Fleet Maintenance and Repairs – Light Duty Vehicles: The Contractor shall furnish necessary supervision, labor, tools, parts, equipment, and location required to perform inspections, maintenance, repairs, and testing of the MFR fleet of light duty vehicles. All services performed by the Contractor must be conducted by qualified service personnel trained and authorized to do the work; mechanics at work shall maintain industry certifications and be qualified to perform maintenance and repairs to vehicle components/systems. It is the expectation of MFR, as described herein, that the Contractor shall provide superior customer service and timely maintenance and repair services to correct deficiencies and return the vehicle to an in-service status. • Maintenance: Includes fluid and filter replacements on motor engines, tune ups, brake and belt replacements, and service common to mechanical and electrical systems. The activities are typically in accordance with the original equipment manufacturer's recommended services. • Repair: Includes replacement of defective or failed parts, and modifications to vehicles. Repair or replacement of engine, transmission, and power train. • Other Services: Includes safety checks, roadside assistance, testing, and cleaning. • Testing: The contractor will conduct a driving or appropriate operations test on all vehicles that have had a safety-related repair. Safety-related repairs include brakes, steering, awning, stabilizing foot, and leveler arms. 3. COORDINATION OF ACTIVITIES: Proposer must coordinate all activities under a resultant contract award with City Fire Department staff. Prior to repair or replacement of any equipment or parts, the proposer shall provide a written estimate stating what work is to be done, parts that will be required, time required and the cost for doing the work. A representative from the City must approve the work and related costs prior to the commencement of work. 4. LOCATION OF WORK: When work is performed at the Proposer’s site, City will schedule and deliver vehicles for services when possible; however, if a staff member cannot take the vehicle to the Proposer’s site, or a vehicle cannot be drive because of needed repair, the Proposer may be required to pick up the vehicle. If the vehicle is inoperable, a tow truck or other conveyance vehicle will be utilized at the City’s expense. 5. SERVICE TECHNICIANS: It is the expectation of the City that the technicians servicing the fleet of vehicles are all ASE certified and anyone who works on fire department vehicles carries all proper certifications. 6. ACCEPTANCE OF COMPLETED WORK: The City will determine if the service work that is done is acceptable. If the work does not meet their requirement, Proposer must take whatever remedial action is necessary to meet the requirements. All remedial work shall be done at the Proposer’s expense. 7. WARRANTIES: Products and services furnished to the City under any purchase agreement resulting from this RFP shall be covered by the most favorable commercial warranties the supplier or manufacturer gives to any customer for the same or substantially similar products, and the rights and remedies so provided are in addition to, and do not limit, any rights afforded to the City by any other article in the agreement and any subsequent agreement. Such warranties shall be effective upon acceptance of the products and services by the City Fleet Representative(s). Specifically, • All parts, equipment, and other materials and workmanship furnished by the Proposer shall include the manufacturer’s warranty for replacement. • Proposer agrees to guarantee all work performed. • Proposer further agrees to replace all components which fail or do not perform according to the manufacturer’s specifications during the warranty period. • Proposer agrees to redo all work which fails or causes a failure or does not perform according to the City’s specifications during the warranty p