Emergency Vehicle Upfitting: The Contractor shall furnish necessary supervision, labor, tools, parts, equipment, and location required to perform customized upfitting of MFR emergency and non-emergency vehicles, such as a utility vehicle, pumper, truck, or command unit, to meet department-specific operational and regulatory requirements. This includes the integration of emergency lighting and siren systems compliant with NFPA and DOT standards, communication equipment installation (radios, antennas, MDTs), and power systems such as inverters, shorelines, and battery chargers. Custom fabrication is performed to install storage solutions, mounting hardware for tools and SCBAs, and control panels. Reflective graphics and department branding are also applied, ensuring high visibility and unit identification. The upfitting process includes quality assurance testing, compliance verification, and documentation delivery (schematics, manuals, warranty). HVAC modifications and intercom systems may be added if specified. Work is scheduled with defined start and completion dates, with progress updates provided throughout. Certain components, like radios, may be provided by the customer. All installations are designed to maintain NFPA compliance while enhancing vehicle functionality, safety, and readiness. 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 period, at no cost to the City. 8. COSTS: Proposer shall specify hourly labor rates, and the number of those labor hours that will be charged for the specific service.