Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2023-248 - 11/14/2023 - Approved
DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 SC �a a� H SUPPLY AGREEMENT NO. 5060 OEM Ford Parts or Equivalent Parts for Fleet 1852 THIS OEM Ford Parts or Equivalent Parts for Fleet Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Arnold Oil Company ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide OEM Ford Parts or Equivalent Parts for Fleet in response to Request for Bid No. 5060 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide OEM Ford Parts or Equivalent Parts for Fleet in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (A) The Term of this Agreement is one year beginning on the date provided in the Notice to Proceed from the Contract Administrator or the City's Procurement Division. The parties may mutually extend the term of this Agreement for up to two additional one-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $300,000.00, subject to approved extensions and changes. Payment will be made Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Benjamin Sanchez Asset Management - Fleet Division 361-826-1959 BenjaminS@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Contractor until such time as the products are delivered and accepted by the City. Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Benjamin Sanchez Title: Parts Foreman Address: 5352 Ayers St., Bldg. 313, Corpus Christi, Texas 78415 Phone: 361-826-1959 Fax: 361-826-4394 IF TO CONTRACTOR: Arnold Oil Company Attn: Daryl Holliday Jr. Title: General Sales Manager Address: 5422 Ayers St., Corpus Christi, Texas 78415 Phone: 361-884-6621 Fax: 361-883-8977 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 CONTRACTOR ^w^^^DocuSigned by: Signature: Jonathan Arnold Printed Name: Title: vP Date: 10/20/2023 CITY OF CORPUS CHRISTI DocuSigned by: _.. M2023-164 Joni iron ey Authorized By Assistant Director of Finance - Procurement 11/14/2023 Council Date:11/30/2023 Ds DS /s Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule ATTEST: Attachment C: Insurance Requirements DocuSigned by: Attachment D: Warranty RequirementsE, Rebecca Huerta Incorporated by Reference Only: City Secretary Exhibit 1 : RFB No. 5060 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: EF1C698E-8A9D-415C-AA89-4E4B21AB5484 ........................... . ........................ ............. SC 0 A CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM IiOORPOR RFB No. 5060 OEM Ford Parts or equivalent for Fleet Date: Authorized Bidder: Signature: 1. Refer to "Instructions to Bidders" and Contract Terms and 6�nditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, forthe purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. e. Bidder requires OEM Ford Parts or equivalent parts. If the bidder wants to bid other than OEM Ford Parts, the bidder must provide the description of part, manufacturer/brand, and part number for comparison purposes. Bidder must provide copies of additional information for all equivalent parts and submit with bid. Item Description OEM Ford Parts Equivalent Parts ,I Percen,' Discount Percent Discount from List Price from List Price I it Filter, Part #FA-1 884 % .................. it Filter- Equivalent of Part#1 % 2 it Filter, Part # FA-1902 '7o F- it Filter- Equivalent of Part# 2 0 ................... 3 it Filter, Part #FA-1927 it Filter- Equivalent of Part#3 it Filter, Part #FA-1796 Ar- Equivalent of Part#4 ia -7.o ��-------- --ir Filte------ —---------------------------------- Page--------------- ........................—--------------------........r-------------------- -------.....................................................- ...................................................................................... ,,Pqg—.!...-of 41.. .. ........................ DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Item Description OEM Ford Parts Equivalent Parts Percent Discount Percent Discount from List Price from List Price 5 —Blower Motor, Part # MM852 Blower Motor- Equivalent of Part#5 5 ao /0 6 Cabin Air Filter, Part # FP-92 % Cabin Air Filter- Equivalent of Part#6 % 7 Front Pads, Part # BRF-1475 Front Pads - Equivalent of Part#7 _34 -7. 8 Fuel Filter, Part # FD-4625aa % Fuel Filter- Equivalent of Part #8 00 % 9 Oil Filter, Part # FL-2124s % Oil Filter- Equivalent of Part#9 10 Oil Filter, Part # FL-2016 Oil Filter- Equivalent of Part#10 11 Rear Pads, Part# BRF-1 383 Rear Pads - Equivalent of Part#11 12 Front Pads, Part# BRF-1 922 Front Pads - Equivalent of Part#12 (7 13 Rear Pads, Part# BRF-1 903 Rear Pads - Equivalent of Part#13 33 7. 14 Stabilizer Bar Link, Part# MEF-350 % Stabilizer Bar Link - Equivalent of Part#14 "33 '7o 15 Stabilizer Bar Link, Part# MeF-351 % Stabilizer Bar Link - Equivalent of Part#15 % 16 Oxygen Sensor Part# DY-1292 Oxygen Sensor- Equivalent of Part#16 17 Oxygen Sensor Part# DY-1290 0 Oxygen Sensor- Equivalent of Part#17 Page 2 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Item Description OEM Ford Parts Equivalent Parts Percent Discount Percent Discount from List Price from List Price 18 Control Arm Assembly, Part # MCF-2392 Control Arm Assembly-Equivalent of Part#18 19 Control Arm Assembly, Part # MCF-2391 Control Arm Assembly - Equivalent of Part#19 r . 20 Spark Plug, Part #SP-546 Spark Plug - Equivalent of Part#20 Total of all'contracts for one'year will not exceed $500;000.00 *The Bidder must provide copies of catalog pages including the list price for each of the items which Bidder submits a discount on this bid form. Page 3 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Arnold Oil Co. Bid Schedule by Part Item# Description Part Number List Price OEM Price %Off Aftermarket Part# List Price Aftmkt Price %Off 1 Air Filter FA-1884 $26.49 $17.03 45.00% WIX46935 $45.09 $14.87 67.02% 2 Air Filter FA-1902 $65.27 $41.94 45.00% WIX 49902 $104.49 $22.98 78.01% 3 Air Filter FA-1927 $128.18 $82.37 45.00% WIX WA10679 $200.09 $66.01 67.01% 4 Air Filter FA-1796 $15.00 $8.23 45.00% WIX 46035 $40.09 $13.21 67.05% 5 Blower Motor MM852 $75.64 $47.54 38.00% TYC 700099 $112.33 $50.55 55.00% 6 Cabin Air Filter FP-92 $33.95 $21.81 45.00% WIX WP10266 $59.99 $19.79 67.01% 7 Front Pads BRF-1475 $116.67 $80.00 32.00% POW Z37-1611 $160.04 $66.68 58.34% 8 Fuel Filter FD4641 $132.71 $85.27 45.00% WIX WF10458 $219.99 $72.59 67.00% 9 Oil Filter FL-21245 $41.80 $26.86 