KAWASAKI MULE 4010 4X4 PRKS_F049 BANDIT 990XP PRKS_F051 Bobcat BRUSHCAT PRKS_F064 HUSTLER SUPER Z PRKS_F069 HUSTLER SUPER S PRKS_F070 HUSTLER 748ES PRKS_N001 TRIPLE STAR TRAILER PRKS_N002 MEB 50CH PRKS_N003 �%► TARGET TRAILER PRKS_N004 G CUSTOM TRAILER KS_N TARGET TRAILER QPRKS_ 06 FIVE J TRAILER �`+ PR 0 TARGET TRAILER 008 • FIVE J TRAILER �� _NO Sequoyah Utility Trailer RKS_ 011 TRIPLE STAR TRAILER PRKSA 1 LARSON TRAILER P 14 J Bobcat LT31 N015 TRIPLE STAR TRAILER KS N016 TRIPLE STAR TRAILER O PRKS N017 TRIPLE STAR TRAIL ` PRKS N018 I TRIPLE STAR TR R ♦ PRKS_N019 TRIPLE STAR TR IL PRKS_N020 BIG TEX ty railer PRKS_N022 TEXAS BRAGG /�_ ILER PRKS_N023 HUSTLER TRIMSTAR PRKS_N026 HUSTLER SUPER Z HD PRKS_N027 TEXAS BRAGG TRAILER PRKS_N028 Bobcat ATTACHMENT PRKS_N029 John Deere GATOR 6251 PRKS_N030 Bobcat 72SCHHF PRKS_N032 BANDIT 990XP TRAN_F012 HUSTLER SUPER Z PRKS_N025 TEXAS BRAGG TRAILER PRKS_N012 CATERPILLAR G80F3 POLC_F002 CU M M I NS 30KW POLC_F047 CUMMINS 30KW POLC_F048 POLARIS RANGER EV POLC_F045 KOH LER 100RZ POLC_F046 Appendix C: Assets to Decal KAWASAKI UD PARKER UD UD UD WANCO ANDERSON ANDERSON POLARIS MEB ALLMOND CASE HUSTLER HUSTLER HUSTLER HUSTLER HUSTLER Bobcat CATERPILLAR Bobcat KUBOTA TORO KAWASAKI John Deere HUSTLER TORO HUSTLER DOOLITTLE KAWASAKI Bobcat TORO SMG HUSTLER OZARK Bobcat CATERPILLAR Bobcat Bobcat CANYCOM Wacker LOAD TRAIL UD Bobcat MEB POLARIS KAF820BGF TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER RANGER CREW 1000 TRAILER Nite Litepro 105U SUPER Z SUPER Z SUPER Z SUPER Z SUPER Z T770 420F2 5600 L47TLB v Q� SAND PRO 504QZ MULE 4010 49 ` 5325 `\ POLC_F053 POLC_F058 POLC_N019 POLC_N020 POLC_N021 POLC_N022 POLC_N036 POLC_N041 POLC_N042 POLC_N043 POLC_N044 POLC_N037 PRKS_F008 PRKS_F009 PRKS_F011 PRKS_F012 �+ PRKS F013 l S w&RKS_Ffy z S U P E�P1�KS_F046 GM-40 D O (PRKS_F047 SUPER Z \CO PRKS_F048 TRAIL � PRKS_F052 KAF ♦ �� PRKS_F057 1 0 § PRKS_F058 &- OOD Ci PRKS_F060 ��RTCHAMP PRKS_F065 SUPER Z PRKS_F066 TRAILER -- 82X20 TA4 PRKS_F071 ROOT GRAPPLE PRKS_N034 308E2CR TRAN_F094 T590 TRAN_F099 HB980 TRAN_F100 SC75-STRAIGHT TRAN_F102 RD12L ROLLER TRAN_F115 TRAILER TRAN_N008 TRAILER TRAN_N012 TRAILER TRAN_N015 TRAILER TRAN_N028 RANGER EV SWST_F058 Appendix C: Assets to Decal DOPPSTADT ROTOCHOPPER VERMEER KAWASAKI John Deere CATERPILLAR John Deere SWISHER John Deere Bobcat Bobcat Nissan Gradall BROCE VOGELE CATERPILLAR Bobcat CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR WIRTGEN Towmaster John Deere Bobcat CATERPILLAR CATERPILLAR CATERPILLAR Gradall Bobcat SOLAR TECH SOLAR TECH Henderson Henderson Henderson Henderson KRAFTSMAN CATERPILLAR John Deere Henderson WILDCAT Bobcat TOP HAT UD GREAT DANE SOLAR TECH 720.2 TROMMEL SCREENER FP-66 CT718 PRO FXT 524P 420E 524K RC17552BS MOWER 5595 ATTACHMENT CF80LP XL4100 RJ350 SUPER 1700-31 289D3 HB980 420F2 420F2 CB-34 SWST_F033 SWST_F047 SWST_F048 SWST_F052 SWST_F053 SWST_F057 SWST_F064 SWST_N005 SWST_N007 SWST_F044 SWST_F045 SWST_F046 TRAN_F073 TRAN_F014 TRAN_F015 TRAN_F021 G AN_F TRAN_ 25 TRA.1LF0 CB-10 •`Ni N_FU W2001 TRAN 05 T-110DTG �� TRAN 7 524K T J 24 E45 T � T�F026 120M2 AN_F035 308E2CR TRAN F036 D4K2 ` TRAN_F037 I XI-3 - TRAN_F038 E4 T TRAN_F039 S-1 TRAN_F047 NT MESS III TRAN_F049 TASK FORCE TRAN_F063 TASK FORCE TRAN_F064 FSM9 TRAN_F065 FSM9 TRAN_F066 H P20T TRAN_F067 420F2 TRAN_F070 310L TRAN_F083 FSM9 TRAN_F119 521 COUGAR TRAN_F122 HB980 TRAN_F123 TRAILER 83 X 20 TRAN_F130 TRAILER TRAN_N010 TRAILER TRAN_N025 PCMS-1 TRAN_N033 Appendix C: Assets to Decal New Holland 8670 TRAN_F005 KUBOTA ZD1211 R-60R TRAN F006 John Deere 5100E TRAN_F008 John Deere 6110M TRAN_F009 BUSH HOG 2815 TRAN_F010 HUSTLER SUPER Z TRAN_F011 KUBOTA ZD1211 R-60R TRAN F068 Z-SPRAY ZS-5260 TRAN F079 HUSTLER SUPER Z TRAN_F110 KUBOTA ZD1211 R-60R TRAN F111 HUSTLER SUPER Z TRAN_F112 KAWASAKI MULE 4010 4X4 TRAN_F118 PRO -STANCE 32FL TRAN F124 John Deere GATOR 6251 TRAN_N017 TARGET TRAILER TRAN_N018 FLAMING TRAILER TRAN_N024 �%► BACKWOODS TRAILER TRAN_N029 G KUBOTA ZD1211-60 N_N HUSTLER SUPER Z TRAN_ 2 WORKFORCE TRAILER •`+ TRA 0 Bobcat T590 082 . VOLVO ECR145E .` _FO Bobcat E45 T4 RAN 099 HAMM HD 701 TRA F 1 TSURUMI EPT4-15 P� WS� 54 J v Pipehunter 7934 F059 CATERPILLAR 450E F065 CATERPILLAR 420F2 O WSEW F066 CATERPILLAR 420F2 ` WSEW F067 I CATERPILLAR 25 0 ♦ WSEW_F068 Bobcat 4 T WSEW_F071 rV Bobcat T4 G WSEW_F072 EAST TEXAS ILER WSEW_F075 FLAMING TRAILER WSEW_F077 AMERICAN JETTER WASH TRAILER WSEW_F087 Bobcat HB980 WSEW_F088 DOOLITTLE TRAILER WSEW_N008 John Deere 310SK WSEW_F041 KUBOTA SVL97-2HFC WSEW F080 KODIAK TRAILER WSEW_N013 CLARK CST15-150 WSEW F021 SCAG SCZ61 RD-31 FX WSEW F036 ALTOZ TRX7661 WSEW_F037 CATERPILLAR 304E2 WSEW_F038 CATERPILLAR 304 Mini Excavator WSEW F039 CATERPILLAR 420 WSEW_F040 John Deere 524K-II WSEW F042 Appendix C: Assets to Decal Bobcat 72SCHHF WSEW_F043 DOOSAN P185WDO-T4F WSEW F049 KRAFTSMAN H P20T WSEW_F050 EAGLE BODY TRAILER WSEW_F051 Bobcat E42 T4 WSEW_F079 CATERPILLAR 308E2CR WSEW_F081 VERMEER SERIES II NAV WSEW_F082 FELLING TRAILER WSEW_F083 CASE 1150-G WSEW F084 Poly TRAILER WSEW_F085 RING-O-MATIC 850HYDEX WSEW F089 Bobcat HB980 WSEW_F090 TAKEUCHI TB260 WSEW_F094 BOMAG BW55 E WSEW_F095 OKADA ORV800 WSEW_F099 CATERPILLAR B4 WSEW_F101 �%► BELLWETHER TRAILER -TRIPLE AXLE WSEW_F106 G EAST TEXAS TRAILER EW_F EAST TEXAS TRAILER �W,"SEW _ 08 EAST TEXAS TRAILER ♦WSE F1 R & R TRAILER vN &S" 005 BEST BUY TRAILER f�VVV •NO `VVV BEST BUY TRAILER D'`- SEW_ 000 V TEX-MEX TRAILER `(�. WSEW FELLING TRAILER ` `V W 10 FELLING FT-3T `1 S N011 KOHLER 20KW� WTP N007 UD 400KW O WWTP N008 THOMPSON 6JSCE ` WWTP F001 New Holland W ' ♦ WWTP_F005 New Holland T60 Ci � WWTP_F006 New Holland ♦ 55 WWTP_F007 New Holland Speedrower WWTP _F008 John Deere 6115D WWTP_F009 John Deere 630 WWTP_F010 New Holland RB450 WWTP_F011 TAR CXT-1 WWTP F012 CATERPILLAR 420E WWTP_F014 GENIE 5-45 TELE WWTP F019 PARKER TRAILER WWTP_F020 RHINO FR180 WWTP_F021 New Holland PROCART 1225 WWTP_F023 John Deere 6615 WWTP_F029 New Holland RB450 WWTP_F030 New Holland 3417 WWTP_F031 UNICARRIERS PF50LP WWTP_F032 John Deere 524K WWTP_F033 Appendix C: Assets to Decal WYLIE LSC WWTP_F040 John Deere 6615 WWTP_F041 CASE Maxxum WWTP_F051 Meyer V-7500 WWTP_F052 ANDERSON RBM2000 WWTP_F053 BMHI 35FT WWTP_FO54 Bobcat S770 T4 WWTP_F055 Aulick Auluminator WWTP FO57 R & R 35FT WWTP_N002 TRIPLE STAR TRAILER WWTP_N003 P. J. TRAILER WWTP_N004 LO-BOY TRAILER WWTP NO05 R & R 35FT WWTP_N006 GODWIN TRAILER WWTP_N009 CLEMENT STAR-LITE WWTP_N010 CATERPILLAR P5000LP WWTP_F039 �%► G P ION O \CO Cj CITY OF _ FAYETTEVILLE ARKANSAS Bid 23-20 Addendum 4 Event Information Wrapology Supplier Response G Number: Bid 23-20 Addendum 4 Qj Title. Vehicle Decals O Type: Invitation to Bid Issue Date. 5/14/2023 a► . `v Deadline: 6/6/2023 02:00 PM `G Notes: The City of Fay is ej bid r alified vendors for the purchase, re 0 Q'I n ' lldfion of v s decals and markings on City-owne es. Any q estioq cerning the bidding process should be d cted o egny Fit Ci y of Fayetteville Purchasing Agent, at kfitch ville- r by calling (479) 575-8258. O Contact Infor ti n �'q Contact: K Pu sMg Agent Address: Pu sing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: kfitch@fayetteville-ar.gov Page 1 of 5 pages Vendor: Wrapology Bid 23-20 Addendum 4 Wrapology Information Contact: Andrew Cole Address: 4707 E. Mission Blvd. Fayetteville, AR 72703 Phone: (479) 368-6490 Email: andrew@wrapologyar.com Web Address: wrapologyar.com By submitting your response, you certify that you are authorized to represent and bind your company. Andrew Cole andrew@wrapologyar.com Signature Email Submitted at 6/2/2023 03:57:04 PM (CT) Requested Attachments Bid 23-20, Required Bid Form Bid 23-20, Veh(r�►Decals - Revised (2) Signed.pdf Please attach completed and signed bid form. CD C , Response Attachments COI 1 of 2pdf COI 1 of 2 V •Cj COI 2 of 2pdf COI 2 of 2 quote -City of Fayetteville - Fleet Operations-2922-Package B_✓✓Miscellaneous Decals.pdf Quote Package B Miscellaneous decals► v � quote -Package C_ Rebranding.pdf ^('� Quote package C rebranding 21ons-1'e-2023 quote-City of Fayetteville - Fleet Bid package PD Cruiser PACKAGE A.pdf T Quote PD Cruiser PACKAGE A (� � v Bid Attributes 1 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. ❑✓ I agree (I agree) 2 Check Yes or No Pursuant Arkansas Code Annotated §25-1-503, the bidder agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the bidder decides to boycott Israel, the bidder must notify the contracted public entity in writing. ❑✓ Yes (Yes) ❑ No (No) Page 2 of 5 pages Vendor: Wrapology Bid 23-20 Addendum 4 Bid Lines Package Header Package A: Police Vehicles Quantity: 1 Total: $10,242.07 Package Items 1.1 Complete upfit shall include vehicle transportation, materials, and installation of Police Stripe (2), Badge (3), Unit Number (2), "To Protect and To Serve" (2), "Fayetteville Police 911" (1), and Website (1) decals. Quantity: 20 UOM: Vehicle Price: $487.67 1 Total: I$9,753.40 All printed reflective will be printed on Arlon Illuminite Cast 3mm Air release reflective with Arlon Supplier Notes: 3210 Gloss Optically clear laminate or comparable cast reflective printable with comparable cast optically clear laminate all gold will be cut out of 3m 5100R 064 Gold 1.2 Police Stripe C Quantity: 1 UOM: Decal Price: $230.i� Total: $230.38 Supplier Notes: Police Stripes qty 2 for driver and pass k e printed on lumir-�e Cast 3mm Reflective Vinyl with Arlon 3210 Cast optically clAkrjrlamiD@kW 1.3 Badge . � Quantity: 1 UOM: Decal dw ce: Total: $53.95 Supplier Notes: badges qty 3, gty2 for drive ass A a qty c printed on Arlon Illuminite Cast 3mm Reflective Vinyl wity7ph 321 ptically VIVkverlaminate 1.4 Unit Numbers Quantity: 1 UOM: Decal J Price: $22.12 1 Total: $22.12 Supplier Notes: I Gold Unit numbeNs qty thp front an re bumpers cut out of 3m 5100r 064 Gold 1.5 "To Protect and To Serve" (� Quantity: 1 UOM: Decal ®rice: $34.96 Total: $34.96 Supplier Notes: "To protect a d o rveISty 2 cut out of 3m 5100r 064 Gold for the driver and pass rear sides 1.6 "Fayetteville Police 9 ` Quantity: 1 UOM.cal Price: $18.56 Total: $18.56 Supplier Notes: I "Fayetteville Poli'M 911 Decal" qty 1 cut out of 3m 5100r 064 Gold for back of the tahoe 1.7 "www.fayetteville-ar.gov" Quantity: 1 UOM: Decal Price: $17.70 Total: $17.70 Supplier Notes: I Website qty 1 cut out of 3m 5100r 064 Gold for back of the tahoe 1.8 Decal Installation/Removal Quantity: 1 UOM: Hour Price: 1 $110.00 Total: $110.00 Supplier Notes: I Hourly installation services 2hrs at $55/hr 1.9 Vehicle Pickup/Delivery Quantity: 1 UOM: Hour Price: $1.00 i Total: $1.00 Supplier Notes: $ehicle Pickup / delivery at no extra costs (line item says $1, because it would not let me put Page 3 of 5 pages Vendor: Wrapology Bid 23-20 Addendum 4 2 Packaae Header Package B: Miscellaneous Decals Quantity: 1 Total: $114.06 Package Items 2.1 City of Fayetteville Primary Logo - Stacked (10" Icon with Typography): 16.75" x 18.5" Quantity: 1 UOM: Decal Price: F $12.96 Total: $12.96 Supplier Notes: 2.2 City of Fayetteville Primary Logo - Stacked (10" Icon with Typography) Stacked with logo on top and "City of Fayetteville Arkansas" on bottom printed on calendared Arlon 510 with Arlon3510 Calendared laminate 2.2 City of Fayetteville Primary Logo - Stacked (8" Icon with Typography): 13.25" x 15" Quantity: 1 UOM: Decal Price: $8.24 Total: 2.2 City of Fayetteville Primary Logo - Stacked (8" Icon with Typography) Stacked with logo on Supplier Notes: top and "City of Fayetteville Arkansas" on bottom printed on cale0ared Arlon 510 with Arlon3510 Calendared laminate 2.3 City of Fayetteville Primary Logo - Horizontal (10" Icon with Typography): (f" 3.5" Quantity: 1 UOM: Decal Pri . 0 Total: $13.90 "City of Fayetteville Primary Logo - Honz�ka1 (1 Ico ith T hy)" Horizontal with logo Supplier Notes: on top and "City of Fayetteville Ark as" on botto inted dared Arlon 510 with Arlon3510 Calendared laminat n with graph 27" 2.4 City of Fayetteville Primary Logo - HorizontaK�,N Quantity: 1 UOM: Decal $8.98 1 Total: F$8.98 2.4 "City of Fayettevi ary orizo OlIcon with Typography) Horizontal with Supplier Notes: logo on top and "C ye vl e rkansas" ottom printed on calendared Arlon 510 with Arlon3510 red lamin e 2.5 City of Fayetteville Icon (4") O Quantity: 1 UOM: Decal $0.70 1 Total: $0.70 Supplier Notes: printed on calendared Arlon 510 with Arlon3510 2.5 City of Fa Icon o;� Calendared I - 2.6 Unit Numbers -Black (2") Quantity: 1 UO ep Price: $1.06 Total: $1.06 Supplier Notes: 12.6 U um ack (2") cut out of oracal 751 c cast vinyl 2.7 Department Name - Black (2") Quantity: 1 UOM: Decal Price: I Total: 1 $2.03 Supplier Notes: 12.7 Department Name - Black (2") cut out of oracal 751 c cast vinyl 2.8 Reflective Striping (2") Quantity: 1 UOM: Foot Price: $2.00 1 Total: Supplier Notes: 12.8 Reflective Striping (2") per 2"x12" section of Reflective roll vinyl 2.9 Decal Installation/Removal Quantity: 1 UOM: Hour Price: 1 $55.00 i Total: 1 $55.00 Page 4 of 5 pages Vendor: Wrapology Bid 23-20 Addendum 4 2.10 Vehicle Pickup/Delivery Quantity: 1 UOM: Hour Supplier Notes: Price: 1 $1.00 Total: 1 $1.00 vehicle pickup/delivery is included at no extra cost to customer (line item says $1, because it would not let me put $0) 2.11 Fayetteville Fire Department Shield (8.75") Quantity: 1 UOM: Decal Price: 1 $8. 