Specifications include, but are not limited to: 6.1 Fort Bend County intendsto award a "turn key" contract fordesign and installation of vinyl bus wraps. Awarded contractor will work with FBC staff to create a multicolor bus wrap design for the public transportation fleet. Design to consider existing branding used by FBC as well as development of wrap designs for differing sizes and types of vehicles. Awarded contractor is to provide design services, manufacturing and installing of the vinyl bus wraps. It is anticipated that a minimum of ten (10) vehicles and a maximum of one-hundred (100) vehicles will be wrapped during the term of the contract. FBC anticipates a five (5) year contract term. 6.2 Design Service 6.2.1 Contractor is to create a consistent brand identity for Fort Bend County Public Transportation. 6.2.2 Contractor must provide graphic design work for vehicle wraps. This design should easily be used on other applications such as: ads, brochures, posters, logo, and/or merchandise design. 6.2.3 Contractor is required to work with Fort Bend County Public Transportation on design and content specifications. 6.2.4 It is the intent of Fort Bend County to obtain an initial design which will be used throughout the contract period. Pricing for design work is not to be included in the price per vehicle for the bus wraps. It should be priced as a separate, one-time cost for design work. 6.2.5 It is possible that design changes may be requested during the contract period either because of new marketing initiatives and/or because of vehicle body design changes. A separate cost per hour for design editing services should be priced for these services. The number of hours required for this service will be negotiated at the time the service is requested and incorporated into the contract via a contract amendment. 6.2.6 For evaluation purposes, Contractors must utilize the Contractors Price Worksheet provided with the bid document. Supplemental pricing information or detail can be provided as separate attachments. 6.3 Materials and Installation 6.3.1 Depending upon the method (Solvent and UV Screen Printing or Piezo Inkjet Printing) used to apply the printed graphics (see attached color spec sheet), the contractor is to use the most suitable material. All substitutions/equivalents must be approved by Fort Bend County. 6.3.1.1 3M Controltac Graphic Film with Comply Adhesive or approved equivalent with MCS Warranty. A 2-mil, vinyl film with a removable, pressure-activated, repositionable adhesive with airrelease channels and with pre-mask for all painted surfaces. 6.3.1.2 3M Scotchcal Perforated Window Graphic Film or approved equivalent with MCS Warranty. A 4-mil calendered vinyl films which allows a full image to be seen on the outside while allowing viewing through windows from the inside. A removable, first surface film with pre-mask for all glass, rubber & metal window surfaces. 6.3.1.3 3M Scotchcal Luster Overlaminate or approved equivalent and pre-mask. A luster finish product to protect the entire wrap and enhance colors with just a soft polish type of gloss which is good for all lighting conditions. 6.3.2 Contractor is to provide a five (5) year warranty. 6.3.3 Contractor must be a 3M certified installer or certified installer of approved equivalent. 6.3.4 Wraps will be trimmed to fit around all obstructions. 6.3.5 Contractor responsible for insuring bus is clean prior to installing wraps. 6.3.6 Contractor to provide the installation location for installing wraps that meets manufacturer requirements for an installation facility. Fort Bend County will not provide a facility. Proposal submissions are to detail manufacturer requirements for the installation facility and certification from the Contractor that the facility proposed for use meets or exceeds the manufacturer requirements. The facility proposed must be within 50 miles of Sugar Land, Texas. It is preferred that facility location be included in the proposal submission. Facility location must be approved by Fort Bend County. If not included with proposal submission, facility location must be provided within seven (7) business days of award notice. 6.3.7 Contractor is advised that the fleet involved in this project is Fort Bend Countys first line fleet used in daily operation. Fort Bend County has a limited number of spare vehicles available to continue service while wrap installations are taking place. As such, a minimum out of service time is desirable. Fort Bend Countys preference is for wrap installations to occur when the transit fleet is not in use (after 8 p.m. weekdays or anytime on weekends). Fort Bend County understands that wrap installation time will vary per vehicle size/shape. A no later than turn-around time to complete installation is required and will be negotiated relative to vehicle size/shape. Failure to meet the negotiated turn- around timeframe will result in a percentage deduction from the cost of installation. This percentage will be negotiated however Contractor shouldexpect this percentage to be as little as 5% and as high as 20%. If unable to complete installation on weekday evenings and on weekends, contractor to submit detailed proposed solution. 6.3.8 Contractor must coordinate vehicle transfers with Bend County Transportation Operations and the Countys operations contractor. As the fleet is used in daily service, Contractor should expect vehicle availability for transfer to installation location or return to Fort Bend County to be outside of normal business hours. 6.3.9 All existing FBC markings, ADA Handicap (or other) decals, logos, unit numbers or previous wraps must be removed prior to new wrap being installed.