42.00% WIX 57151 $69.89 $15.37 78.01% 10 Oil Filter FL-2016 $44.55 $28.62 42.00% WIX 57311 $78.19 $17.19 78.02% 11 Rear Pads BRF-1383 $91.65 $62.84 32.00% POW Z37-1612 $138.20 $57.58 58.34% 12 Front Pads BRF-1922 $166.67 $114.29 32.00% POW Z37-2229 $183.56 $76.48 58.34% 13 Rear Pads BRF-1903 $130.83 $89.71 35.00% POW Z37-2231 $102.72 $42.80 58.33% 14 Stabilizer Bar Link MEF-350 $58.73 $36.92 38.00% MOG K750616 $78.72 $32.80 58.33% 15 Stabilizer Bar Link MEF-351 $57.27 $36.00 38.00% MOG K750617 $78.72 $32.80 58.33% 16 Oxygen Sensor DY-1292 $100.18 $62.97 38.00% 17 Oxygen Sensor DY-1290 $59.09 $37.14 38.00% 18 Control Arm Assembly MCF-2392 $283.64 $178.29 38.00% MOG RK622215 $232.97 $102.78 55.88% 19 Control Arm Assembly MCF-2391 $285.45 $179.43 38.00% MOG RK622216 $232.97 $102.78 55.88% 20 Spark Plug SP-546X $20.55 $12.92 45.00% Page 4 of DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Stabilizer Bar Link Part Number: W150616 wawww�rr�r BUY€T HOW ► gET€7 ENS7AltEtl! Wf4ERE CO BUY► r i r �! ® ' n Backed by superior materials and rigorous testing,MOOG sway bar links deliver reliable performance you can count on.MOOG problem-solving innovations ensure fast,hassle- free installation. • EASY TO INSTA l .Vtcncb E€a(:..ensure easy:nsiaE(afion end rrxr.ovet • GRE ASEARLE SOf KE I Reduces<:oroston and wear by allowinq(sew tubri-act,a ftusb. contaminants • KEEPS DIRT AND INATEROUT--Sealed boot;hietdsirternatrompcn.,ntstromvnew eausdnq cont.ambaants • STRONG AND DURABLE: Thick conrnecting rod adds Strength•.•;hile metal be4,FM(,s and rubber pee€crad detiver tang We • PRI:MIUM MAT(RIALS--Marie from Elver-tittm mate;kilts tel tmrty-tattSng&pendabddy • RIGGROOS I€:51 ING f'o np;ehensive testing th,oughout design and de•,r,lap:nent prose„es by MOOG[ngtneo,s for quality you ,in =aunt on SPECIFICATIONS APPLICATIONS PASSENGER CAR&LIGHT TROCH Fcrd Erptorcr !.201!-21lf9 51>bitim,Bar 1111: Front Right t fcrE Fetic<I t <e Ptv Jt�t/ �pfi-2et9 -tablii:¢r gar link '.F«nt RigE! F Page 5 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Stabilizer Bar Link �rawrxrrwwswr Part Number: K750617 aUY 1T HUw ► GET 1T kHSTA!!E6► WHERE i0 8UY► Backed by superior materials and rigorous testing,MOOG sway bar links deliver reliable performance you can count on.MOOG probtem-solving innovations ensure fast,hassle- free installation. EASY TO INSTALL--Wiefwh Lets Wnmme rsy itvstalketion anti rerrovai GEIE ASEAE?l..l::SGCKE.I--Reduccas corrosion and wear by altlowing nev,lubricant to ttush t-ontainimint,, • KE(.PS`YRT AND Sh6kJFR OUT.-Seated boot shieids mle,nal component,.,,frons war-- causmg contaminants • `,T RGNi,r`+Nf3 IURAt#LE_. Thio+,cnnnnt;un:}n,d adds stienrt€h tvhi€.:rro,t;i€boartnG and rubber preload debvei tonna€ite • PREMP M MAHRIALS RIALS -Made frnn,premium mat.=.rials for tong-tastma dependabibly • RIGGROUS TE+TINE= Coriipreherisfee Pestmg throegtinut design and dew4opment Ixec:essas t+y F!t)O(i rnaireer�targktatitY Ynu can cotuit on SPECIFICATIONS APPLICATIONS PASSENGER CAR&LIGHT TRUCK ford Espterer pC':ga5c StabiGztr aar U,+. F r N,d Ra:ict--.W,t.tilnv <C.I.70.+. Sfxb.ixer ax li,k ...._- ;-.. _. _._. _.... _. Page 6 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Controt Arm and Batt Joint Assembly Part Number: RK622215 ...................._........_....................._............_....._..................._...__.-..................._........_...._..................._............_..................................... ....... _- BUY IT NOW► GET IT INSTALLED P WHERE TO BUY M k MOOG premium control arms for foreign and domestic nameplates are engineered for structural strength and corrosion protection. rfa • EASY TO INSTALL Pr e!is Ir-t tcleraacc f��eaey�n,tatlaN;n and vleenr�g al.illnrrsent g:Vmq you a perfect Rt right out of the box • HIGHi-'d PRECISE ENGINEEftINO--Opl;rnizrt€bushings€or quiet operstinlr and resi stence Ltr vwar,sal:,matt gl VIr'e and oi!.e • COMPREtlE:NSiVE COVi_RAC,[--Avaitabletorioreignanddrrmer,ti:;nameptates • LONG L IFE. Batt stud shape ensures fatique We,compensating for caa and smpension and addil g extra swing when you nerd it ENHANCED STRUCTURAL STRENGTH -lief Treated to matcft or exceed OE requil erre nts€n mhibitplematum failure • AGDE(7 E;ORRCIE;IiE'V f�EiO'iE.C116N--Ccaled steeds and,:coatrid cant iron and stee€ Control arms inh,W p:ernature deterioration SPECIFICATIONS APPLICATIONS PASSENGER CAR&LIGHT TRUCK tori EapEar<r 20`:F-10tc ¢eirsE Arm A•d MI).it Assemb3y rrs,t Right Eons Fard Pellet W -plat U,it ty Arn Aro Hatt)>in1 4ssernblY FrsRt R 0t t.scser Page 7 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Control Arm and Batt Joint Assembty Part Number. RK622216 aur iT ttow r GET IT INSTALLED► WHERE TO ear r MOOG premium control arms for foreign and domestic nameplates are engineered for structural strength and corrasion protection, • EASY 10 MMA[L--P;,) lsfan lotefanr-es(or easy tnstalla(ion ant{stv'eriny atiynfner�t Ong giving you a per feet fit right out of the box • ttlGft[..Y PIiE:f::l`i[:E:N€r'RII::E:ftIRl;--0s:trriaed husl�inris tar quiet<fperation and rwsisiant:e to weal,satt,road grime and cifs • i:OtdPREl IENSIVE.C'OVERA3E--Ma:tohte for fareigr,<snd damesttc nameplates • IN:;rA€-LA*1'10N READY--Pi P-installed ballromts'Mth waked sockets for mainterlanre- (ree opetabort i..ONG LIFE...Ball stud shape en;rues f.aliguer We,cornpensattng for sag and suspension. and adding extfa swing when you need it • ENHANCED STRUCTURAL STRENG711--Beat treated to matcfi cr exceed OE requirements to inl�thil premature failure + ADDED CORROSION PROTECTION--l Dated studs and e-Coated cast iron and steel coot rot arms inhibit premature deterioration SPECIFICATIONS APPLICATIONS PASSENGER CAR S LIGHT TRUCK Ford EepE�rer 287 F 2C'.S 1-1-14—Ard 6•e lo"A—bly Frcnt left Lewey F - Fred Police Intercepter ttrity 2613-2e19 Ccnlrel Ann And Batt lout A—.bly F cat Leit Lowei 4 Page 8 of 41 DocuSign Envelope ID: EF1C698E-8A9D-415C-AA89-4E4B21AB5484 WHERE_TO_B...U.Y FIND AN IN5TALlER PART!;_LOOKUP SWITCH TO PRO HUB 1 EN QRANOL BRAKE FINDER 2022 FORD POLICE... v Change Vehicle . .. Recommended for You (RAKE PADS FLEET,PURSUIT VEHICLES Z37 TOP COP CARBON-FIBER CERAMIC BRAKE PADS ,/FITS YOUR 2022 FORD POLICE INTERCEPTOR UTILITY Part No.Z37-2231 dl® f CHOOSE BRAKE POSITION r Front Rear CHOOSE WHERE TO BUY .T ..MN►rt...F_ amazon.com _ . m as aarpe�rs We'll link you to this exact product on