99 Total: $8.19 Supplier Notes: I printed on Arlon cast reflective Illuminite with Arlon3210 Cast laminate 3 Package Header Package C: Rebranding Quantity: 1 Total: $30,418.00 Package Items 3.1 Complete replacement of City decal including removal, material (City of Fayette)40je Primary Logo - Stacked (10" Icon with Typography):16.75" x 18.5"), and installation. (✓ Quantity: 200 UOM: Vehicle Price: $1 Total: $20,550.00 3.1 Complete replacement of City deca ir�pluding remova , AteriaN.City of Fayetteville Supplier Notes: phics on 200 vehicles Primary Logo - Stacked (10")), and ins II6�0n. Removal of e=le and installing new City Decals on 200 deWs. Qu d at 1 hr $55/hr 3.2 Complete replacement of City decal including r va1Tm erj�LCity of F ille Primary Logo - Stacked (8" Icon with Typography): 13.25" x 15"), and inAa lion. ��•,JJ Quantity: 100 UOM: Vehicle Pr' • 98.68 Total: $9,868.00 Response Total: $40,774.13 ,5 Page 5 of 5 pages Vendor: Wrapology Bid 23-20 Addendum 4 City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 is FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 23-20, Vehicle Decals DEADLINE: Tuesday, June 6, 2023 before 2:00 PM, Local Time PRE -BID MEETING: Tuesday, May 23, 2023 10:00 AM, Local Time PURCHASING AGENT: Kenny Fitch, kfitch @fayetteviIle-ar.Rov DATE OF ISSUE AND ADVERTISEMENT: 05/14/2023 ejNape I NVITATIO BI D'Q Bid 23-20 icl als No late bids will be accepted. Bids s•PSe su d in f the following methods: (1) ' 'ICJ through the City's third -party elect i biddinfor ) delivering in person via sealed envelope to the City of Fayette r hasing Divisi Vi!Su mitting through the City's electronic bidding platform is strongly enc rage `V ityville 'br, asin ion —Room 306 113 ountoin Street F eville, AR 72701 All bids shall be submit ed in a rdance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Division. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 1 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 23-20, Vehicle Decals The City of Fayetteville is seeking bids from qualified vendors for the purchase, removal, and installation of various decals and markings on City -owned vehicles. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-8258. A non -mandatory Pre -Bid meeting will be held Tuesday, May 23, 2023 at 10:00 AM, at Fleet Operation's facility at 1525 S Happy Hollow Rd, Fayetteville, AR. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of ville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be rec Wednesday, May 31, 2023 before 2:00 PM, local time utilizing the electronic bidding softwar or by submitti s aled to the City of Fayetteville Purchasing Division. All bids shall be received prior to the bid e. La I i directe� shall not be accepted. Submitting a bid electronically is strongly encouraged. A public bi ening II cond �a�ortly after the deadline at City Hall and livestreamed at htt s: www. outube.co r oFt offa evi ar. Thy iiyc-of Fayetteville shall not be responsible for lost or misdirected bids, or failure of biddNNchnica i ent. f Fa � P g D'vi oo � W �st�l ain Stre Fayette Ills, AR Z2 P Pursuant to Arkansas Code Annotated §22- �e City tteville encourages all qualified small, minority and women business enterprises to bid on an rvive co or goods, services, and construction. Also, City of Fayetteville encourages all general conte s to subc portions of their contract to qualified small, minority and women business enterprises. 1; O Any bidder providing a service I re is the Arkansas Secretary of State. The City of Fayetteville reserves the right to waive irregular' e , ejec i d to postpone the award of the Contract for a period of time which shall not exceed beyond ninety ca ar da he bid opening date. City of Fayetteville By: Kenny Fitch, Purchasing Agent 479.575.8258 kfitch@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 05/14/2023 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $183.69. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 2 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Required Bid Form — Bid Signature & Online Submittal Reqirements EXECUTION OF BID: All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder. Bidders shall also complete submission through the City's online bidding portal (www.favetteville-ar.gov/bids) and complete and submit all required information, which may include: • RH Attrihiitac • Bid Line Items — Bidders shall bid on all line items and not submit partial bids • Response Attachments o Required Bid Form (this form, completed in its entirety) Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be doced and certified by the manufacturer as a regular production option. PRICE: Bidders shall submit pricing on the City's online g po w.fa a 'Ile-ar.gov/bi s) in the format presented online. �z�v 4 Refer to the City's electron' ing I t�f Tm tit bid pricing ,ectron Contact the City P InDi�1?�n to obkain ocuments necessary to submit a physical seale bid; ever, all dMrs are strongly encouraged to submit o!1�', ity's bidding portal. - V Upon signing this Bid, the W �&tifi s ";Z1. Bidder has read an jees equirements set forth in this proposal, including specifications, terms, standard conditions, an any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 3 of 15 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized to certify the information provided herein is accurate and true. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. NZ 1.) NO KNOWN RELATIONSHIP EXISTS G 2.) RELATIONSHIP EXISTS (Ple lain): 8. Bidder will perform the Work in co e wi pplicabnch safety standards set forth in Occupational Safety and Health Ad tiop Par ubpart P — Excavations. 9. As s bidder on this project, y equired to rovidQ rment/suspension certification indicating that you are in compliance wit the bIZ5 Federal F�u ve Order. Certification can be done by completing and signing this form. (� ' VJ a. Federal Executive 0 r 0.)12 barment and Suspension" requires that all contractors receiving individual rds, federal funds, and all sub -recipients certify that the organization an p incipa of debarred, suspended, proposed for debarment, declared ineligible, rily u by any Federal department or agency from doing business with the Federaaro�ernme b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 4 of 15 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Wrapology Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name Wrapology *BUSINESS ADDRESS: 4707 E Mission Blvd, *CITY: Fayetteville *STATE: Arkansas *ZIP: 72703 479-368-6490 or 479-200-6566 *PHONE: FAX: *E-MAIL: Andrew@wrapologyar.com or office@wrapologyar.com *BY: (PRINTED NAME) Andrew Cole *AUTHORIZED SIGNATURE: *TITLE: Owner 5 UNIQUE ENTITY NUMBER: V 0NAM %F Is *TAX ID NUMBER: 84-3726537 Bk* Acknowledge Addendums: J ♦ , Addendum No. 1 Dated: 05.19W nowledged y�ndrew Cole Addendum No. 2 Dated: 05.26.23 know) Andrew Cole 3 05. ` Andrew Cole Addendum No. Dated: Acck edged by: Addendum No. 4 City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 5 of 15 edged by: Andrew Cole .Anc�®2�tr Ce4 City of Fayetteville Bid 23-20, Vehicle Decals General Terms and Conditions SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.faVetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffaVetteviIlear. No late bids sh accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids r failure of proposer's technical equipment. d. The City will not be responsible for misdirect Q49Us. B' e uld I purchasing Office at 479.575.8256 to ensure correct receipt dding docu is r' ppening time and date listed on the bid form. `► e. Bidders shall have experience i p viding• ����1ts a ervices of the same or similar " nature. � f. Bidder is advised that exc to a e ter o tained in this bid must be identified in its response to the bi a e to day lea e ity to declare any such term non- negotiable. Proposer's esire ake excepti tc�.z(non-negotiable term will not disqualify it from consideration for awa g. Local time is defined a e i in&F, Arkansas on the due date of the deadline. Bids shall be received be time aQn by the atomic clock located in the Purchasing Division Office. h. Bids will be e* Imod andfIONS based on the best interest of the City of Fayetteville. The City reserves t to a a heir entirety, none, or by line item. 2. WRITTEN REQUESTS FO INTER A R CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 6 of 15 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. ��ww' 5. COSTS INCURRED BY BIDDERS: `CO All expenses involved with the preparation and submission of bids to the any work performed in connection therewith, shall be borne solely by the biddNo paym be m e for any responses received, or for any other effort required of, or made by, bidd s r to &Iij commencement. 6. CONFLICT OF INTEREST: '`S, a. The bidder represents that it prese s no i and s quire no interest, either direct or indirect, which would conflic n man the f ance or services required hereunder, as provided in Ci yette ' de S ti nn .26 titled "Authority of City Employee to Contract wi b. All bidders shall prom potential conflicts of in circumstance which may services being provided.; association, inteao an opinion to thopinion of th*C • •uu .r..__,�11rTiT receipt of i iJLation.� 7. WITHDRAWL OF PROPOSAL: t ity". ify Aman Beilf+�s ty Purchasing Agent, in writing, of all rest f r �prospe t e usiness association, interest, or other in IQ app to 'nfluence the bidder's judgment or quality of on shall identify the prospective business n �rnature of which the bidder may undertake and request :re association, interest or circumstance would, in the flict of interest if entered into by the bidder. The City agrees its opinion via e-mail or first-class mail within thirty days of A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8256 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 7 of 15 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to bwz 011er this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and ju Ntrranches, political subdivisions (counties, local district school boards, community colleges, lities, counties, or other public agencies or authorities), which may desire to pur se under th s andnditions of the contract. 11. COLLUSION: '`, The Proposer, by affixing his or her signature i'propo I, �rPees to e owing: "bidder certifies that his or her bid is made without previous un a din ent, o o nection with any person, firm or corporation making a proposal for the s m(s) o ser is in all respects fair, without outside control, collusion, fraud, or o se ill`e�Lion." V 12. RIGHT TO AUDIT FOIA AND JURI N. �CO a. The City of Fayetteville'Fese t �rivile auditing a vendor's records as such records relate to purchases betwee ity a ndor. b. Freedom of Informa City c sand documents prepared while performing City contractual work a ct to ansas Freedom of Information Act. If a Freedom of InformatiooAct �ue t is pr d to the City of Fayetteville, the (Contractor) will do everything o pr e documents in a prompt and timely manner as prescribed in the Arkando rmation Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopyts p ant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 8 of 15 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. C 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and addressr must be the same as invoices submitted for payment as a result of award of i 'd. Fue.PayriM succe bidder is responsible for immediately notifying the Purchasing Division of anypan � would cause invoicing to change from the name used at the tKtS1'-Cred%,\WJrhy e origi III be made within thirty days of invoice received. The City of Fayetteville and any interest, fees, or penalty for untimely payments. Payments ca ocesfie`�tf ugh 64T acceptance of Visa at no additional costs to the City for expedited nt pr 7 g. The C' ill not agree to any nonrefundable deposit or retainer that would remain o y o toWder e e hourly work actually performed by the bidder would not justify such fe The City will pay the awarded bid QJ e on unit price�Q ded on invoicing. Progress payments will be made after approval and acceptan e of k rN sub n of invoice. Payments will be made within 30 days of accepted invoice. O CANCELLATION: a. The City reserve notice to the Co Contractor b. Failure of th�c a material breac discretion of the City of Fayetteville. 