Apparatus Tires: The Contractor shall furnish necessary supervision, labor, tools, parts, equipment, and location required to perform inspections, maintenance, and repairs of MFR fleet of heavy-duty vehicle tires. 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. • Repair: Tire repair shall include dismount, remount, new valve stems, alignment, and balancing. Services shall include visual inspection for cracks, burrs, pits, elongated stud holes, distortion of rim, excessive rust, bead surface wear, and mounting surface wear. All repairs must be performed by a certified technician and in accordance with the latest tire industry standards. All nail hole repairs must be performed with a textile cord-reinforced patch and appropriate filler, i.e., high compression plug. 3. COORDINATION OF ACTIVITIES: The proposer must coordinate all activities under a resultant contract award with City Fire Department staff. Prior to repairing or replacing any equipment or parts, the proposer shall provide a written estimate stating what work is to be done, the parts that will be required, the 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, the 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. • The proposer agrees to guarantee all work performed. • Proposer further agrees to replace all components that fail or do not perform according to the manufacturer’s specifications during the warranty period. • The Proposer agrees to redo all work that fails, 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: The proposer shall specify hourly labor rates and the number of labor hours that will be charged for the specific service.