the retailer's site PowerStop Guarantee 60 DayHassle-FreeReturns IIndustry Leading Warranty Page 9 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 EVERYTHING Z37 Carbon-Fiber Ceramic Formula YOU NEED IS Designed for pursuit&Fleet Vehicles IN THE BOX Premium Stainless-Steel Shims Better heat dissipation&virtually noise-free braking Premium Stainless-Steel Hardware Z37 TOP COP CARBON-FIBER GREAT FOR CERAMIC BRAKE PADS Fleet Vehicles PowerStop Z37 Top Cop carbon-fiber ceramic brake pads Pursuit Vehicles are designed as an upgrade over stock brakes to reduce brake dust&eliminate noise for pursuit and fleet vehicles. These brake pads are made with a low-dust ceramic formula, infused with carbon-fiber,to strengthen the compound and provide maximum brake efficiency on demandingfleetapplications.Premium stainless-steel hardware,along with ceramic brake lubricant,is included with the Z37 brake pads making it easier to complete your brake job.Use Z37 Top Cop ceramic brake pads to give your pursuit or fleet vehicle maximum stopping power. Z37 BRAKE PADS FEATURES & BENEFITS CHAMFERED&SLOTTED CARBON-FIBER CERAMIC PREMIUM HARDWARE STAI Chamfered and slotted design to ensure noise- Carbon-fiber reinforced ceramic formula for Premium stainless-steel hardware and pin Stainl free braking. superior,fade-free braking power and cleaner bushing kit for easy,problem-free installation. dissiF wheels. Page 10 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 WHERETO BUY. FIND AN..INS TALL.E_R. PARTg_LOQKUP. SWITCH TO PRO HUES EN ESpANpL BRAKEFINDER 2022 FORD POLICE INTERCEPTOR... v Chaneeyehicle Recommended for You RAKE PADS FLEET,PURSUIT VEHICLES Z37 TOP COP CARBON-FIBER CERAMIC BRAKE PADS \/FITS YOUR 2022 FORD POLICE INTERCEPTOR UTILITY Part No.Z37-2229 AM 41ft rAw cups 5 CHOOSE BRAKE POSITION Front Rear CHOOSE WHERE TO BUY £ 'r aly p amazon.com cat G We'll link you to this exact product on the retailer's site OPowerStop Guarantee 60 Day Hassle-Free Returns I Industry Leading Warranty Page 1 1 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 EVERYTHING Z37 Carbon-Fiber Ceramic Formula YOU NEED IS Designed for pursuit&Fleet Vehicles IN THE BOX Premium Stainless-Steel Shims Better heat dissipation&virtually noise-free braking Premium Stainless-Steel Hardware Z37 TOP COP CARBON-FIBER GREAT FOR CERAMIC BRAKE PADS Fleet Vehicles PowerStop Z37 Top Cop carbon-fiber ceramic brake pads Pursuit Vehicles are designed as an upgrade overstock brakes to reduce brake dust&eliminate noise for pursuit and fleet vehicles. These brake pads are made with a low-dust ceramic formula,infused with carbon-fiber,to strengthen the compound and provide maximum brake efficiency on demanding fleet applications.Premium stainless-steel hardware,along with ceramic brake lubricant,is included with the Z37 brake pads making it easier to complete your brake job.Use Z37 Top Cop ceramic brake pads to give your pursuit or fleet vehicle maximum stopping power. Z37 BRAKE PADS FEATURES& BENEFITS I CHAMFERED&SLOTTED CARBON-FIBER CERAMIC PREMIUM HARDWARE STAI Chamfered and slotteddesign to ensure noise- Carbon-fiber reinforced ceramicformula for Premium stainless-steel hardware and pin Stainl free braking. superior,fade-free brakingpowerand cleaner bushing kitforeasy,problem-free installation. dissif wheels. Page 12 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ...................................................................... WHERE TO BUY FIND_hN..INSTAI..IERPART,L..oOHU_P SWITCH TO PRO ( EN ESPANOL ........... ._.... BRAKE FINDER MATCH YOUR VEHICLE SEARCH RESULTS "Z37,-1611" Home/SEARCH pp £9 { Aldc l Your Products-m Need helpdecidinc? Ask our Team of Brake Experts B�hill®�i 41 JIM I�u �II 1 Vol ° jowl='p'lI i I, i ' ' 771 , FLEET,PURSUIT VEHICLES Z37 TOP COP CARBON-FIBER CERAMIC BRAKE PADS Brake Upgrade for Fleet and Pursuit Vehicles FITS THESE VEHICLES 2013 2013 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors Page 13 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 2-Q13 EMELU H-OvY D�ty.Brakes-352mm Front Rotors:Vented Rear Rotors 2013 FORD POLICE INTERCEPTOR SEDAN 2013 FORD POLICE INTERCEPTOR UTILITY 2013 FORD TAURUS Police Equipped-352mm Front Rotors;yented Rear Rotors 2013 FORD TAURUS SHO 2013 LINCOLN MKS 2013 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Cali r P king Brake 2013 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake 2014 2014 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors 2014 FORD FLEX HeavyDpi y Brakes-352mm Front Rotors;Vented Rear Rotors 2014 FORD POLICE INTERCEPTOR SEDAN 2014 FORD POLICE INTERCEPTOR UTILITY 2014 FORD SPECIAL SERVICE POLICE SEDAN ... __.._ 2014 FORD TAURUS Police Equipped 352mm Front Rotors;Vented Rear Rotors _ ......... 2014 FORD TAURUS SHO 2014 LINCOLN MKS 2014 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Caliper Parking Brake 2014 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake 2015 L0015 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors 2015 FORD FLEX Heavv Dutv Brakes 352mm Front Rotors;Vented Rear Rotors 2015 FORD POLICE INTERCEPTOR SEDAN ......... 2015 FORD POLICE INTERCEPTOR UTILITY ......... .. _._... 2015 FORD SPECIAL SERVICE POLICE SEDAN 2015 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors __... ....... 2015 FORD TAURUS SHO 2015 LINCOLN MKS 2015 LINCOLN MKT 352mm Front Rotgrrs;Vented Rear Rotors and Caliper ParkmgBrake 2015 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake 2016 ME FORD EXPLORER HeavyDimity Bra -352mm Front Rotors:Vented Rear Rotor Page 14 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 2016 FORD FLEX HeavyDuty.Brakes-352mm Front Rotors:Vented Rear Rotor 2016 FORD POLICE INTERCEPTOR SEDAN 2016 FORD POLICE INTERCEPTOR UTILITY 2016 FORD SPECIAL SERVICE POLICE SEDAN 2016 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2016 FORD TAURUS SHO 2016 LINCOLN MKS 2,Q16 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and CaliperPg Brake 2016, LINCOLN MKT 352mm Front Rotors,Vented Rear Rotors and Drum-lo-Nub Parking Brake 2017 2017 FORD EXPLORER HeavyDoti y Brake t Rotors:Vented Rotors 2017 FORD FLEX Heavy—Ody Brakes-352mm Front Rotors;Vented Rear Rotors 2017 FORD POLICE INTERCEPTOR SEDAN 2017 FORD POLICE INTERCEPTOR UTILITY 2017 FORD SPECIAL SERVICE POLICE SEDAN ......... __ 2017 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2017 FORD TAURUS SHO 2017 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Calioer Parking Brake 2017 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake 2018 2018 FORD EXPLORER HeavyDuty Brakes-352mm Front Rotors;Vented Rear Rotors _.._ 2018 FORD FLEX Heavy DRy Brakes-352mm Front Rotors;Vented Rear Rotors 2018 FORD POLICE INTERCEPTOR SEDAN 2018 FORD POLICE INTERCEPTOR UTILITY 2018 FORD SPECIAL SERVICE POLICE SEDAN 2018 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2018 FORD TAURUS SH 2018 LI COLN MKT 352mm Front Rotors;Vented Rear Rotors and Caliper Parking Brake 2018 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake ....... __.. 