'his contract without cause by giving thirty (30) days prior the intention to cancel or with cause if at any time the ny of the terms or conditions specified. ith any of the provisions of the contract shall be considered II be cause for immediate termination of the contract at the In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 9 of 15 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor fqr all Iork of this type, which may develop during the contract period. This is not an exclusive contract. Th Pap " specifically reserves the right to concurrently contract with other companies for similar work if it duch an action to be in the City's best interest. In the case of multiple -term contrac his provisioepIyparately to each item. 21. LOBBYING: �JJ Lobbying of selection committee members, City ttev a Ioyees, �ttecl officials regarding request for proposals, request for qualificatio 5 or.co �iT durin t pendency of bid protest, by the bidder/proposer/protestor or any me o the bi prop r rotestor's staff, and agent of the bidder/proposer/protestor, or any pers toyed leg V ffiliated with or representing an organization that is responding to th st for sal, re s for qualification, bid or contract, or has a pending bid protest is strictly p i i d eithe n adve6*sement or on a date established by the City of Fayetteville and shall be prohibite unti er an award l or the protest is finally resolved by the City of Fayetteville; provided, however, nohNirein sh hibit a prospective/bidder/proposer from contacting the Purchasing Division toad s situ h as clarification and/or questions related to the procurement process. For purpos s his prov * b ying activities shall include but not be limited to, influencing or attempting to in u n action �r�r on -action in connection with any request for proposal, request for qualification, bi r c tract hh direct or indirect oral or written communication or an attempt to obtain goodvAf rso s� ntities specified in this provision. Such actions may cause any request for proposal, for iation, bid or contract to be rejected. 22. ADDITIONAL REQUIRE M NTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 10 of 15 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. PRICING The City reserves the right to re-evaluate bidders in their standing in the event of a vendor price increase. 26. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materia or equipment used, or that in any way affect the Work and shall in all respects comply with said I� dinances, and regulations. No claim of misunderstanding or ignorance on the part of Bi r Proposer will in any way serve to modify the provisions of the contract. No representations sha in 'ng unless embodied in the contract. 11 Prices shall include all labor, materials, overheadr.Lrofi , insura�l shipl4i ht, etc., to cover the products and services presented. Sales taxs /M bei c/oy�in the r e. Applicable Arkansas sales tax laws will apply when necessary b of be '1Lfered i and of this project. Each bidder should state the anticipat ber rom t i e of receipt of an order for deliver of services to the City of F e ille. V" v Y Bidders must provide the Cit i e bi ed by e oyee having legal authority to submit bids on behalf of the bidder*Sn it ost of prepa d providing responses shall be borne by the bidder. `` *1 The City reserves the right to re u y a di formation it deems necessary from any or all bidders after the submissio ne. The request for bid is n to on an offer, a contract, or a commitment of any kind; nor does it commit the city to pa any cos rred by bidder in preparation. It shall be clearly understood that any costs inc he B r responding to this solicitation is at the bidder's own risk and expense as a cost ing s . The City of Fayetteville shall not be liable for reimbursement to the Bidder for any expense so incu d, regardless of whether or not the submittal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8258) or e-mail (kfitch @fayetteville-ar.goy). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 11 of 15 Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kfitch @fayetteviIIe-ar.gov) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. I. The successful bidder shall not assign the whole or any part of this Contract '%# monies due or to become due hereunder without written consent of City of Fayetteville. I �►t e successful bidder assigns all or any part of any monies due or to become ue unethiact, t e Instrument of assignment shall contain a clause substantially to th t thaat ht of the assignee in and to any monies due or to become due to the su ces I bid o prior liens of all persons, firms, and corporations for services r e or m ials supph the performance of the services called for in this contract. `� • m. The successful bidder's attention is dire to th f tPall ap le Federal and State laws, municipal ordinances, and the rules ulatio a I au having jurisdiction overthe services shall apply to the contract throu nd they v�We dee� be included in the contract as though written out in full herein. The ful bide shall kv'' self/herself fully informed of all laws, ordinances and regulations of e Fed,S��ate, and uni�Cfpal governments or authorities in any manner affecting those engaged or employrin pr``iding Is ervices or in any way affecting the conduct of the services and of all orders and decre Vodie nals having any jurisdiction or authority over same. If any discrepancy or inconsis �hould b �vered in these Contract Documents or in the specifications herein referr �relat' n such law, ordinance regulation, order or decree s/he p Y g , shall herewith report th m in wri ' City of Fayetteville. 27. INVOICING: All in • II be rls ed to the City with the minimum information listed below. a. City Depart t th a e ed the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 28. ATTACHMENTS TO BID DOCUMENTS: a. Appendix A: City of Fayetteville Brand Guidelines b. Appendix B: Police Tahoe Dimensions and Photos c. Appendix C: Assets to Decal City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 12 of 15 City of Fayetteville Bid 23-20, Vehicle Decals Specification Requirements 1. GENERAL Definitions — "Bidder" is defined as those submitting a bid prior to contract(s) award. "Vendor" is defined as the awarded contractor(s). 1.1 All materials and services bid shall meet or exceed the minimum requirements, or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Vendor shall provide proof of insurance as required by the City of Fayetteville. Insurance shall include Worker's Compensation, $1,000,000 minimum General Liability, and autp�,�ile insurance. Certificate of Insurance shall list the City as an additional insured. 1.4 Installation and removal shall be performed by tr . d professio the v�idor's facility or at a City facility at the discretion of the Fleet Operati partryll� 1.5 Vendor shall be responsible for the transp l% n of of s to and s endor's facility when necessary. Default on guaranteed deliv i will e for c t cancellation. 1.6 The City of Fayetteville reserves t t to pu `de the vendor and complete the removal and installation of de lizing it ource 1.7 Bidders are encouraged to ten t Pre -Bid Me nCa Fleet Operations to ensure understanding of materials and services to e p 1.8 Quantities listed are estim4b' do no n ee purchase amounts for each item. Quantities listed will be the basis f 11 ation o th owest bid. 1.9 Contract(s) award@ u uant t shall be valid for one (1) year from date of award, and prices shall remain fi . gh o�tract year. The contract(s) may be extended automatically up to four (4) addition�v6ne (1 r erms. An rice increases from the vendor for a new contract year vN y shall be provided to the City or approval prior to renewal and shall not exceed the percentage increased by the vendor's supplier(s). Any contract year increases shall be accompanied by documentation to justify the increase. 1.10 The City reserves the right to award listed packages as separate contracts to different vendors. 2. MANUFACTURER 2.1 Products bid shall be new and of the latest standard production as offered for commercial trade. 2.2 Descriptive manufacturer literature for each type of material bid shall be submitted with bid. City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 13 of 15 2.3 All decals shall be finished with an optically clear laminate overlay. 3. DESIGNS AND ARTWORK 3.1 All current designs and artwork are the property of the City of Fayetteville. 3.2 Any design, logo, artwork, or other products relating to the City of Fayetteville produced by the vendor or on behalf of the vendor through the duration of the contract shall become the property of the City of Fayetteville. 3.3 There shall be no charge for production, conversion, or resizing of any design or artwork currently used by the City. 3.4 All files sent to the vendor will be provided by the City's Communication Department. Any future artwork shall have proofs and colors approved by the City's Communication Department. 4. TECHNICAL SPECIFICATIONS -\Ihco 4.1 Police Vehicle Decals with Installation a. Design and content of complete vehicle olrZxiclu pa shal current 2022 or older model vehicles. � b. The vehicle shall be transported b SJendo I instal hall be completed at the vendor's facility. The vehicle sh eturpehe C't five (5) business days of the vendor taking possession of hicle c. Installation shall be perfo y trai rofes tallers. d. All gold coloring on d e re ui be 3M 4 in color e. Installed decals Y inmay p e e e: k CO • Police Stripes ) O ,� • Badges (3) • "To Protect a T06 e" ) `O • "www.fay i ar.gov'O • "Fayett vile ice 91 • UnitPers (2) f. All dec e pri dr(air release cast reflective vinyl material that is 3mm thick to be compati ith material. 4.2 Miscellaneous Decals a. Design and content of complete vehicle or individual panels shall match current 2022 model vehicles. b. Installation shall be performed by trained, professional installers at City facilities. c. Decals shall be made available for purchase by the City to allow the installation to be completed by City staff at the discretion of Fleet Operations. d. Miscellaneous decals shall include: • City of Fayetteville Primary Logo — Stacked (10" Icon with Typography): 16.75" x 18.5" • City of Fayetteville Primary Logo — Stacked (8" Icon with Typography): 13.25" x 15" • City of Fayetteville Primary Logo — Horizontal (10" Icon with Typography): 10" x 33.5" City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 14 of 15 • City of Fayetteville Primary Logo — Horizontal (8" Icon with Typography): 8" x 27" • City of Fayetteville Icon (4") • Unit Numbers - Black (2") • Department Names - Black (2") • Reflective Striping (2") • Fayetteville Fire Department Shield (8.75") - Reflective All decals shall be printed on vinyl material that is 3mm thick to be compatible with current material, unless specified otherwise. 4.3 Rebranding a. Rebranding shall include the removal of two (2) outdated City of Fayetteville logo decals and/or department name and the installation of two (2) new City of Fayetteville logo decals in the same location, per vehicle. b. Removal of old decals and installation of new decals shall be performed by trained, professional installers at City facilities. c. Vehicles to be rebranded will be scheduled by Fleet Operation g or after business hours. d. Required decals will vary by vehicle and clude: • City of Fayetteville Primary Logo — S l d (1 " x • City of Fayetteville Primary Logue cked 8"): 25' x► " e. All decals shall be printed on vinyl i�rfial th\ii%Wm thi compatible with current material. 4.4 Warranty a. The materials shall e a r to even 7 e'at�lbr the manufacturer's standard warranty, ( Y whichever is great � b. The installation shall be el for ) year or the vendor's standard warranty, whichever is greater. I c. Warranty shall i ut not be-li i ed to fading, peeling, or adhesive release with normal use including ecog * ed aut&tic vehicle washing equipment. 4.5 Vendor Faciliti ` a. Vendor's cility m be properly secured for storage of City vehicles, and police vehicles shall be stored inside a secure enclosed location. b. Vendor shall have trained, licensed drivers with appropriate insurance coverage for transporting vehicles to and from Fleet Operations. c. Movement of City vehicles shall be limited to the direct travel from Fleet Operations to the vendor's facility and the area within the vendor's facility and facility grounds. END OF BID FORM City of Fayetteville, AR Bid 23-20, Vehicle Decals Page 15 of 15 -----'N WRAPOL001 C BJ KERR ACORO CERTIFICATE OF LIABILITY INSURANCE FDAT6/2/2 D/YYYY) 6/2/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy()es) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sk lar Bla , CISR NAME: y y INSURICA - Tulsa PHONE FAX 406 S. Boulder Ave. Suite # 500 (A/C, No, EXt): (918) 346-6968 (A/C, No):(918) 660-0836 Tulsa, OK 74103 ADMDRESS: Skylar.Blay@INSURICA.com INSURED INSURER B : United States Liability Insurance Company 25595 Wrapology, LLC INSURERC: 4707 E Mission Blvd INSURERD: Fayetteville, AR 72703 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVMNON NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE D ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHE ENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESC EREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POL LIMITS LTR INSD WVD /DD/YYYY MM/ COMMERCIAL GENERAL LIABILITY CH ENCE $ CLAIMS -MADE ❑ OCCUR D AG RENTED IIS_ Ea occurrence)$ MEnWXP An one person)$ '%ERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PE0 LOC $ \\\�Vv/111►►► . -' GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ OTHER: 4$ AUTOMOBILE LIABILITY ANY AUTO Ja COMBINED SINGLE LIMIT accident $ BODILY INJURY Per person)$ OWNED SCHEDULED AUTOS ONLY AUTOS CO BODILY INJURY Per accident $ PROPERTY DAMAGE $ HIRED NON -OWNED ✓ AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR HCLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB ' O $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOREMPLOYERS' A BILITYEXECUTIVE Y / N FFICER/MEMBER EXCLUDED? Mandatory in NH) Ifyes, describe under DESCRIPTION OF OPERATIONS below N / 892-AR 2/15/2023 2/15/2024 X PER OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1,000,000 1,000,000 $ B Professional Liab SIM9 OA 8/5/2022 8/5/2023 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville Y Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 4707 E. Mission Blvd Fayetteville, AR 72703 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY) A`"R" CERTIFICATE OF LIABILITY INSURANCE 03/04/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kt Ammons NAME: StateFarm PHONrE o. E 479-273-7719 FAX No : 479-271-9905 DeWayne Trichell E-MAIL Kt@Trichell.net o ADDRESS: 202 N Walton Blvd Ste 10 Bentonville AR 72712 INSURED INSURER A: State Farm Fire and Casualty Company 1 25143 INSURFR R . State Farm Mutual Automobile Insurance Company 1 25178 Wrapology, LLC INSURER D : 4707 E Mission Blvd INSURER E : Fayetteville AR 72703 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREQ NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIB E1�EIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAI INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY P MM/D LIMITS A X COMMERCIAL GENERAL LIABILITY X CLAIMS -MADE OCCUR N N 94-BY-J533-0 ` //��� ♦ 03/03/�E�3 //.