2019 2019 FORD EXPLORER Heavy DutyBrakes-352mm Front Rotors;Vented Bear 134tQr� 2419 FORD FLEX Heavy Du Brakes-352mm Front Rotors.Vented Rear Rotors Page 15 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 2019 FORD PULICE INTERCEPTOR SEDAN 2019 FORD POLICE INTERCEPTOR UTILITY 2019 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2019 FORD TAURUS SHO 2019 LINCOLN MKT 352mm Fant Rotors;Vented Rear Rotors and Caliper Parking Brake 2019 LINCOLN MKT 352mm Front Rotors;Vented Rear Rotors and Drum-In-Hub Parking Brake BON'T SEE YOUR VEHICLE? Tell us what you drive.We make the right brakes for every vehicle. I /Watch Your Vehicle I Have a q sin? Check out our FAQs and How-Tos PRODUCTS SUPPORT COMPANY INFO CALLUS(888)863-4415 Sam-5pm Mon-Fri(CST) ril iso Finder Swor"w",&Ins'alk A 3 i it I.S EMAIL CUSTOMER SERVICE Y'ovter Smi)Prod ids FAQs ca?ears, General Product Questions Vviere to Buy Warranty Returns Now EMAIL TECH SUPPORT -izjp r Com Ri,'Lwd Technical&Installation Questions St;c;r��or�1;i,;-Faris-:;=•1;"`'r`r" , ©2023POWERSTOPLLC PRIVACY Page 16 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 WHERE TO BUY FIND AN INSTALLER PART»LDpKU_P. SWI fiCH Tq PRq NUB. i EN ESPANOL _ ....._ ..... ......... BRAKEFINDER I MATCH YOUR VEHICLE SEARCH RESULTS Z37-1612,E Home/SEARCH ° 'Watch, f-tib Vehicle Products(ll Need help deciding? Askour Team of Brake Experts 4( • FLEET,PURSUIT VEHICLES Z37 TOP COP CARBON-FIBER CERAMIC BRAKE PADS Brake Upgrade for Fleet and Pursuit Vehicles FITS THESE VEHICLES 2013 2013 FORD EXPLORER Heavv Dutv Brakes-352mm Front Rotors;Vented Rear Rotors Page 17 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ZUIJ WHU VILLA Heavy Duty Brakes-352mm hront Rotors:Vented Rear Rotors 2013 FORD POLICE INTERCEPTOR SEDAN 2013 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2013 FORD TAURUS SHO 2013 LINCOLN MKS 2014 2014 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotor Vented Rear Rotors 2014 FORD FLEX Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors 2014 FORD POLICE INTERCEPTOR SEDAN 2014 FORD SPECIAL SERVICE POLICE SEDAN 2014 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2014 FORD TAURUS SHO 2014 LINCOLN MKS 2015 2015 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors;Vented Re ra Rotors 2015 FORD FLEX HeavyDpi y Brakes-352mm Front Rotors;Vented Rear Rotors 2015 FORD POLICE INTERCEPTOR SEDAN 2015 FORD SPECIAL SERVICE POLICE SEDAN 2015 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors ...._ — 2015 FORD TAURUS SHO 2015 LINCOLN MKS _ .. 2016 2016 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors:Vented Rear Rotors 2016 FORD FLEX Heavv Dutv Brakes-352mm Front Rotors;Vented Rear Rotorrs. ........ .... _.. _ 2016 FORD POLICE INTERCEPTOR SEDAN ......... _.... 2016 FORD SPECIAL SERVICE POLICE SEDAN 2016 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2016 FORD TAURUS SHO 2016 LINCOLN MKS 2017 2017 FORD EXPLORER HeavyDiu y Brakes-352mm Front Rotors:Vented Rear Rotors Page 18 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ZUi i rUKU rutx neavyuuy rsraKes-aozmm rrom:Koiors;yenrea Kear Kotors 2017 FORD POLICE INTERCEPTOR SEDAN 2017 FORD SPECIAL SERVICE POLICE SEDAN 2017 FORD TAURUS Police Eauiooed-352mm Front Rotors;Vented Rear Rotors 2017 FORD TAURUS SHO 2018 2918 FORD EXPLORER Heavy-Duly Brakes-352mm Front Rotors;Vented Rear Rotors 2018 FORD FLEX Heavy-Duly Brakes-352mm Front Rotors;Vented Rear Rotors 2418 FORD POLICE INTERCEPTOR SEDAN 2018 FORD SPECIAL SERVICE POLICE SEDAN .. ... ......... .. ... ........_ 2018 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2018 FORD TAURUS SHO ... . ... ....... 2019 2019 FORD EXPLORER Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors _...... 2019 FORD FLEX Heavy Duty Brakes-352mm Front Rotors;Vented Rear Rotors 2019 FORD POLICE INTERCEPTOR SEDAN 2019 FORD TAURUS Police Equipped-352mm Front Rotors;Vented Rear Rotors 2019 FORD TAURUS SHO DON'T SEE YOUR VEHICLE? Tell us what you drive.We make the right brakes for every vehicle. Have a question? CheckoutaurFAQs and How-Tos PRODUCTS SUPPORT COMPANY INFO CALL US(888)863-4415 8am-5pm Mon-Fri(CST) EMAIL CUSTOMER SERVICE iIf.)W "j t o rod IciS ["A"Oe General Product Questions W l>?,(: :(i(I(i i,'j:.<r";:1ril�'yv i?It!r?:> `'E!:'. EMAIL TECH SUPPORT Cai Isf r Core,Iff W n V i a;-:,s Technical&hutallation Questions Page 19 of 41 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5123,5:12 PM Part Details Technical Bulletins .Instructions Images O',t,re To Buy Videos 6-, Product Specifications Best viewedn Chrome,Firefox.IE9 and above Part Number: 46935 Part Number: 46935 UPC Number: 765809469358 Style: Air Filter Panel Service: Air Type: Media: Enhanced Cellulose Length: 12.046 (306)* Width: 6.713 (171)* Height: 1.795 (46)* ( )*denotes metric Gasket Diameters Number O.D. I.D. Thk. No Gaskets found.. Principle Application: Principle Application: Various Ford,Lincoln, Mazda(07-19) All ADDlications �. 360 r -s 'or reference only.There are no express or implied warranties with respect to Diose Window products selected by size,feature or cross reference.Warranties only apply to Page 20 of 41 hftps://www-wixfilters.com/Lookup/PartDetails.aspx?Part--129785 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:12 PM Part Applications List ..ICI ° FOR PART Make Model Year Engine ■ FORD EDGE 2012-2014 L4 2.OL 1999cc 122 CID ■ FORD EDGE 2007-2012 V6 3.5L 213 CID ■ FORD EDGE 2013-2014 V6 3.5L 3496cc 213 CID ■ FORD EDGE 2011-2014 V6 3.71-3726cc 227 CID ■ FORD EXPLORER 2011-2015 L4 2.OL 1999cc 122 CID ■ FORD EXPLORER 2017-2019 L4 2.3L 140 CID ■ FORD EXPLORER 2016-2023 L4 2.3L 2300CC 140CID EcoBoost ■ FORD EXPLORER 2020-2023 V6 3.OL 3000CC 183CID ■ FORD EXPLORER 2011-2011 V6 3.5L 213 CID ■ FORD EXPLORER 2012-2019 V6 3.5L 3496cc 213 CID ■ FORD EXPLORER 2011-2011 V8 4.61-281 CID ■ FORD EXPLORER SPORT 2017-2019 V6 3.5L 3496cc 213 CID ■ FORD FLEX 2009-2019 V6 3.5L 3496cc 213 CID ■ FORD FUSION 2010-2012 V6 3.5L 213 CID ■ FORD POLICE INTERCEPTOR SEDAN 2014-2016 L4 2.OL 122 CID ■ FORD POLICE INTERCEPTOR SEDAN 2013-2019 V6 3.5L 3496cc 213 CID ■ FORD POLICE INTERCEPTOR SEDAN 2016-2016 V6 3.51-3496CC 213CID-HYBRID ■ FORD POLICE INTERCEPTOR SEDAN 2013-2019 V6 3.7L 3726cc 227 CID ■ FORD POLICE INTERCEPTOR SEDAN 2016-2016 V6 3.7L 3726cc 227 CID TiVCT ■ FORD POLICE INTERCEPTOR UTILITY 2016-2016 V6 227 3.7L TiVCT ■ FORD POLICE INTERCEPTOR UTILITY 2020-2023 V6 3.OL 3000CC 183CID ■ FORD POLICE INTERCEPTOR UTILITY 2015-2019 V6 3.5L 3496cc 213 CID r FORD POLICE INTERCEPTOR UTILITY 2013-2013 V6 3.7L 227 CID ■ FORD POLICE INTERCEPTOR UTILITY 2013-2019 V6 3.7L 3726cc 227 CID ■ FORD Special Service Police Sedan 2017-2020 L4 2.OL 122 CID ■ FORD TAURUS 2013-2019 L4 2.OL 1999cc 122 CID ■ FORD TAURUS 2008-2019 V6 3.5L 213 CID ■ FORD TAURUS 2010-2018 V6 3.5L 3496cc 213 CID Page 21 of 41 https://www.wixfilters.com/Lookup/PartAppl ications.aspx?Part=46935 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:12 PM Part Applications List ■ FORD TAURUS POLICE SEDAN 2016-2016 L4 2.OL 122 CID ■ FORD TAURUS POLICE SEDAN 2018-2019 V6 3.7L 3726CC 227CID ■ FORD TAURUS X 2008-2009 V6 3.5L 213 CID ■ LINCOLN AVIATOR 2020-2023 V6 3.OL 3000CC 183CID ■ LINCOLN MKS 2010-2016 V6 3.5L 3496cc 213 CID ■ LINCOLN MKS 2009-2016 V6 3.7L 3726cc 227 CID ■ LINCOLN MKT 2013-2018 L4 2.OL 1999cc 122 CID ■ LINCOLN MKT 2010-2019 V6 3.5L 3496cc 213 CID ■ LINCOLN MKT 2010-2019 V6 3.7L 3726cc 227 CID ■ LINCOLN MKX 2007-2010 V6 3.51-213 CID ■ LINCOLN MKX 2011-2015 V6 3.7L 3726cc 227 CID ■ LINCOLN MKZ 2007-2012 V6 3.5L 213 CID ■ MAZDA 6 2009-2013 V6 3.7L 3726cc 227 CID ■ MAZDA CX-9 2007-2007 V6 3.5L 3500cc ■ MAZDA CX-9 2008-2015 V6 3.7L 3726cc 227 CID ■ MERCURY SABLE 2008-2009 V6 3.5L 213 CID Close Window Page 22 of 41 https://www.wixfilters.com/Lookup/PartApplications.aspx?Part=46935 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 915123,5:15 PM Part Details s Ted'ulicc?i Bulletins Instructions Images f"V'nere TO Buy Videos P'C,., .:..'.:r Product Specifications Best viewed in Chrome,Firefox,IE9 and above Part Number: 49902 Part Number: 49902 UPC Number: 765809499027 Style: Air Filter Panel Service: Air Type: Media: Enhanced Cellulose Length: 14.079 (358)* Width: 6.758 (172)* y� Height: 4.123 (105)* { )*denotes metric Gasket Diameters Number O.D. I.D. Thk. No Gaskets found.. j Principle Application: Principle Ford Super Duty PU w/6.71L diesel(11-21)-Panel Air Filter used Application: w/Foam Filter WA10139-For Flame Retardant Version use 49902FR(and remove foam pre-filter) 360 r All Armlications , For reference only.There are no express or implied warranties with respect to Close Window p educts selected by size,feature or cross reference.warranties only apply to Page 23 of 41 https://www.wixfiiters.com/Lookup/PartDetails.aspx?Part=1744411 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:15 PM Part Applications List APPLICATIONS FOR PARS Make Model Year Engine ■ BLUE BIRD BUSES VISION 2019-2024 V10 6.8L 6800CC 415CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2011 -2016 V8 6.7L 6651cc 406 CID ■ FORD TRUCKS F450 SUPER DUTY 2011-2016 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F53 STRIPPED CHASSIS 2022-2022 V8 7.3L 7300CC 445CID ■ FORD TRUCKS F550 SUPER DUTY 2011 -2016 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F59 STRIPPED CHASSIS 2022-2022 V8 7.3L 7300CC 445CID ■ FORD TRUCKS F650 2016-2019 V10 6.8L 6800CC 415CID ■ FORD TRUCKS F650 2022-2022 V8 7.3L 730OCC 445CID HP 350 Mfr Ford} ■ FORD TRUCKS F650 2023-2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F650 2019-2024 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F650 2016-2019 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F650 2023-2023 V8 7.3L 7300CC 445CID ■ FORD TRUCKS F650 2018-2022 V8 7L 6651CC 406CID(Turbo Charged Diesel Ford) ■ FORD TRUCKS F750 2019-2019 L6 6.7L 6700CC 409CID ■ FORD TRUCKS F750 2017-2019 V10 6.811-6800CC 415CID ■ FORD TRUCKS F750 2016-2016 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F750 2018-2024 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F750 2017-2018 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F750 2021-2021 V8 7.3L 7300CC 445CID Close Window Page 24 of 41 https://www.wixfifters.00nVLooku pIPartApplications.aspx?Part=49902 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 915123,5:17 PM Part Details Technical Bulletins Instructions Images A',` To Buy Videos Iro,o 6.5 Product Specifications Best viewed in Chrome,Firefox,IE9 and above Part Number: WA10679 Part Number: WA10679 UPC Number: 765809346291 Style: Air Filter Service: Air Type: Media: Cellulose Height: 9.53 (242)* Outer Diameter Top: 11.625 (295)* Outer Diameter Bottom: 6.625 (168)* inside Diameter Top: Closed: Inside Diameter Bottom: 3.774 (96)* ( )*denotes metric d Gasket Diameters Number O.D. I.D. Thk. No Gaskets found.. Principle Application: f Principle Ford F Series Super Duty w/6.71L Turbo Diesel(17-19)Made _ 360 p- � Application: with Flame Retardant Media may; All Applications For reference only.There are no express or implied warranties with respect to e_... Close Window mm� _....,.. __. 4Y products selected by size,feature or cross reference.warranties only apply to Page 25 of 41 hftps:/twww.wixfilters.com/LookupiPartD tails.aspx?Part--2164708 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 915!23,5:16 PM Part Applications List APPLICATiONS FOR PARTIWA10679 Make Model Year Engine ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2017-2019 V8 6.71-6651cc 406 CID ■ FORD TRUCKS E450 SUPER DUTY 2017-2017 V10 6.81-680OCC 415CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2017 V8 6.71-670OCC 409CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2019 V8 7.31-CID Turbo Diesel ■ FORD TRUCKS F550 SUPER DUTY 2019-2019 V8 6.71-670OCC 409CID ■ FORD TRUCKS F550 SUPER DUTY 2017-2019 V8 7.31-CID Turbo Diesel ■ FORD TRUCKS F650 2017-2017 V8 6.71-670OCC 409CID Close Window Page 26 of 41 https:tiwww.wixf ilters.com/Looku piPartAppl ication s.aspx?Part=WA 10679 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:22 PM Part Details Technical Bulletins Instructions Images Where To Buv Videos Prop 6,51 Product Specifications Best viewed in Chrome,Firefox,IE9 and above Part Number: WP10266 Part Number: WP10266 UPC Number: 765809307032 Style: Cabin Air Panel Service: Cabin Air Type: Media: Particulate Length: 10,236 (260)* Width: 8.071 (205)* Height: 1.575 (40)* - { )*denotes metric Gasket Diameters Number O.D. I.D. This. No Gaskets found.. Principle Application: Principle Various Ford Trucks(15-23)-particulate version-for carbon Application: version,use WP10653 All ADDlications360r �4'. 