►`�vv) G ♦ 0 /03/202 EACH ENCE $ 2,000,000 PAM a occu ence $ 300'000 D (Any one person) $ 10,000 ONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY PRO ❑ LOC JECT OTHER: ENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED X AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY N N 04-1466- o' 04- 66-0 ` V \v J 3/03/ 3 03/03 3 0 9 /2023 09/03/2023 COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE Per accident $ 1,000,000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N 94-BY-J5 , 3/03/2023 03/03/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / lillO A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Fayetteville SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 1001486 132849.13 04-22-2020 Wrapology LLC 4707 E Mission Blvd Fayetteville, AR 72703 andrew@WrapologyAR.com (479) 368-6490 www.wrapologyar.com Quote 2920 2023 Bid package PD Cruiser PACKAGE A 1 2 3 4 ORDERED BY City of Fayetteville - Fleet Operations SALES REP INFO QUOTE DATE Andrew Tue, 05/30/2023 andrew@wrapologyar.com QUOTE EXPIRY DATE (479) 368-6490 Thu, 06/29/2023 TERMS Net 30 CONTACT INFO Ross Jackson Rjackson@fayettp,It.gov (479) 879-6221 4q�i QT U �U.PR `L (EXCL. TAX) TAXABLE Police Stripes for driver and pass side ♦` ach ''I�► $230.38 Police Stripes qty 2 for driver and pass side printed on Ar `� Illuminite Cast 3mm Reflective Vinyl with Arlon 3210 ♦ �" • optically clear overlaminate Width: 1 Inches Height: Height:: 19 Inches o' Badges for sides v Each $19.41 $38.82 badges for driver and pass side printe II umini Cast 3mm Reflective Vinyl with Arlon 3 �qtically clear Yoverlaminate � Width: 8 Inches Height:11 Inches Badge for back `O 1 Each $15.13 Badge for the back of the tahoe pri on on Illum' Cast 3mm Reflective Vinyl with Arlo Cast o tear overlaminate Width: 6Inches .` Height: 8 Inches Unit numbers for front a ar b 2 Each $11.06 Gold Unit numbers for the fr nt and re mpers cut out of 3m 5100r 064 Gold Width: 5 Inches Height: 2 Inches 5 "To protect and to serve decal" - Sides "To protect and to serve decal" s cut out of 3m 5100r 064 Gold for the driver and pass rear sides Width: 28 Inches Height: 2.5 Inches 6 "Fayetteville Police 911 Decal' - Back "Fayetteville Police 911 Decal" cut out of 3m 5100r 064 Gold for back of the tahoe Width: 10 Inches Height: 8 Inches 7 "www.fayetteville-ar.gov" Website for the back Website cut out of 3m 5100r 064 Gold for back of the tahoe Width: 36 Inches Height: 2 Inches 2 Each $17.48 1 Each $18.56 1 Each $17.70 $15.13 $22.12 $34.96 $18.56 $17.70 PRINTED ON FRI, 06/02/2023 03:47 PM BY A CREATED BY A QUOTE 2920, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 8 Decal Installation Hourly installation services 9 Vehicle Pickup / delivery Vehicle Pickup / delivery at no extra cost 10 FPD Tahoe Complete Upfit FPD Tahoe Complete Upfit Bid 23-20 Complete upfit shall include vehicle transportation, materials, and installation of Police Stripe (2), Badge (3), Unit Number (2), "To Protect and To Serve" (2), "Fayetteville Police 911" (1), and Website (1) decals. 1.2 Police Stripe 1.3 Badge 1.4 Unit Numbers 1.5 "To Protect and To Serve" 1.6 "Fayetteville Police 911" 1.7 "www.fayetteville-ar.gov" 1.8 Decal Installation/Removal 1.9 Vehicle Pickup/Delivery QTY UOM U.PRICE TOTAL (EXCL. TAX) TAXABLE 2 Hr $55.00 $110.00 Y 1 Hr $1.00 1 Unit $487.67 $1.00 Y $487.67 N PRINTED ON FRI, 06/02/2023 03:47 PM BY A CREATED BY A 2/4 QUOTE 2920, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 *Attached to this are terms and conditions which are incorporated herein by Subtotal: $976.34 reference and made a part hereof as if set forth word-for-word. Customer's Sales Tax (9.75%): $47.65 signature hereon constitutes their affirmation that they have read and understand Total: $1,023.99 this quote and the terms and conditions, and that they agree to be bound by same. All prices are fixed for 30 days from the quotation date. Should there be any changes in the cost, we will advise the customer of any price changes prior to the start of the contract. A 50 % non refundable deposit is required with the Sales Order confirmation. Deposits are due prior to commencement of production. Final payment is due when invoices are sent. RETURNS: 50 % deposit is non-refundable. Once vinyl is installed all sales are final and there is no refunds or warranty. See terms and conditions for further explanation. We cannot accept responsibility for damages or loss of any kind resulting from the sale, installation, or delivery of our products. Wrapology does not accept returns. All products are manufactured to the customer's specifications and cannot be returned for a refund. All sales are final and no return will be accepted. Design proofs and order specifications will require client approval before production can commence. Once the production begins, changes to the order are not permitted without incurring additional cost. Due date on the order is based on proof approval within 24 hours from when it is received. We will do everything possible to adhere to the times and dates established, but cannot accept any liability for loss caused by failure to deliver and complete on time, whatever the cause for delay. TERMS AND CONDITIONS GENERAL GUIDELINES: Although discussed more in depth later in these terms and conditions, Wrapology would generally identify and set forth the following guidelines for all wrap projects: 1) Door handles will not be wrapped. 2) On vans, busses, and large vehicles, bumpers will not be wrapped. 3) Wheel wells will not be wrapped. 4) Running boards will not be wrapped. 5) Severe channel areas will not be wrapped to prevent wrinkling, lifting and bubbling. 6) There will beseams and overlaps. 7) The vinyl may y lift in difficult areas. 8) There could be bubbles & winkles in difficult areas. 9) Final color may slightly print different than the digital proof 1) There may bandwidth on prints visible close proximity. 11) Reprints mayy also be slightly different shade from last print. 12) Templates are mock-ups, vinyl placement may be different due to curvature and size. THE CUSTOMER EXPRESSLY UNDERSTANDS AND AGREES TO THE FOREGOING UNLESS OTHER E REED BY THE PARTIES IN WRITING IN THE QUOTE. PRE -INSTALLATION REQUIREMENTS: Before drop-off, customer shall wash the vehicle using soap an water ONLY. Even thou Wrapology preps and cleans the vehicle prior to install, wax and other chemicals will prevent the vinyl fr icking to th6e?the vehicle. DO NOT WAX OR CLAY BAR THE VEHICLE. Any wax or other chemicals left on vehicle axing a or 11willresult in bubbles, and the vinyl will not cure properly. The customer agrees that Wrapology will not held liable will not stick and cure properly due to wax or other chemicals being used before installation. ere w e an addii c rqe of Fifty Dollars ($50.00) if Wrapology has to wash your vehicle prior to install. INSTALLATION: Wrapology only guarantees final prints that are designed and set u logy. If we are aEe?%to cover existinZQ vinyl decals, the customer agrees that Wrapology will not be liable for any dam during the installation r remov ss to those decals. Wrapology does not offer any warranty on wraps. However, ap gy will, if r sonably gossible, offe in at little or no cost to the customer on a case -by -case basis. What is reaso I n hat const teg a mi)or fix, will b d at the sole discretion of Wrapology. ` A Wrap is NOT paint. There may be extreme curves, deep Chan dings on the vehic at Ae it be able to conform to. In some small areas the customer will see evidence o on in color of the vehicle. Tha nclude, but are not limited to, around door handles and the edges of the lights. e customta ds and agris unavoidable and does not constitute a defect in the product or workmanship. A v hicle wr ma b�pplying 50 inch vertical or horizontal panels of vinyl. There will be one (1) inch seams where the panel t. ustomer un dagrees that this s unavoidable and does not constitute a defect in the product or workmanshi O c mplex design, o h many matching points, Wrapology cannot guarantee that the graphics will match 100 % align t o the e;t ry ihnplex curves on the vehicle. A 10 % margin is considered acceptable on these types of projects. ((�` ``//�� Proofs are created on a flat surface and viewed at a relatively roe on mputer scre and printed paper. In cases of curves, door handles, deep grooves, rubber moldings/trim and in other ea on- -spot adjustor isrrpy be made by the installer to assure maximum readability or alignment. The customer understands and s that these fustmeffts will be made at the sole discretion of the installer based on his knowledge and experience will n e discussed pth e to with the customer unless otherwise agreed in writing. In many cases there are slight differen een the printed apt roof and the 3-dimensional curved vehicle wrap. This can vary up to several inches. The cus a nd tands and s t th11► is unavoidable and does not constitute a defect in the product or workmanship. This is ng/1�� ssary, a t wrab�ds to be designed with this in mind. It is not reasonable to expect vinyl wrap to cover and I k exactly Iik It i also not reasonable to expect that the wrap will look the same in every light or location. A piece of viny limits a a nl etch so much before it changes color or will bubble up. In some cases, a relief cut may have to be made into the vinyl that veal a small amount of the original vehicles paint color under the vinyl. In some cases, a patch needs to be installed to conceal the ehicle's original color. It is the only option. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. Areas under door handles, mirrors, behind gas caps, and inside door frames will not be wrapped unless agreed upon in writing in the quote. If Wrapology wraps extremely curved surfaces, such as mirrors and bumpers, they may reveal the original paint color at the tight edges of the wrap. This is due to material limitations, and NOT install quality. Wrapology cannot, and does not, warranty the areas of a vehicle with extreme curves. The customer understands and agrees that they assume sole risk if they choose to wrap mirrors or other very tight curves. Wrapology will make the client aware of these areas before we begin the design, but it is at the sole discretion and risk of the customer. Wrapology prefers to use our facility for installation. If Wrapology is installing at the client's nominated location, suitable conditions must exist. Wrapology reserves the right to postpone or require a different location for the install if the working conditions could materially affect the quality or longevity of the wrap. Vehicles need to be indoors, in a clean, dust free temperature -controlled environment. There must be a power supply and good quality lighting, as well as a minimum of 5 feet workspace around the entire vehicle. If, in the sole opinion of the senior installer on site, conditions are not suitable for a high -quality install of the wrap, the vehicle will be required to go to one of our nominated install locations. If customer demands to have installation performed at their location even after consideration of the foregoing, Wrapology will not be held liable for any issues related to improper install conditions, including, but not limited to, temperature or dust. Wraps are self-adhesive vinyl that will only adhere well to catalyzed vehicle paint and glass. Poor surface paint or clear coats will not allow the vinyl adhesive to stick properly, which could cause the adhesive to fail. It is the responsibility of the vehicle owner to bring in a vehicle that is ready to be wrapped. If Wrapology determines that the vehicle is not in a condition to be wrapped, but the customer insists that the project be completed, the customer takes full responsibility for the longevity and life expectancy of the wrap. The customer understands and agrees that Wrapology will not be responsible for a failed wrap under these circumstances, and the customer agrees to hold them harmless thereon. Extreme curves and deep pockets may exceed the limits of how far the wrapping material can stretch. Again, a wrap is not paint. PRINTED ON FRI, 06/02/2023 03:47 PM BY A CREATED BY A 3/4 QUOTE 2920, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 The wrap is a special, pressure sensitive vinyl material. Furthermore, vehicles are not at exact right-angle curves. Vehicles maintain lines that are not 100 % parallel to the ground. Due to this fact, the graphics that are 2D printed will not beat the exact same angle as the vehicle lines once the wrap is installed onto the 3D vehicle surface. Due to the limitations and the sensitivity of the various substrates, the customer understands it is impossible to reproduce all colors perfectly or without some variation. The customer specifically understands that when Wrapology wraps over existing vinyl strips or letters, the new wrap is so thin on top that there will be evidence that there is old vinyl underneath the new vinyl. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. To ensure colors are printed correct, the customer is responsible for providing Pantone color specs, color samples, and for requesting that Wrapology print color samples on vinyl material before production. The customer understands and agrees that Wrapology is not liable for color match prints and low -resolution prints unless customer provided Pantone color specs, vector files, high -resolution images and has asked for printed samples. Failing to do so will result in extra charge to re -print and re -wrap. The mock-up is a color rendition generated by a computer and all computer monitors are calibrated differently. Computer monitor colors may vary slightly from the actual print on vinyl material. CMYK and/or PANTONE colors have to be provided by customer for best color results. When the customer supplies their own artwork, they must make sure it is high -resolution — at least 300 DPI (dots per inch) or a vector and sent in a file format such as, .tiff, .pdf, .eps, or .ai. The customer should never send logos or images taken from your website or a business card, as they offer poor resolution and quality. Remaking logos and acquiring higher resolution images will result in higher costs for the design. The customer agrees that Wrapology will not be held responsible for any damage caused through the application of the vinyl products, nor shall Wrapology be held responsible for the voiding of any vehicle warranty. Wrapology shall also not liable if the vehicle's clear coat or paint begins to peel off during the installation of a wrap. It is not a good idea to rush the install process, as many things can go wrong. Wrapology reserves the right to take additional time during the installation process to account for any issues that may arise. ONCE INSTALLED PRINTED VINYL MATERIAL IS INTENDED TO BE VIEWED FROM A DISTANCE OF SIX (6) FEET FROM THE VEHICLE. REMOVALS: All removals are quoted separately. Wrap removal can be very time consuming. Wrapology charges by the hour for the labor. Wrapology will not be responsible for any paint, clear coat, or existing striping damage when we do a removal. Wrapology /► shall not be responsible for damage to paintwork when the vinyl is removed. Wrapology does not advise application of vinyl on a `(/✓� re -sprayed surface, or poor quality/rusted paintwork. Please note, our experience shows that removal of vinyl designed for vehicle —� wraps from good quality, factory original paintwork, will not damage the paintwork. However, it is the duty and responsibility of the owner of the vehicles to ensure suitability of the existing surface before it is wrapped. WARRANTY & MATERIALS: Wrapology makes no representations and extends no warranties of any kind, either express or implied, �\ ) including, but not limited to, warranties of merchantability, fitness for a particular purpose, or any other warra ich may otherwise V be attached by operation of law. Wrapology does not offer warranties due to the unknown of what may h e the vehicl A wrap leaves our control. It is the responsibility of the customer to perform a full walkaround of the vehicle an i m lately ad e of ��\//A]► any questions or concerns BEFORE leaving the lot. Wrapology reserves the right to review and handle e ch cla�a case-b se basis at our sole discretion. AFTER CARE: The longevity of the wrap and/or graphics will depend upon the customer's care h e le, wher it i t and ` the outdoor/geographic conditions. Although vinyl manufactures typically guarantee the materp to 5 yea -end material 7 to 10 years, the actual lifespan of a vehicle wrap could be considerably less dep i o e weather care. Once applied, it will take approximately 30 days for the wrap to cure. Keep the car ire sunlight fort 3 days afte installation. Please wait at least three (3) weeks before washing or driving your vehi ents suc n t, snow, or i We recommend bi-weekly handwashing with a soft sponge, rag, or micro a only. Remo and bir p i immediately as these can stain the wrap. To remove bugs and bird droppin s, a ern and e off ut scraping. h pressure, power washing, car washes, and be careful never to use an ice a indow raph s. SV g jets can cause the yl to lift at the seams, and brushes and bristles can scratch your viny Als , voi ha the ofiy kind as the can de rate the laminate on the vinyl adhesive and cause the colors to fade a are specially dej d produ�(S t and polish vinyl graphics if needed. `` DO NOT EVER wax or clay bar your vinyl -wrapped vehicle. Doing so I degrade ur vi I a% shorten th ur wrap. Waxing or using a clay bar will also cause the vinyl material to turn yellow and crack. n RETURNS: 50 % deposit is non-refundable. If the job is canceled or the custo r as not wa for any reason, 50 deposit is non-refundable, and the customer will be charged an a nal%5° estockin fe if th involved a specialty vinyl. SINCE THESE PROJECTS ARE CUSTOM INSTALLED T 175TOMERS SP NS, ONCE THE VINYL IS INSTALLED, ALL CONTRACTS ARE FINAL AND NO MONET E U S WILL BE I i CHOICE OF LAW / JURISDICTION / VENUE: The customerInd r ology hereb .) this agreement will be deemed for all intent and purposes to be fully executed and perfor in the a of Arkans an ill be governed by Arkansas law. THE CUSTOMER AND WRAPOLOGY EXPRESSLY AND IRREVOCAB Y AGREE BJECT TO PERSONAL JURISDICTION IN THE STATE OF ARKANSAS IN ANY CONTRONEFASY THAT MAY ARTS RE T�G TO THIS AGREEMENT AND AGREE THAT VENUE IN WASHINGTON COUNTY, AFW,*AS WILL BE A NIE PLACE FOR ANY TRIAL. FURTHERMORE, CUSTOMER AND WRAPOLOGY ACKNOWLEDGE AND AGREE THAW THIS OICE OF LAW AND VENUE ARE MATERIAL CONDITIONS PRECEDENT TO ENTERING INTO TH; AGREEM (({{ any�ortion of this agreement is determined to be invalid, it is the express intention of the parties that all of the ainin9 vis ns ereof will continue in full force and effect. ENTIRE AGREEMENT: The quote and these terms and conditions kstitute the entire agreement between the parties and will supersede all proposals or prior agreements, oral or written, and all other communications between the parties relating to the subject matter of this agreement. This agreement may not be amended excepting in writing, executed by the duly authorized representatives of both parties. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on customer's formal order will not be binding. The customer acknowledges that have read, understand and hereby agree and accept these prices, fees, charges, use of images, specifications and conditions stated herein and authorize Wrapology to perform all work as specified. Customer has also been presented with and has read and understands the color matching criteria and has selected the appropriate method for the design. Customer understands that Wrapology cannot guarantee the quality of any artwork that is not set-up by Wrapology. Thank you for taking the time to review all the situation variables that can potentially be encountered when working with vehicle wrap jobs. The proper care, maintenance & precautions of your vehicle wrap will allow for years of great looking advertising on your vehicle for everyone to enjoy. Please feel free to contact us if you have any concerns or are unclear on any of the above mentioned vehicle wrap terms and conditions. We will gladly assist you with answering or to helping to explain anything you do not clearly understand about our vehicle wrap design, manufacture & installation service. We reserve the right to refuse service to anyone. Downpayment (50.0 %) $512.00 SIGNATURE: DATE: PRINTED ON FRI, 06/02/2023 03:47 PM BY A CREATED BY A 4/4 Wrapology LLC 4707 E Mission Blvd Fayetteville, AR 72703 andrew@WrapologyAR.com (479) 368-6490 www.wrapologyar.com Quote 2922 Package B: Miscellaneous Decals ORDERED BY City of Fayetteville - Fleet Operations SALES REP INFO QUOTE DATE Andrew Tue, 05/30/2023 andrew@wrapologyar.com QUOTE EXPIRY DATE (479) 368-6490 Thu, 06/29/2023 TERMS Net 30 CONTACT INFO `� Ross Jackson Rjackson@fayett - .gov (479) 879-6221 4q�, ej QT U U.PR AL (EXCL. TAX) TAXABLE 1 2.1 City of Fayetteville Primary Logo - Stacked (10" Ic ♦*it ach '9O► $12.96 Y Typography) (; City of Fayetteville Primary Logo -Stacked (10" Icon V Typography) 10" printed logo `� Stacked with logo on top and "City of Fayetteville has" on bottom printed on calendared Arlon 510 with rlo 5 le laminate Width: 16.75 Inches O Height: 18.5 Inches 2 2.2 City of Fayetteville Primary Logo bapal(18" I n i 1 Each $8.24 $8.24 Y Typography)�%2.2 City of Fayetteville Primary Log - tod (8" Ico(w 1 Typography) Stacked with logo on top and "C6f Fayettevisas" on bottom IN /v)► printed on calendared Ar 0 wit A 10 Calendared laminate Width: 15 Inches Height: 13.25 Inches 3 2.3 "City of Fayetteville Primary Logo — Horizontal (10" Icon with 1 Each $13.90 $13.90 Y Typography)" "City of Fayetteville Primary Logo — Horizontal (10" Icon with Typography)" Horizontal with logo on top and "City of Fayetteville Arkansas" on bottom printed on calendared Arlon 510 with Arlon3510 Calendared laminate Width: 33.5 Inches Height: 10 Inches 4 2.4 "City of Fayetteville Primary Logo — Horizontal (8" Icon with 1 Each $8.98 $8.98 Y Typography)" PRINTED ON FRI, 06/02/2023 03:43 PM BY A CREATED BY A 1/4 QUOTE 2922, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 2.4 "City of Fayetteville Primary Logo - Horizontal (8" Icon with Typography)" QTY UOM U.PRICE TOTAL (EXCL. TAX) TAXABLE Horizontal with logo on top and "City of Fayetteville Arkansas" on bottom printed on calendared Arlon 510 with ArIon3510 Calendared laminate Width: 27 Inches Height: 8 Inches 5 2.5 City of Fayetteville Icon (4") 2.5 City of Fayetteville Icon only (4") 1 Each $0.70 printed on calendared Arlon 510 with ArIon3510 Calendared laminate Width: 4 Inches Height: 4 Inches 6 2.6 Unit Numbers - Black (2") 1 Each $ .`r 2.6 Unit Numbers - Black (2") cut out of oracal 751c cast vinyl G Width: 8 Inches Height: 2Inches O � 7 2.7 Department Name - Black (2") •`� �Each Z�3 2.7 Department Name - Black (2) 8 . `V cut out of oracal 751 c cast vinyl `G z Width: 16Inches ION V Height: 2 Inches J $0.70 y $1.06 y $2.03 Y 8 2.8 Reflective Striping (2") ` 1 Each $2.00 $2.00 Y 2.8 Reflective Striping (2") per 2"x12" se tion O �1 Height: 2 Inches Inches Height: 2 Inches 9 2.11 Fayetteville Fire Department S ��1''�.75") `O 1 Each $8.19 $8.19 y 2.11 Fayetteville Fire Department S le (il..i5") O printed on Arlon cast reflective I init with A Cast laminate •►►` Width: 8.75 Inches ` Height: 8.75 Inches 10 2.9 Decal Installation/Removal 1 Unit $55.00 $55.00 N 2.9 Decal Installation/Removal $55/hr 11 2.10 Vehicle Pickup/Delivery 1 Unit $1.00 $1.00 N 2.10 Vehicle Pickup/Delivery $1.00 PRINTED ON FRI, 06/02/2023 03:43 PM BY A CREATED BY A 2/4 QUOTE 2922, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 *Attached to this are terms and conditions which are incorporated herein by Subtotal: $114.06 reference and made a part hereof as if set forth word-for-word. Customer's Sales Tax (9.75%): $5.66 signature hereon constitutes their affirmation that they have read and understand Total: $119.72 this quote and the terms and conditions, and that they agree to be bound by same. All prices are fixed for 30 days from the quotation date. Should there be any changes in the cost, we will advise the customer of any price changes prior to the start of the contract. A 50 % non refundable deposit is required with the Sales Order confirmation. Deposits are due prior to commencement of production. Final payment is due when invoices are sent. RETURNS: 50 % deposit is non-refundable. Once vinyl is installed all sales are final and there is no refunds or warranty. See terms and conditions for further explanation. We cannot accept responsibility for damages or loss of any kind resulting from the sale, installation, or delivery of our products. Wrapology does not accept returns. All products are manufactured to the customer's specifications and cannot be returned for a refund. All sales are final and no return will be accepted. Design proofs and order specifications will require client approval before production can commence. Once the production begins, changes to the order are not permitted without incurring additional cost. Due date on the order is based on proof approval within 24 hours from when it is received. We will do everything possible to adhere to the times and dates established, but cannot accept any liability for loss caused by failure to deliver and complete on time, whatever the cause for delay. TERMS AND CONDITIONS GENERAL GUIDELINES: Although discussed more in depth later in these terms and conditions, Wrapology would generally identify and set forth the following guidelines for all wrap projects: 1) Door handles will not be wrapped. 