4� a For reference only.There are no express or implied warranties with respect to Close Window _..._� products selected by size,feature or cross reference.Warranties only apply to Page 27 of 41 https:tiwww.wixfilters.com/Lookup/PartOetails.aspx?Part=2112342 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5123,5.22 PM Part Applications List APFILICATiONS FOR PART VVP10266 Make Model Year Engine ■ BLUE BIRD BUSES VISION 2022-2024 V8 7.31L 7292CC 445CID ■ FORD EXPEDITION 2018-2024 V6 3.51L 3496cc 213 CID ■ FORD F-150 Lightning 2023-2024 ELECTRIC ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2017-2019 Vlo 6.81L 415 CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2017-2023 V8 6.21L 6210cc 379 CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2017-2023 V8 6.71L 6651cc 406 CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2020-2023 V8 7.31L 7300CC 445CID ■ FORD PICKUP F150 ALL 2015-2023 V6 2.71L 164 CID ■ FORD PICKUP F150 ALL 2018-2023 V6 3.01L 3000CC 183CID(Turbo Diesel HP250 Ford ) ■ FORD PICKUP F150 ALL 2018-2023 V6 3.31L 3343CC 204CID ■ FORD PICKUP F150 ALL 2016-2017 V6 3.51L 3496CC ■ FORD PICKUP F150 ALL 2015-2017 V6 3.51L 3496cc 213 CID ■ FORD PICKUP F150 ALL 2018-2023 V6 3.51L 3496CC 213CID ■ FORD PICKUP F150 ALL 2023-2023 V6 3.51L 3496CC 213CID-HYBRID ■ FORD PICKUP F150 ALL 2015-2015 V8 5.01L 4951cc 302 CID ■ FORD PICKUP F150 ALL 2018-2023 V8 5.01L 4951CC 302CID ■ FORD PICKUP F150 ALL 2016-2017 V8 5.01L 500OCC 302CID ■ FORD TRUCKS E450 SUPER DUTY 2017-2017 V10 6.81L 6800CC 415CID ■ FORD TRUCKS E450 SUPER DUTY 2021 -2023 V8 7.31L 7300CC 445CID ■ FORD TRUCKS F-600 Super Duty 2020-2022 V8 6.71L 6651CC 406CID ■ FORD TRUCKS F-600 Super Duty 2020-2023 V8 7.31L 7300CC 445CID ■ FORD TRUCKS F450 SUPER DUTY 2018-2019 V10 6.81L 6800CC 415CID ■ FORD TRUCKS F450 SUPER DUTY 2020-2023 V8 6.71L 6651CC 406CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2017 V8 6.71L 6700CC 409CID ■ FORD TRUCKS F450 SUPER DUTY 2019-2019 V8 7.31L CID Turbo Diesel ■ FORD TRUCKS F450 SUPER DUTY 2022-2022 V8 7.31L 7292CC 445CID(Naturally Aspirated Gas) ■ FORD TRUCKS F53 STRIPPED CHASSIS 2021-2022 V8 7.31L 7300CC 445CID FORD TRUCKS F550 SUPER DUTY 2017-2019 V10 6.81L 6800CC 415CID Page 28 of 41 https:/lwww.wixfilters.com/Lookup/PartApplications.aspx?Part=WP 10266 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:22 PM Part Applications List ■ FORD TRUCKS F550 SUPER DUTY -2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F550 SUPER DUTY 2019-2020 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F550 SUPER DUTY 2018-2023 V8 7.31L CID Turbo Diesel ■ FORD TRUCKS F550 SUPER DUTY 2020-2020 V8 7.31L 7300CC 445CID ■ FORD TRUCKS F59 STRIPPED CHASSIS 2020-2022 V8 7.31L 7300CC 445CID ■ FORD TRUCKS F600 2020-2022 V8 6.71L 6700CC 409CID ■ FORD TRUCKS F650 2022-2022 V8 7.31L 7300CC 445CID HP 350 Mfr Ford) ■ FORD TRUCKS F650 2017-2017 V8 6.71L 6700CC 409CID ■ FORD TRUCKS F750 2019-2019 L6 6.71L 6700CC 409CID ■ FORD TRUCKS F750 2022-2022 V8 7.31L 7300CC 445CID ■ LINCOLN NAVIGATOR 2018-2024 V6 3.51.3496cc 213 CID Close Window Page 29 of 41 https://www.wixfilters.com/Lookup/PartApplicafions.aspx?Part=W P10266 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/523,5:30 PM Part Details Technical Bulletins Instructions Images Wlh`ere To Buy Videos Pro, 61 � Product Specifications Best viewed in Chrome,Firefox,TE9 and above Part Number: WF10458 Part Number: WF10458 UPC Number: 765809353923 Style: Fuel Kit Service: Fuel Type: Media: Length: 8.07 (205)* Width: 6.88 (175)* Height: 1.378 (35)* Inlet: 1/2 Outlet: 1/2 1 91 Vapor: 5/16 .. ( )*denotes metric Gasket Diameters Number O.O. I.D. Thk. Packed 0.0()* 0.0()* 0.0()* Principle Application: Principle Ford Super Duty Trucks w/6.7L Turbo Diesel(17-22)-kit of 2 360 r- 1 Application: different filters(in-line&panel style)and gasket y �y All Aoolications For reference only.There are no express or implied warranties with respect to Close Window ^roducts selected by size,feature or cross reference.Warranties only apply to Page 30 of 41 hitps://www.wixfiilters.com/Lookup/Pa rtDeta ils.aspx?Part=2168374 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:30 PM Part Applications List ,APPUCATIONS FOR PART WFI 0458 Make Model Year Engine ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2017-2023 V8 6.7L 6651cc 406 CID ■ FORD TRUCKS F-600 Super Duty 2020-2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F450 SUPER DUTY 2020-2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2017 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2019 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F450 SUPER DUTY 2022-2022 V8 7.3L 7292CC 445CID(Naturally Aspirated Gas) ■ FORD TRUCKS F550 SUPER DUTY -2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F550 SUPER DUTY 2019-2020 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F550 SUPER DUTY 2017-2023 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F600 2020-2022 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F650 2017-2024 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F750 2021-2024 V8 6.7L 6700CC 409CID Close Window Page 31 of 41 https://www.wixfil ters.com/Lookup/PartApplications.aspx?Part=W F 10458 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 915123,5:19 PM Part Details Technical Bulletins Instructions Images IvVher 7�0 BUY Videos Prop 05 Product Specifications Best viewed in Chrome,Firefox,iE9 and above Part Number: 46035 Part Number: 46035 UPC Number: 765809460355 Style: Air Filter Panel Service: Air Type: Media: Enhanced Cellulose Length: 12.783 (325)* Width: 7.64 (194)* ,a Height: 1.65 (42)* t CF,' 210 denotes metric Gasket Diameters Number O.D. I.D. Thk. No Gaskets found.. Principle Application: Principle Application: GM Family of Cars(97-05) All Applications ansa . For reference only.There are no express or implied warranties with respect to Close Window products selected by size,feature or cross reference.Warranties only apply to Page 32 of 41 httpsJ/www.wixfilters.corrVLookup/PartOetails.aspx?Part--lW26 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:19 PM Part Applications List APPLICATIONS FOP, PART 46035 Make Model Year Engine ■ CHEVROLET CLASSIC 2004-2005 L4 2.21L 2198cc 134 CID ■ CHEVROLET MALIBU 2004-2005 L4 2.21-134 CID ■ CHEVROLET MALIBU 1997-1999 L4 2.41L 146 CID ■ CHEVROLET MALIBU 2000-2002 L4 2.41L 2392cc 146 CID ■ CHEVROLET MALIBU 1997-2003 V6 3.1L 189 CID ■ OLDSMOBILE ALERO 2002-2004 L4 2.21L 134 CID ■ OLDSMOBILE ALERO 1999-2001 L4 2.41L 146 CID ■ OLDSMOBILE ALERO 1999-2004 V6 3.41L 207 CID ■ OLDSMOBILE CUTLASS 1997- 1999 V6 3.1L 189 CID ■ PONTIAC GRAND AM 2002-2005 L4 2.21L 134 CID ■ PONTIAC GRAND AM 1999-2001 L4 2.41L 145 CID ■ PONTIAC GRAND AM 1999-2005 V6 3.41L 207 CID Close Window Page 33 of 41 https:/M ww.vAxfilters.coaVLookup/PartApplications.aspx?Part=46035 DocuSign Envelope ID:EFlC698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:31 PM Part Details Tectmicai Bulletins Instructions Images Where To Buy Videos a5-- Product Specifications Best viewed in Chrome,Firefox,TE9 and above Part Number; 57151 Part Number: 57151 UPC Number: 765809571518 Style: Spin-On Lube Filter Service: Lube Type: Full Flow Media: Microglass Height; 6.932 (176)* Outer Diameter Top: 3.69 (94)* Outer Diameter Bottom: Closed: Thread Size: 1-16 By-Pass Valve Setting-PSI: 13 Anti-Drain Back Valve: Yes Beta Ratio: 2/20/75=3/12/17 Burst Pressure-PSI: 312 Nominal Micron Rating: 5 )*denotes metric Gasket Diameters Number O.D. I.D. Thk. Attached 2.81(71)* 2.466(63)* 0.324(8)* 360 J Principle Application: Principle Application: Ford F-Series Super Duty PU w/6.71L diesel,7.31L(11-23) All Applications For reference only.Them are no express or implied warranties with respect to Close Window products selected by size,feature or cross reference.Warranties only apply to Page 34 of 41 https://www.wixfilters.com/Lookup/PartDetails.aspx'?Pa&-1744404 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:32 PM Part Applications List APPLICATiONS FOR PART 57151 Make Model Year Engine ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2011-2023 V8 6.7L 6651cc 406 CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2012-2012 V8 6.7L 6700cc ■ FORD TRUCKS F-600 Super Duty 2021-2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F450 SUPER DUTY 2011- 2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2017 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F450 SUPER DUTY 2017-2019 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F450 SUPER DUTY 2022-2022 V8 7.3L 7292CC 445CID(Naturally Aspirated Gas) ■ FORD TRUCKS F550 SUPER DUTY -2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F550 SUPER DUTY 2019-2020 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F550 SUPER DUTY 2017-2023 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F600 2020-2022 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F650 2023-2023 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F650 2017-2024 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F650 2016-2019 V8 7.3L CID Turbo Diesel ■ FORD TRUCKS F650 2023-2023 V8 7.3L 7300CC 445CID ■ FORD TRUCKS F650 2018-2022 V8 7L 6651CC 406CID(Turbo Charged Diesel Ford} ■ FORD TRUCKS F750 2019-2019 L6 6.7L 6700CC 409CID ■ FORD TRUCKS F750 2016-2016 V8 6.7L 6651CC 406CID ■ FORD TRUCKS F750 2017-2024 V8 6.7L 6700CC 409CID ■ FORD TRUCKS F750 2017-2023 V8 7.3L CID Turbo Diesel Close Window Page 35 of 41 https://www.wixfilters.com/Lookup/PartApplications.aspx?Part=57151 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 915123,5:32 PM Part Details j^ r ri yT_ .S Instructions Images `„ Videos .#.. Product Specifications Best viewed in Chrome,Firefox,IE9 and above Part Number: 57311 Part Number: 57311 UPC Number: 765809573116 Style: Cartridge Lube Metal Canister Filter Service: Lube Type: Full Flow Media: Enhanced Cellulose Height: 7.032 (179)* Outer Diameter: 3.265 (83)* Inside Diameter Top: Closed: Inside Diameter Bottom: 1.5 (38)* Nominal Micron Rating: 17 ( )*denotes metric Gasket Diameters Number O.D. I.D. Thk. Packed 0()* 0()* 0()* Principle Application; Principle Ford F-Series Super Duty wJ 6.OL diesel(03-04),IHC trucks,buses Application: -no attached lid-only to be used with oil filter housings that contain the short,non-spring loaded post(if the post is a longer 360 r and spring-loaded,use either 57312 for truck models or WL10111 r r for vans) All Applications For reference only.There are no express or implied warranties with respect to Close Window products selected by size,feature or cross reference.Warranties only apply to Page 36 of 41 h ttps:/Iwww.wixfilters.conVLooku p/PaitDeta i ls.aspx?Pa rt=1657663 DocuSign Envelope ID:EF1C698E-8A9D-415C-AA89-4E4B21AB5484 9/5/23,5:32 PM Part Applications List APPLICATIONS S :, PART 341 Make Model Year Engine ■ FORD EXCURSION 2003-2003 V8 6.OL 364 CID ■ FORD PICKUP F-SERIES SUPER DUTY(UP TO 550 SERIES) 2003-2004 V8 6.OL 364 CID ■ FORD V8 363(6.O1L) POWERSTROKE ■ FORD TRUCKS F450 SUPER DUTY 2003-2004 V8 6.OL 364 CID Powerstroke Turbo Diesel ■ FORD TRUCKS F550 SUPER DUTY 2003-2004 V8 6.OL 364 CID Powerstroke Turbo Diesel ■ FORD TRUCKS F650 2003-2008 V8 6.OL 364 CID Powerstroke Turbo Diesel ■ FORD TRUCKS F750 2004-2008 V8 6.OL 364 CID Powerstroke Turbo Diesel ■ IC BUSES BE SERIES(PB405) 2005-2008 V8 6.OL 365 CID IHC Turbo Diesel VT365 e IC BUSES CE SERIES(PB105) 2005-2008 V8 6.OL 365 CID IHC Turbo Diesel VT365 ■ IHC/NAVISTAR VT365(6.OL DIESEL) ■ IHC/NAVISTAR TRUCKS 1000 SERIES 2004-2007 V8 6.OL 365 CID ■ IHC/NAVISTAR TRUCKS 3000 SERIES 2002-2010 V8 6.OL 365 CID ■ IHC/NAVISTAR TRUCKS 3000 SERIES 2008-2009 V8 6.4L 389 CID ■ IHC/NAVISTAR TRUCKS 4000 SERIES 2002-2008 V8 6.OL 365 CID ■ IHC/NAVISTAR TRUCKS TERRASTAR 2016-2016 V8 6.4L 389 CID Close Window Page 37 of 41 haps#www.wixfi Iters.com/Lookup/PartApplications.aspx?Part=57311 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 700099 ,-f;: N(lo,e 'v9w; TYC Blower Assembly • Each TYC Blower Assembly is balanced and powered on 4.. before shipping out to ensure outstanding performance. • OE-like harness for hassle-free installation and mounting provisions for precise drop-in fitment. - • Rigorous and accelerated cycling tests to establish product quality and durability. Current(amps): 19.5A Voltage: 13.5V Buyers Guide Detail Make Model Qualifiers Year Ford Excursion • Position:Front 