2) On vans, busses, and large vehicles, bumpers will not be wrapped. 3) Wheel wells will not be wrapped. 4) Running boards will not be wrapped. 5) Severe channel areas will not be wrapped to prevent wrinkling, lifting and bubbling. 6) There will beseams and overlaps. 7) The vinyl may y lift in difficult areas. 8) There could be bubbles & winkles in difficult areas. 9) Final color may slightly print different than the digital proof 1) There may bandwidth on prints visible close proximity. 11) Reprints mayy also be slightly different shade from last print. 12) Templates are mock-ups, vinyl placement may be different due to curvature and size. THE CUSTOMER EXPRESSLY UNDERSTANDS AND AGREES TO THE FOREGOING UNLESS OTHER E REED BY THE PARTIES IN WRITING IN THE QUOTE. PRE -INSTALLATION REQUIREMENTS: Before drop-off, customer shall wash the vehicle using soap an water ONLY. Even thou Wrapology preps and cleans the vehicle prior to install, wax and other chemicals will prevent the vinyl fr icking to th6e?the vehicle. DO NOT WAX OR CLAY BAR THE VEHICLE. Any wax or other chemicals left on vehicle axing a or 11willresult in bubbles, and the vinyl will not cure properly. The customer agrees that Wrapology will not held liable will not stick and cure properly due to wax or other chemicals being used before installation. ere w e an addii c rqe of Fifty Dollars ($50.00) if Wrapology has to wash your vehicle prior to install. INSTALLATION: Wrapology only guarantees final prints that are designed and set u logy. If we are aEe?%to cover existinZQ vinyl decals, the customer agrees that Wrapology will not be liable for any dam during the installation r remov ss to those decals. Wrapology does not offer any warranty on wraps. However, ap gy will, if r sonably gossible, offe in at little or no cost to the customer on a case -by -case basis. What is reaso I n hat const teg a mi)or fix, will b d at the sole discretion of Wrapology. ` A Wrap is NOT paint. There may be extreme curves, deep Chan dings on the vehic at Ae it be able to conform to. In some small areas the customer will see evidence o on in color of the vehicle. Tha nclude, but are not limited to, around door handles and the edges of the lights. e customta ds and agris unavoidable and does not constitute a defect in the product or workmanship. A v hicle wr ma b�pplying 50 inch vertical or horizontal panels of vinyl. There will be one (1) inch seams where the panel t. ustomer un dagrees that this s unavoidable and does not constitute a defect in the product or workmanshi O c mplex design, o h many matching points, Wrapology cannot guarantee that the graphics will match 100 % align t o the e;t ry ihnplex curves on the vehicle. A 10 % margin is considered acceptable on these types of projects. ((�` ``//�� Proofs are created on a flat surface and viewed at a relatively roe on mputer scre and printed paper. In cases of curves, door handles, deep grooves, rubber moldings/trim and in other ea on- -spot adjustor isrrpy be made by the installer to assure maximum readability or alignment. The customer understands and s that these fustmeffts will be made at the sole discretion of the installer based on his knowledge and experience will n e discussed pth e to with the customer unless otherwise agreed in writing. In many cases there are slight differen een the printed apt roof and the 3-dimensional curved vehicle wrap. This can vary up to several inches. The cus a nd tands and s t th11► is unavoidable and does not constitute a defect in the product or workmanship. This is ng/1�� ssary, a t wrab�ds to be designed with this in mind. It is not reasonable to expect vinyl wrap to cover and I k exactly Iik It i also not reasonable to expect that the wrap will look the same in every light or location. A piece of viny limits a a nl etch so much before it changes color or will bubble up. In some cases, a relief cut may have to be made into the vinyl that veal a small amount of the original vehicles paint color under the vinyl. In some cases, a patch needs to be installed to conceal the ehicle's original color. It is the only option. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. Areas under door handles, mirrors, behind gas caps, and inside door frames will not be wrapped unless agreed upon in writing in the quote. If Wrapology wraps extremely curved surfaces, such as mirrors and bumpers, they may reveal the original paint color at the tight edges of the wrap. This is due to material limitations, and NOT install quality. Wrapology cannot, and does not, warranty the areas of a vehicle with extreme curves. The customer understands and agrees that they assume sole risk if they choose to wrap mirrors or other very tight curves. Wrapology will make the client aware of these areas before we begin the design, but it is at the sole discretion and risk of the customer. Wrapology prefers to use our facility for installation. If Wrapology is installing at the client's nominated location, suitable conditions must exist. Wrapology reserves the right to postpone or require a different location for the install if the working conditions could materially affect the quality or longevity of the wrap. Vehicles need to be indoors, in a clean, dust free temperature -controlled environment. There must be a power supply and good quality lighting, as well as a minimum of 5 feet workspace around the entire vehicle. If, in the sole opinion of the senior installer on site, conditions are not suitable for a high -quality install of the wrap, the vehicle will be required to go to one of our nominated install locations. If customer demands to have installation performed at their location even after consideration of the foregoing, Wrapology will not be held liable for any issues related to improper install conditions, including, but not limited to, temperature or dust. Wraps are self-adhesive vinyl that will only adhere well to catalyzed vehicle paint and glass. Poor surface paint or clear coats will not allow the vinyl adhesive to stick properly, which could cause the adhesive to fail. It is the responsibility of the vehicle owner to bring in a vehicle that is ready to be wrapped. If Wrapology determines that the vehicle is not in a condition to be wrapped, but the customer insists that the project be completed, the customer takes full responsibility for the longevity and life expectancy of the wrap. The customer understands and agrees that Wrapology will not be responsible for a failed wrap under these circumstances, and the customer agrees to hold them harmless thereon. Extreme curves and deep pockets may exceed the limits of how far the wrapping material can stretch. Again, a wrap is not paint. PRINTED ON FRI, 06/02/2023 03:43 PM BY A CREATED BY A 3/4 QUOTE 2922, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 The wrap is a special, pressure sensitive vinyl material. Furthermore, vehicles are not at exact right-angle curves. Vehicles maintain lines that are not 100 % parallel to the ground. Due to this fact, the graphics that are 2D printed will not beat the exact same angle as the vehicle lines once the wrap is installed onto the 3D vehicle surface. Due to the limitations and the sensitivity of the various substrates, the customer understands it is impossible to reproduce all colors perfectly or without some variation. The customer specifically understands that when Wrapology wraps over existing vinyl strips or letters, the new wrap is so thin on top that there will be evidence that there is old vinyl underneath the new vinyl. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. To ensure colors are printed correct, the customer is responsible for providing Pantone color specs, color samples, and for requesting that Wrapology print color samples on vinyl material before production. The customer understands and agrees that Wrapology is not liable for color match prints and low -resolution prints unless customer provided Pantone color specs, vector files, high -resolution images and has asked for printed samples. Failing to do so will result in extra charge to re -print and re -wrap. The mock-up is a color rendition generated by a computer and all computer monitors are calibrated differently. Computer monitor colors may vary slightly from the actual print on vinyl material. CMYK and/or PANTONE colors have to be provided by customer for best color results. When the customer supplies their own artwork, they must make sure it is high -resolution — at least 300 DPI (dots per inch) or a vector and sent in a file format such as, .tiff, .pdf, .eps, or .ai. The customer should never send logos or images taken from your website or a business card, as they offer poor resolution and quality. Remaking logos and acquiring higher resolution images will result in higher costs for the design. The customer agrees that Wrapology will not be held responsible for any damage caused through the application of the vinyl products, nor shall Wrapology be held responsible for the voiding of any vehicle warranty. Wrapology shall also not liable if the vehicle's clear coat or paint begins to peel off during the installation of a wrap. It is not a good idea to rush the install process, as many things can go wrong. Wrapology reserves the right to take additional time during the installation process to account for any issues that may arise. ONCE INSTALLED PRINTED VINYL MATERIAL IS INTENDED TO BE VIEWED FROM A DISTANCE OF SIX (6) FEET FROM THE VEHICLE. REMOVALS: All removals are quoted separately. Wrap removal can be very time consuming. Wrapology charges by the hour for the labor. Wrapology will not be responsible for any paint, clear coat, or existing striping damage when we do a removal. Wrapology /► shall not be responsible for damage to paintwork when the vinyl is removed. Wrapology does not advise application of vinyl on a `(/✓� re -sprayed surface, or poor quality/rusted paintwork. Please note, our experience shows that removal of vinyl designed for vehicle —� wraps from good quality, factory original paintwork, will not damage the paintwork. However, it is the duty and responsibility of the owner of the vehicles to ensure suitability of the existing surface before it is wrapped. WARRANTY & MATERIALS: Wrapology makes no representations and extends no warranties of any kind, either express or implied, �\ ) including, but not limited to, warranties of merchantability, fitness for a particular purpose, or any other warra ich may otherwise V be attached by operation of law. Wrapology does not offer warranties due to the unknown of what may h e the vehicl A wrap leaves our control. It is the responsibility of the customer to perform a full walkaround of the vehicle an i m lately ad e of ��\//A]► any questions or concerns BEFORE leaving the lot. Wrapology reserves the right to review and handle e ch cla�a case-b se basis at our sole discretion. AFTER CARE: The longevity of the wrap and/or graphics will depend upon the customer's care h e le, wher it i t and ` the outdoor/geographic conditions. Although vinyl manufactures typically guarantee the materp to 5 yea -end material 7 to 10 years, the actual lifespan of a vehicle wrap could be considerably less dep i o e weather care. Once applied, it will take approximately 30 days for the wrap to cure. Keep the car ire sunlight fort 3 days afte installation. Please wait at least three (3) weeks before washing or driving your vehi ents suc n t, snow, or i We recommend bi-weekly handwashing with a soft sponge, rag, or micro a only. Remo and bir p i immediately as these can stain the wrap. To remove bugs and bird droppin s, a ern and e off ut scraping. h pressure, power washing, car washes, and be careful never to use an ice a indow raph s. SV g jets can cause the yl to lift at the seams, and brushes and bristles can scratch your viny Als , voi ha the ofiy kind as the can de rate the laminate on the vinyl adhesive and cause the colors to fade a are specially dej d produ�(S t and polish vinyl graphics if needed. `` DO NOT EVER wax or clay bar your vinyl -wrapped vehicle. Doing so I degrade ur vi I a% shorten th ur wrap. Waxing or using a clay bar will also cause the vinyl material to turn yellow and crack. n RETURNS: 50 % deposit is non-refundable. If the job is canceled or the custo r as not wa for any reason, 50 deposit is non-refundable, and the customer will be charged an a nal%5° estockin fe if th involved a specialty vinyl. SINCE THESE PROJECTS ARE CUSTOM INSTALLED T 175TOMERS SP NS, ONCE THE VINYL IS INSTALLED, ALL CONTRACTS ARE FINAL AND NO MONET E U S WILL BE I i CHOICE OF LAW / JURISDICTION / VENUE: The customerInd r ology hereb .) this agreement will be deemed for all intent and purposes to be fully executed and perfor in the a of Arkans an ill be governed by Arkansas law. THE CUSTOMER AND WRAPOLOGY EXPRESSLY AND IRREVOCAB Y AGREE BJECT TO PERSONAL JURISDICTION IN THE STATE OF ARKANSAS IN ANY CONTRONEFASY THAT MAY ARTS RE T�G TO THIS AGREEMENT AND AGREE THAT VENUE IN WASHINGTON COUNTY, AFW,*AS WILL BE A NIE PLACE FOR ANY TRIAL. FURTHERMORE, CUSTOMER AND WRAPOLOGY ACKNOWLEDGE AND AGREE THAW THIS OICE OF LAW AND VENUE ARE MATERIAL CONDITIONS PRECEDENT TO ENTERING INTO TH; AGREEM (({{ any�ortion of this agreement is determined to be invalid, it is the express intention of the parties that all of the ainin9 vis ns ereof will continue in full force and effect. ENTIRE AGREEMENT: The quote and these terms and conditions kstitute the entire agreement between the parties and will supersede all proposals or prior agreements, oral or written, and all other communications between the parties relating to the subject matter of this agreement. This agreement may not be amended excepting in writing, executed by the duly authorized representatives of both parties. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on customer's formal order will not be binding. The customer acknowledges that have read, understand and hereby agree and accept these prices, fees, charges, use of images, specifications and conditions stated herein and authorize Wrapology to perform all work as specified. Customer has also been presented with and has read and understands the color matching criteria and has selected the appropriate method for the design. Customer understands that Wrapology cannot guarantee the quality of any artwork that is not set-up by Wrapology. Thank you for taking the time to review all the situation variables that can potentially be encountered when working with vehicle wrap jobs. The proper care, maintenance & precautions of your vehicle wrap will allow for years of great looking advertising on your vehicle for everyone to enjoy. Please feel free to contact us if you have any concerns or are unclear on any of the above mentioned vehicle wrap terms and conditions. We will gladly assist you with answering or to helping to explain anything you do not clearly understand about our vehicle wrap design, manufacture & installation service. We reserve the right to refuse service to anyone. Downpayment (50.0 %) $59.86 SIGNATURE: DATE: PRINTED ON FRI, 06/02/2023 03:43 PM BY A CREATED BY A 4/4 Wrapology LLC 4707 E Mission Blvd Fayetteville, AR 72703 andrew@WrapologyAR.com (479) 368-6490 www.wrapologyar.com Quote 2923 Package C: Rebranding ORDERED BY City of Fayetteville - Fleet Operations SALES REP INFO Stan Jackson stan@wrapologyar.com CONTACT INFO Ross Jackson Rjackson@fayett It.gov (479) 879-6221 QUOTE DATE Tue, 05/30/2023 QUOTE EXPIRY DATE Thu, 06/29/2023 TERMS Net 30 NW ITEM QT U 'U.PR `L (EXCL. TAX) 3.1 Complete replacement of City decal including rem rial � nit $20,550.00 (City of Fayetteville Primary Logo - Stacked (10")), and ation. 3.1 ♦ G Complete replacement of City decal including remov A� ` material (City of Fayetteville Primary Logo - Stacke and installation. � A Removal of existing graphics on 200 veh les and 'Zingl new City Decals on 200 decals. Quoted a 1 hi vehicle $55/hr 3.2 Complete replacement of City d`eincluod val, material 100 Unit $98.68 (City of Fayetteville Primary Logo - Stacked installation. 3.2 Complete replacement 9LN� decal in ual, material (City of Fayettev a ary Lo - ked (8")), and * installation. 1 $9,868.00 TAXABLE N N PRINTED ON FRI, 06/02/2023 03:45 PM BY A CREATED BY A 1/3 QUOTE 2923, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 *Attached to this are terms and conditions which are incorporated herein by Subtotal: $30,418.00 reference and made a part hereof as if set forth word-for-word. Customer's Sales Tax (9.75%): $0 signature hereon constitutes their affirmation that they have read and understand Total: $30,418.00 this quote and the terms and conditions, and that they agree to be bound by same. All prices are fixed for 30 days from the quotation date. Should there be any changes in the cost, we will advise the customer of any price changes prior to the start of the contract. A 50 % non refundable deposit is required with the Sales Order confirmation. Deposits are due prior to commencement of production. Final payment is due when invoices are sent. RETURNS: 50 % deposit is non-refundable. Once vinyl is installed all sales are final and there is no refunds or warranty. See terms and conditions for further explanation. We cannot accept responsibility for damages or loss of any kind resulting from the sale, installation, or delivery of our products. Wrapology does not accept returns. All products are manufactured to the customer's specifications and cannot be returned for a refund. All sales are final and no return will be accepted. Design proofs and order specifications will require client approval before production can commence. Once the production begins, changes to the order are not permitted without incurring additional cost. Due date on the order is based on proof approval within 24 hours from when it is received. We will do everything possible to adhere to the times and dates established, but cannot accept any liability for loss caused by failure to deliver and complete on time, whatever the cause for delay. TERMS AND CONDITIONS GENERAL GUIDELINES: Although discussed more in depth later in these terms and conditions, Wrapology would generally identify and set forth the following guidelines for all wrap projects: 1) Door handles will not be wrapped. 2) On vans, busses, and large vehicles, bumpers will not be wrapped. 3) Wheel wells will not be wrapped. 4) Running boards will not be wrapped. 5) Severe channel areas will not be wrapped to prevent wrinkling, lifting and bubbling. 6) There will beseams and overlaps. 7) The vinyl may y lift in difficult areas. 8) There could be bubbles & winkles in difficult areas. 9) Final color may slightly print different than the digital proof 1) There may bandwidth on prints visible close proximity. 11) Reprints mayy also be slightly different shade from last print. 12) Templates are mock-ups, vinyl placement may be different due to curvature and size. THE CUSTOMER EXPRESSLY UNDERSTANDS AND AGREES TO THE FOREGOING UNLESS OTHER E REED BY THE PARTIES IN WRITING IN THE QUOTE. PRE -INSTALLATION REQUIREMENTS: Before drop-off, customer shall wash the vehicle using soap an water ONLY. Even thou Wrapology preps and cleans the vehicle prior to install, wax and other chemicals will prevent the vinyl fr icking to th6e?the vehicle. DO NOT WAX OR CLAY BAR THE VEHICLE. Any wax or other chemicals left on vehicle axing a or 11willresult in bubbles, and the vinyl will not cure properly. The customer agrees that Wrapology will not held liable will not stick and cure properly due to wax or other chemicals being used before installation. ere w e an addii c rqe of Fifty Dollars ($50.00) if Wrapology has to wash your vehicle prior to install. INSTALLATION: Wrapology only guarantees final prints that are designed and set u logy. If we are aEe?%to cover existinZQ vinyl decals, the customer agrees that Wrapology will not be liable for any dam during the installation r remov ss to those decals. Wrapology does not offer any warranty on wraps. However, ap gy will, if r sonably gossible, offe in at little or no cost to the customer on a case -by -case basis. What is reaso I n hat const teg a mi)or fix, will b d at the sole discretion of Wrapology. ` A Wrap is NOT paint. There may be extreme curves, deep Chan dings on the vehic at Ae it be able to conform to. In some small areas the customer will see evidence o on in color of the vehicle. Tha nclude, but are not limited to, around door handles and the edges of the lights. e customta ds and agris unavoidable and does not constitute a defect in the product or workmanship. A v hicle wr ma b�pplying 50 inch vertical or horizontal panels of vinyl. There will be one (1) inch seams where the panel t. ustomer un dagrees that this s unavoidable and does not constitute a defect in the product or workmanshi O c mplex design, o h many matching points, Wrapology cannot guarantee that the graphics will match 100 % align t o the e;t ry ihnplex curves on the vehicle. A 10 % margin is considered acceptable on these types of projects. ((�` ``//�� Proofs are created on a flat surface and viewed at a relatively roe on mputer scre and printed paper. In cases of curves, door handles, deep grooves, rubber moldings/trim and in other ea on- -spot adjustor isrrpy be made by the installer to assure maximum readability or alignment. The customer understands and s that these fustmeffts will be made at the sole discretion of the installer based on his knowledge and experience will n e discussed pth e to with the customer unless otherwise agreed in writing. In many cases there are slight differen een the printed apt roof and the 3-dimensional curved vehicle wrap. This can vary up to several inches. The cus a nd tands and s t th11► is unavoidable and does not constitute a defect in the product or workmanship. This is ng/1�� ssary, a t wrab�ds to be designed with this in mind. It is not reasonable to expect vinyl wrap to cover and I k exactly Iik It i also not reasonable to expect that the wrap will look the same in every light or location. A piece of viny limits a a nl etch so much before it changes color or will bubble up. In some cases, a relief cut may have to be made into the vinyl that veal a small amount of the original vehicles paint color under the vinyl. In some cases, a patch needs to be installed to conceal the ehicle's original color. It is the only option. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. Areas under door handles, mirrors, behind gas caps, and inside door frames will not be wrapped unless agreed upon in writing in the quote. If Wrapology wraps extremely curved surfaces, such as mirrors and bumpers, they may reveal the original paint color at the tight edges of the wrap. This is due to material limitations, and NOT install quality. Wrapology cannot, and does not, warranty the areas of a vehicle with extreme curves. The customer understands and agrees that they assume sole risk if they choose to wrap mirrors or other very tight curves. Wrapology will make the client aware of these areas before we begin the design, but it is at the sole discretion and risk of the customer. Wrapology prefers to use our facility for installation. If Wrapology is installing at the client's nominated location, suitable conditions must exist. Wrapology reserves the right to postpone or require a different location for the install if the working conditions could materially affect the quality or longevity of the wrap. Vehicles need to be indoors, in a clean, dust free temperature -controlled environment. There must be a power supply and good quality lighting, as well as a minimum of 5 feet workspace around the entire vehicle. If, in the sole opinion of the senior installer on site, conditions are not suitable for a high -quality install of the wrap, the vehicle will be required to go to one of our nominated install locations. If customer demands to have installation performed at their location even after consideration of the foregoing, Wrapology will not be held liable for any issues related to improper install conditions, including, but not limited to, temperature or dust. Wraps are self-adhesive vinyl that will only adhere well to catalyzed vehicle paint and glass. Poor surface paint or clear coats will not allow the vinyl adhesive to stick properly, which could cause the adhesive to fail. It is the responsibility of the vehicle owner to bring in a vehicle that is ready to be wrapped. If Wrapology determines that the vehicle is not in a condition to be wrapped, but the customer insists that the project be completed, the customer takes full responsibility for the longevity and life expectancy of the wrap. The customer understands and agrees that Wrapology will not be responsible for a failed wrap under these circumstances, and the customer agrees to hold them harmless thereon. Extreme curves and deep pockets may exceed the limits of how far the wrapping material can stretch. Again, a wrap is not paint. PRINTED ON FRI, 06/02/2023 03:45 PM BY A CREATED BY A 2/3 QUOTE 2923, CITY OF FAYETTEVILLE - FLEET OPERATIONS, 05/30/2023 The wrap is a special, pressure sensitive vinyl material. Furthermore, vehicles are not at exact right-angle curves. Vehicles maintain lines that are not 100 % parallel to the ground. Due to this fact, the