2004-2005 • XLS • Sport Utility Ford Excursion • Position:Front 2000-2005 • Limited • Sport Utility Ford Excursion • Position:Front 2003-2005 • Eddie Bauer • Sport Utility Ford Excursion • Position:Front 2000-2005 • XLT • Sport Utility Ford !F-250 Super Duty Position:Front 2004-2007 • Harley-Davidson Edition • Crew Cab Pickup Ford F-250 Super Duty • Position:Front 1999-2007 • XL • Crew Cab Pickup Ford F-250 Super Duty • Position:Front 1999-2007 • XLT • Crew Cab Pickup Ford F-250 Super Duty • Position:Front 1999-2007 • Lariat • Extended Cab Pickup Ford F-250 Super Duty • Position:Front 1999-2007 • XL :C.ital[ 7 f've,, ,3ti"v'v.,Ii Page` '6f 41" DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Year Ford F-250 Super Duty a Position:Front 1999-2007 e XLT e Extended Cab Pickup Ford F-250 Super Duty a Position:Front 1999-2007 e XL e Standard Cab Pickup Ford F-250 Super Duty a Position:Front 1999-2007 e XLT e Standard Cab Pickup Ford F-250 Super Duty a Position:Front 1999-2007 e Lariat e Crew Cab Pickup Ford F-250 Super Duty a Position:Front 2004-2007 e King Ranch e Crew Cab Pickup Ford F-250 Super Duty a Position:Front 2004 e Harley-Davidson Edition e Extended Cab Pickup Ford F-250 Super Duty a Position:Front 1999-2000 e Lariat e Standard Cab Pickup Ford F-350 Super Duty a Position:Front 1999-2007 e Lariat e Crew Cab Pickup Ford F-350 Super Duty a Position:Front 2003-2007 e King Ranch e Crew Cab Pickup Ford F-350 Super Duty a Position:Front 2004-2007 e Harley-Davidson Edition e Crew Cab Pickup Ford F-350 Super Duty a Position:Front 1999-2007 e XLT e Cab&Chassis Ford F-350 Super Duty a Position:Front 1999-2007 e XL e Cab&Chassis Ford F-350 Super Duty a Position:Front 1999-2007 e Lariat e Cab&Chassis Ford F-350 Super Duty a Position:Front 1999-2007 e XLT e Standard Cab Pickup Ford F-350 Super Duty a Position:Front 1999-2007 e XL e Standard Cab Pickup Ford F-350 Super Duty a Position:Front 1999-2007 e XLT e Extended Cab Pickup Ford F-350 Super Duty a Position:Front 1999-2007 e XL e Extended Cab Pickup i= 1 ` Page 9 0t 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Year Ford F-350 Super Duty • Position:Front 1999-2007 • Lariat • Extended Cab Pickup Ford F-350 Super Duty • Position:Front 1999-2007 • XLT • Crew Cab Pickup Ford F-350 Super Duty • Position:Front 1999-2007 • XL • Crew Cab Pickup Ford F-350 Super Duty • Position:Front 2004 • Harley-Davidson Edition • Extended Cab Pickup Ford F-350 Super Duty • Position:Front 1999-2000 • Lariat • Standard Cab Pickup Ford F-450 Super Duty • Position:Front 1999-2007 • XLT • Cab&Chassis-Crew Cab Ford F-450 Super Duty • Position:Front 1999-2007 • XL • Cab&Chassis-Crew Cab Ford F-450 Super Duty • Position:Front 1999-2007 • Lariat • Cab&Chassis-Crew Cab Ford F-450 Super Duty • Position:Front 1999-2007 • Lariat • Cab&Chassis-Conventional Ford F-450 Super Duty • Position:Front 1999-2007 • XL • Cab&Chassis-Conventional Ford F-450 Super Duty • Position:Front 1999-2007 XLT • Cab&Chassis-Conventional Ford F-450 Super Duty • Position:Front 2002-2007 • XLT • Cab&Chassis- Extended Cab Ford F-450 Super Duty . Position:Front 2002-2007 • XL • Cab&Chassis-Extended Cab Ford F-450 Super Duty • Position:Front 2002-2007 • Lariat • Cab&Chassis-Extended Cab Ford F-550 Super Duty • Position:Front 2002-2007 • XLT • Cab&Chassis-Extended Cab Ford F-550 Super Duty • Position:Front 2002-2007 • XL • Cab&Chassis-Extended Cab Ford F-550 Super Duty • Position:Front 2002-2007 • Lariat • Cab&Chassis-Extended Cab Page 40 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 Year Ford F-550 Super Duty • Position:Front 1999-2007 • XLT • Cab&Chassis-Crew Cab Ford F-550 Super Duty • Position:Front 1999-2007 • XL • Cab&Chassis-Crew Cab Ford F-550 Super Duty • Position:Front 1999-2007 • Lariat • Cab&Chassis-Crew Cab Ford F-550 Super Duty • Position:Front 1999-2007 • XLT • Cab&Chassis-Conventional Ford F-550 Super Duty • Position:Front 1999-2007 • XL • Cab&Chassis-Conventional Ford F-550 Super Duty • Position:Front 1999-2007 • Lariat • Cab&Chassis-Conventional Ford F-550 Super Duty • Position: Front 1999-2003 • XL • Motorhome -Stripped Chassis Interchanges + Additional Product Information + :: t;f,€, t<1.3c i;:f€; vv,.ii ...,,,.lk :. €x',i f;3 .... Page 41 of 41 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ATTACHMENT A: SCOPE OF WORK 1.1 General Requirements/Background Information The Contractor shall provide OEM Ford parts or Equivalent Parts for the City's Asset Management - Fleet as outlined in this Scope of Work. 1.2 Scope of Work A. The Contractor shall provide parts on an as needed basis. Parts may include but are not limited to: filters, brakes, control arms, shocks, engine parts, body parts, supplies, and other automotive parts. B. The Contractor shall deliver parts to the City Garage, City Service Center located at 5352 Ayers Street, Building 3B, Corpus Christi, Texas 78415. The cost of delivery shall be incorporated in the cost of the items under this contract. The Contractor shall not charge extra for delivery. C. The Contractor shall deliver parts between the hours of 8:OOAM to 5:OOPM. 1 . The Contractor shall deliver in-stock parts by 5:OOPM same business day if ordered by 2:OOPM. 2. The Contractor shall deliver in-stock parts by 5:OOPM next business day if ordered after 2:OOPM. D. The Contractor shall provide bill of sale upon delivery. E. The Contractor must be located within forty miles of the City Garage City Service Center. Revised 1 1.30.20 Page 1 of 1 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ATTACHMENT C: INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: $1,000,000 Per Occurrence 1. Commercial Broad Form 2. Premises —Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure Page 1 of 3 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. Page 2 of 3 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Bond Requirements: No bonds required for this Agreement. 2023 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services -Services Performed Onsite 01/01/2023 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID: EF1 C698E-8A9D-415C-AA89-4E4B21 AB5484 ATTACHMENT D: WARRANTY REQUIREMENTS A. The Contractor shall provide manufacturer warranty on all parts. B. Within warranty period, the Contractor shall repair or replaced without any cost to the City of Corpus Christi and the Contractor must cover all shipping costs. Page 1 of 1