graphics that are 2D printed will not beat the exact same angle as the vehicle lines once the wrap is installed onto the 3D vehicle surface. Due to the limitations and the sensitivity of the various substrates, the customer understands it is impossible to reproduce all colors perfectly or without some variation. The customer specifically understands that when Wrapology wraps over existing vinyl strips or letters, the new wrap is so thin on top that there will be evidence that there is old vinyl underneath the new vinyl. The customer understands and agrees that this is unavoidable and does not constitute a defect in the product or workmanship. To ensure colors are printed correct, the customer is responsible for providing Pantone color specs, color samples, and for requesting that Wrapology print color samples on vinyl material before production. The customer understands and agrees that Wrapology is not liable for color match prints and low -resolution prints unless customer provided Pantone color specs, vector files, high -resolution images and has asked for printed samples. Failing to do so will result in extra charge to re -print and re -wrap. The mock-up is a color rendition generated by a computer and all computer monitors are calibrated differently. Computer monitor colors may vary slightly from the actual print on vinyl material. CMYK and/or PANTONE colors have to be provided by customer for best color results. When the customer supplies their own artwork, they must make sure it is high -resolution — at least 300 DPI (dots per inch) or a vector and sent in a file format such as, .tiff, .pdf, .eps, or .ai. The customer should never send logos or images taken from your website or a business card, as they offer poor resolution and quality. Remaking logos and acquiring higher resolution images will result in higher costs for the design. The customer agrees that Wrapology will not be held responsible for any damage caused through the application of the vinyl products, nor shall Wrapology be held responsible for the voiding of any vehicle warranty. Wrapology shall also not liable if the vehicle's clear coat or paint begins to peel off during the installation of a wrap. It is not a good idea to rush the install process, as many things can go wrong. Wrapology reserves the right to take additional time during the installation process to account for any issues that may arise. ONCE INSTALLED PRINTED VINYL MATERIAL IS INTENDED TO BE VIEWED FROM A DISTANCE OF SIX (6) FEET FROM THE VEHICLE. REMOVALS: All removals are quoted separately. Wrap removal can be very time consuming. Wrapology charges by the hour for the labor. Wrapology will not be responsible for any paint, clear coat, or existing striping damage when we do a removal. Wrapology /► shall not be responsible for damage to paintwork when the vinyl is removed. Wrapology does not advise application of vinyl on a `(/✓� re -sprayed surface, or poor quality/rusted paintwork. Please note, our experience shows that removal of vinyl designed for vehicle —� wraps from good quality, factory original paintwork, will not damage the paintwork. However, it is the duty and responsibility of the owner of the vehicles to ensure suitability of the existing surface before it is wrapped. WARRANTY & MATERIALS: Wrapology makes no representations and extends no warranties of any kind, either express or implied, �\ ) including, but not limited to, warranties of merchantability, fitness for a particular purpose, or any other warra ich may otherwise V be attached by operation of law. Wrapology does not offer warranties due to the unknown of what may h e the vehicl A wrap leaves our control. It is the responsibility of the customer to perform a full walkaround of the vehicle an i m lately ad e of ��\//A]► any questions or concerns BEFORE leaving the lot. Wrapology reserves the right to review and handle e ch cla�a case-b se basis at our sole discretion. AFTER CARE: The longevity of the wrap and/or graphics will depend upon the customer's care h e le, wher it i t and ` the outdoor/geographic conditions. Although vinyl manufactures typically guarantee the materp to 5 yea -end material 7 to 10 years, the actual lifespan of a vehicle wrap could be considerably less dep i o e weather care. Once applied, it will take approximately 30 days for the wrap to cure. Keep the car ire sunlight fort 3 days afte installation. Please wait at least three (3) weeks before washing or driving your vehi ents suc n t, snow, or i We recommend bi-weekly handwashing with a soft sponge, rag, or micro a only. Remo and bir p i immediately as these can stain the wrap. To remove bugs and bird droppin s, a ern and e off ut scraping. h pressure, power washing, car washes, and be careful never to use an ice a indow raph s. SV g jets can cause the yl to lift at the seams, and brushes and bristles can scratch your viny Als , voi ha the ofiy kind as the can de rate the laminate on the vinyl adhesive and cause the colors to fade a are specially dej d produ�(S t and polish vinyl graphics if needed. `` DO NOT EVER wax or clay bar your vinyl -wrapped vehicle. Doing so I degrade ur vi I a% shorten th ur wrap. Waxing or using a clay bar will also cause the vinyl material to turn yellow and crack. n RETURNS: 50 % deposit is non-refundable. If the job is canceled or the custo r as not wa for any reason, 50 deposit is non-refundable, and the customer will be charged an a nal%5° estockin fe if th involved a specialty vinyl. SINCE THESE PROJECTS ARE CUSTOM INSTALLED T 175TOMERS SP NS, ONCE THE VINYL IS INSTALLED, ALL CONTRACTS ARE FINAL AND NO MONET E U S WILL BE I i CHOICE OF LAW / JURISDICTION / VENUE: The customerInd r ology hereb .) this agreement will be deemed for all intent and purposes to be fully executed and perfor in the a of Arkans an ill be governed by Arkansas law. THE CUSTOMER AND WRAPOLOGY EXPRESSLY AND IRREVOCAB Y AGREE BJECT TO PERSONAL JURISDICTION IN THE STATE OF ARKANSAS IN ANY CONTRONEFASY THAT MAY ARTS RE T�G TO THIS AGREEMENT AND AGREE THAT VENUE IN WASHINGTON COUNTY, AFW,*AS WILL BE A NIE PLACE FOR ANY TRIAL. FURTHERMORE, CUSTOMER AND WRAPOLOGY ACKNOWLEDGE AND AGREE THAW THIS OICE OF LAW AND VENUE ARE MATERIAL CONDITIONS PRECEDENT TO ENTERING INTO TH; AGREEM (({{ any�ortion of this agreement is determined to be invalid, it is the express intention of the parties that all of the ainin9 vis ns ereof will continue in full force and effect. ENTIRE AGREEMENT: The quote and these terms and conditions kstitute the entire agreement between the parties and will supersede all proposals or prior agreements, oral or written, and all other communications between the parties relating to the subject matter of this agreement. This agreement may not be amended excepting in writing, executed by the duly authorized representatives of both parties. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on customer's formal order will not be binding. The customer acknowledges that have read, understand and hereby agree and accept these prices, fees, charges, use of images, specifications and conditions stated herein and authorize Wrapology to perform all work as specified. Customer has also been presented with and has read and understands the color matching criteria and has selected the appropriate method for the design. Customer understands that Wrapology cannot guarantee the quality of any artwork that is not set-up by Wrapology. Thank you for taking the time to review all the situation variables that can potentially be encountered when working with vehicle wrap jobs. The proper care, maintenance & precautions of your vehicle wrap will allow for years of great looking advertising on your vehicle for everyone to enjoy. Please feel free to contact us if you have any concerns or are unclear on any of the above mentioned vehicle wrap terms and conditions. We will gladly assist you with answering or to helping to explain anything you do not clearly understand about our vehicle wrap design, manufacture & installation service. We reserve the right to refuse service to anyone. Downpayment (50.0 %) $15,209.00 SIGNATURE: DATE: PRINTED ON FRI, 06/02/2023 03:45 PM BY A CREATED BY A 3/3 A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/04/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT Kt Ammons NAME: StateFarm PHCNN Ex : 479-273-7719 FAX, No: 479-271-9905 DeWayne Trichell ADDRESS: Kt@Trichell.net INSURERS AFFORDING COVERAGE NAIC # 202 N Walton Blvd Ste 10 INSURERA: State Farm Fire and Casualty Company 25143 Bentonville AR 72712 INSURED INSURER B : State Farm Mutual Automobile Insurance Company 25178 INSURER C : INSURER D : Wrapology, LLC INSURER E : 4707 E Mission Blvd INSURER F : Fayetteville AR 72703 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X CLAIMS -MADE OCCUR N N 94-BY-J533-0 03/03/2023 03/03/2024 EACH OCCURRENCE $ 2,000,000 DAMAGE TO PREM SES Ea oc'u ence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY PRO- JECT ❑ LOC OTHER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY N N 04-1466-E64 04-1466-000 03/03/2023 03/03/2023 09/03/2023 09/03/2023 COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE Per accident $ 1,000,000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N 94-BY-J536-7 03/03/2023 03/03/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A PER I OTH- STATUTE I I ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville AUTHORIZED REPRESENTATIVE Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001486 132849.13 04-22-2020 A�ORO WRAPOL001 C CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/2/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT SK Iar BIa , CISR NAME: y y INSURICA - Tulsa PHONE FAX 406 S. Boulder Ave. Suite # 500 (A/C, No, EXt): (918) 346-6968 (A/C, Na):(918) 660-0836 Tulsa, OK 74103 ADDRESS: Skylar.Blay@INSURICA.com INSURED INSURER B : United States Liability Insurance Company 25895 Wrapology, LLC INSURERC: 4707 E Mission Blvd INSURERD: Fayetteville, AR 72703 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LT R INSD WVD MM/DD/YYYY MM/DD/YYYY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any oneperson) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JE0 LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY Perperson) $ BODILY INJURY Per accident $ cc Z AMAGE P.rrPROPER $ UMBRELLA LIAB EXCESS LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ FMand tory in NH) EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS below N / A 753892-AR 2/15/2023 2/15/2024 X PER OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT 1,000,000 $ B Professional Liab SP1575910A 8/5/2022 8/5/2023 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fayetteville Y Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 4707 E. Mission Blvd Fayetteville, AR 72703 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CITY OF FAYETTEV I LLE ARKANSAS BID TABULATION Bid 23-20, Vehicle Decals DEADLINE: Tuesday, June 6, 2023 at 2:00 PM Wrapology SignArtists Inc Best Sign Group $40,774.13 $119,273.00 $7,793,427.60 Total Line# Description QTY UOM Unit Extended Unit T Extended Unit Extended Package A: Police Vehicles $10,242.07 $33,212.50 S542,949.80 1.1 Complete Upfit 20 Vehicle $487.67 $1,610.00 $27,092.00 1.2 Police Stripe 1 Decal $230.39 $600.00 $244.80 1.3 Badge 1 Decal $53.95 $55.00 sis.00 1.4 Unit Numbers 1 Decal $22.12 $22.50 $15.00 1.5 "To Protect and To Serve" 1 Decal $34.96 $40.00 $15.00 1.6 "Fayetteville Police 911" 1 Decal 18.56 $55.00 $25.00 1.7 "www.fayetteville-ar.gov" 1 Decal S17.70 $65.00 $25.00 1.8 Decallnstallation/Removal 1 Hour $110.00 $100.00 $660.00 1.9 lVehicle Pickup/Delivery 1 Hour $1.001 $75,001 5110.00 Package B: Miscellaneous Decals S114.06 $560.50 $477.80 2.1 City of Fayetteville Primary Logo - Stacked (10" Icon with Typography) 1 Decal $12.96 $65.00 $45.00 2.2 City of Fayetteville Primary Logo - Stacked (8" Icon with Typography) 1 Decal S&24 $55.00 $45.00 2.3 City of Fayetteville Primary Logo - Horizontal (10" Icon with Typography) 1 Decal $13.90 $65.00 $45.00 2.4 City of Fayetteville Primary Logo - Horizontal (8" Icon with Typography) 1 Decal S&98 $55.00 $45.00 2.5 City of Fayetteville Icon (4") 1 Decal $0.70 $20.00 $25.00 2.6 Unit Numbers - Black (2") 1 Decal $1.06 $10.00 $15.00 2.7 Department Name - Black (2") 1 Decal S2.03 $25.00 $15.00 2.8 Reflective Striping (21 1 Foot 2.00 $5.50 $52.80 2.9 Decallnstallation/Removal 1 Hour SS.00 $100.00 55.00 2.10 Vehicle Pickup/Delivery 1 Hour $75.00 $110.00 2.11 Fayetteville Fire Department Shield (8.75") 1 Decal $85.00 $25.00 Package Q Rebranding $30,418.00 $85,500.001 57,250,000.00 3.1 Removal and Replacement: City of Fayetteville Primary Logo - Stacked (10" Icon with Typography) 200 Vehicle 302.75 $295.00 $29,000.00 3.2 Removal and Replacement: City of Fayetteville Primary Logo -Stacked (8" Icon with Typography) 100 Vehicle S99.681 S265.00 S14,500.00 Deemed Unre:ponsivc Digitally signed by Kenny Fitch Kenny F i t c h Date: 2023.06.06 16:22:18 -05'00' Kenny Fitch, Purchasing Agent Amanda Beilfuss Digitally signed by Amanda Beilfuss Date: 2023.06.06 16:27:48 -05'00' Amanda Seilfuss,5r Purchasing Agent Bid 23-21- Page 1