Loading...
HomeMy WebLinkAboutC2023-250 - 11/14/2023 - Approved DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D SC o� 0 SUPPLY AGREEMENT NO. 4961 v m� OEM Ford Parts or Equivalent Parts for Fleet 'aCoenonnxE° 18�`Z 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 Advance Stores Company, Incorporated dba Advance Auto Parts ("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. 4961 ("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 $200,000.00, 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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 S. 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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. 3B, Corpus Christi, Texas 78415 Phone: 361-826-1959 Fax: 361-826-4394 IF TO CONTRACTOR: Advance Stores Company, Incorporated dba Advance Auto Parts Attn: Todd Sanders Title: SVP Professional Sales, Strategic Accounts Address: 4200 Six Forks Road, Raleigh, NC 27609 Phone: 919-909-6348 Fax: 919-301-4079 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D CONTRACTOR ..M.... �i�i��`um,it��.i 1,x,202 a 7n ,,I D I Signature: Printed Name: Mark Mills Title: VP Strategic Accounts Date: October 23, 2023 CITY OF CORPUS CHRISTI DocuSigned by. M2023-164 Authorized By Josh Chron ey Assistant Director of Finance — Procurement 11/14/2023 Council Date: 11/20/2023 DS DS /s Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements ATaE ign dby Incorporated by Reference Only: U-A7&77P,nnri6A76` Exhibit 1 : RFB No. 4961 Rebecca Huerta Exhibit 2: Contractor's Bid Response City Secretary Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D © CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM MPp RAp s P"�E� RFB No. 5060 OEM Ford Parts or equivalent for Fleet Date: August 30,2023 Authorized Advance Stores Y an �Incorporated ComP Iorated g Bidder: dba Advance Auto Parts Sinature: " `'' SVP Professional Sales,Strategic Accounts 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions 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, for the 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 submitwith bid. * Item Description OEM Ford Parts Equivalent Parts Percent Discount Percent Discount from List Price from List Price 1 Air Filter, Part #FA-1884 65 Air Filter- Equivalent of Part #1 2 Air Filter, Part # FA-1902 65 70 Air Filter- Equivalent of Part# 2 3 Air Filter, Part #FA-1927 65 Air Filter- Equivalent of Part#3 4 Air Filter, Part #FA-1796 Air Filter- Equivalent of Part#4 Carquesl Premium Air Filler-part#88035 65 70 Page 1 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Item Description OEM Ford Parts Equivalent Parts Percent Discount Percent Discount from List Price from List Price 5 Blower Motor, Part # MM852 50 % Blower Motor- Equivalent of Part#5 % 6 Cabin Air Filter, Part # FP-92 % Carquest Air Filter Cabin Air Filter- Equivalent of Part#6 Part#527997 65 % 7 Front Pads, Part # BRF-1475 50 Front Pads - Equivalent of Part#7 % 8 Fuel Filter, Part # FD-4625aa 65 Fuel Filter- Equivalent of Part #8 % 9 Oil Filter, Part # FL-2124s 65 Oil Filter- Equivalent of Part#9 % 10 Oil Filter, Part # FL-2016 65 Oil Filter- Equivalent of Part#10 % 11 Rear Pads, Part# BRF-1383 50 Rear Pads - Equivalent of Part#11 12 Front Pads, Part# BRF-1922 Carquest ceramic brake Front Pads - Equivalent of Part#12 4 pad set-GAND2229 50 7. 13 Rear Pads, Part# BRF-1903 50 7. Rear Pads - Equivalent of Part#13 % 14 Stabilizer Bar Link, Part# MEF-350 % Carquest stabilizer bar Stabilizer Bar Link - Equivalent of Part#14 link kit-510-498326 50 7. 15 Stabilizer Bar Link, Part# MeF-351 % Carquest stabilizer bar Stabilizer Bar Link - Equivalent of Part#15 link kit-510-498325 50 % 16 Oxygen Sensor Part# DY-1292 % NTK Oxygen Sensor Oxygen Sensor- Equivalent of Part#16 27014 50 % 17 Oxygen Sensor Part# DY-1290 % NTK Oxygen Sensor Oxygen Sensor- Equivalent of Part#17 22052 50 Page 2 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Item Description OEM Ford Parts Equivalent Parts Percent Discount Percent Discount from List Price from List Price 18 Control Arm Assembly, Part # MCF-2392 0 Autopart Int.Control Arm Control Arm Assembly-Equivalent of Part#18 L20002048858API 50 19 Control Arm Assembly, Part # MCF-2391 Autopart Int.Control Arrr Control Arm Assembly- Equivalent of Part#19 L20002067535API 50 20 Spark Plug, Part #SP-546 50 50 Spark Plug - Equivalent of Part#20 *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 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Alwof jfP ti f 11� i�(�rffi111fii�r lt, .r, j� 1tY r,6 �rialu.,ojf� f t Carquest Premium EXACT—PART—MATCH—INTERCHANGE Engine Air Filter 88035: Removes up to 99% of Dirt & Debris Part No 88035 SKU 11355573 PLA CQB Features & Benefits Carquest Premium engine air filters are designed to meet OE fit, form and function for optimal filtration and engine protection. High-quality paper, enhanced bonding, and reinforced metal screen backing give Carquest Premium air filters the added strength and durability that modern engines demand. Built to meet or exceed original equipment standards, Carquest Premium air filters provide exceptional engine protection and optimal performance in all driving conditions. Sealing materials are designed for each application to ensure a positive seal Media provides 99% filtration efficiency and larger capacity Built to withstand high CFM conditions of forced induction engines Reinforced metal screen backing with anti-rust coating on applicable applications Precision engineered to match OE fit, form and function Specifications Height 1.59 Buyer's Guide • Chevrolet - Classic (2004-2005); Malibu (1997-2003) • Oldsmobile -Alero (1999-2004); Cutlass (1997-1999) • Pontiac - Grand Am (1999-2005) Additional Information Page 4 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D A III WX Carquest Premium EXACT-PART-MATCH-INTERCHANGE Cabin Air Filter 527997: Cleans Air by Reducing Pollen and Dust Part No 527997 SKU 11495157 PLA CQB Features & Benefits Carquest Premium cabin air filters are manufactured to the highest quality standards and field tested to ensure easy installation. Our cabin air filters are engineered to stop airborne contaminants from getting into the cabin while also protecting the delicate components of modern vehicle climate control systems. Carquest Premium cabin air filters utilize electrostatic particulate, non-woven media for longer filter life. Each Carquest Premium cabin air filter also includes application-specific installation instructions in the box to save you installation time. All filters include application specific installation instructions Flow arrow on side of filter indicates installation position Effectively traps airborne contaminants for cleaner air in the cabin 95% efficiency at 3 microns per ISO 11155-1 test standard Select applications available with activated carbon infused media to neutralize odors Electrostatic particulate, non-woven filter media allows longer filter life Specifications Height 10.88 in Length 9.5 in Media Particulate Type of Filter Panel Cabin Air Filter Width 2.25 in Buyer's Guide • Ford - Expedition (2018-2024); F-Series Pickups (2015-2023); F-Series Super Duty Pickups (2017-2023), V8 6.7 (2023); F-150 Lightning (2022-2024); F-600 Super Duty (2021-2022), V8 7.3 (2020) • Jayco - Motorhome/Recreational Vehicle (2023) • Lincoln - Navigator (2018-2024) Page 5 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D • Nexus - Motorhome/Recreational Vehicle (2020) • Thor Motor Coach - Motorhome/Recreational Vehicle (2017-2023) Mark Mills Page 6 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D III Ad 1111raj,"we. WX ,,�Aw 70joOw ,96;� Carquest Premium Gold EXACT—PART—MATCH—INTERCHANGE Ceramic Brake Pads- (4-Pad Set) Part No GNAD2229 SKU 12416458 PLA CWG Features & Benefits Carquest Premium Gold brake pads are original equipment replacement brake pads that provide consistent, quiet, and clean braking. Multi-layer shim for near silent braking Hardware included on popular and late-model applications Application-specific formulations designed for extended pad life and clean wheels OE designed slots and chamfers for consistent performance Specifications There is no specifications information available. Buyer's Guide • Ford - Explorer (2020-2022) - Front; Police Interceptor Utility (2020-2022) - Front • Lincoln -Aviator (2020-2022) - Front Additional Information Page 7 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D A III WX Carquest Premium EXACT—PART—MATCH Stabilizer Bar Link Kit Part No 510-498326 SKU 11919615 PLA QCP Features & Benefits Carquest chassis provides the installation benefits of the aftermarket while providing high- quality, proven reliability. Carquest chassis has been rigorously quality-tested, meeting or exceeding OE specifications. Carquest chassis parts have been designed to provide a stable and safe ride to meet customer expectations and perform the way professional technicians demand. Hex formed studs Wor wrench flats for ease of installation Hardware included for easier installation (where applicable) Polished full ball studs combined with synthetic bearing technology for smooth operation and improved reliability Specifications Bearing Material Polyformaldehyde Dust Boot Included Yes End 1 Type 90 Degree M14x2 Ball Joint End 2 Type 90 Degree M14x2 Ball Joint Front Or Rear Suspension Front Grade Type Regular Grease Fittings Included No Greaseable No Greaseable No Locking Nuts Included Yes Pre-Greased Yes Washers Included No Page 8 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Weight 1.8 Ib Buyer's Guide • Ford - Explorer (2011-2019) - Front Right; Police Interceptor Utility (2013-2019) - Front Right Additional Information Page 9 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D A III WX Carquest Premium EXACT—PART—MATCH Stabilizer Bar Link Kit Part No 510-498325 SKU 11919598 PLA QCP Features & Benefits Carquest chassis provides the installation benefits of the aftermarket while providing high- quality, proven reliability. Carquest chassis has been rigorously quality-tested, meeting or exceeding OE specifications. Carquest chassis parts have been designed to provide a stable and safe ride to meet customer expectations and perform the way professional technicians demand. Hex formed studs Wor wrench flats for ease of installation Hardware included for easier installation (where applicable) Polished full ball studs combined with synthetic bearing technology for smooth operation and improved reliability Specifications Bearing Material Polyformaldehyde Dust Boot Included Yes End 1 Type 90 Degree M14x2 Ball Joint End 2 Type 90 Degree M14x2 Ball Joint Front Or Rear Suspension Front Grade Type Regular Grease Fittings Included No Greaseable No Greaseable No Locking Nuts Included Yes Pre-Greased Yes Washers Included No Page 10 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Weight 1.81 Ib Buyer's Guide • Ford - Explorer (2011-2019) - Front Left; Police Interceptor Utility (2013-2019) - Front Left Additional Information Page 11 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D III Ad 1111rail"we. WN Mar 01 U U I.IiI� lONf1I. NTK EXACT—PART—MATCH Wideband Oxygen Sensor: Air-Fuel Ratio 5 Wire, 11.5" Long, Heated, Direct Fit Part No 27014 SKU 11897397 PLA NTK Features & Benefits NTK is the world's largest supplier and manufacturer of OEM oxygen sensors. Oxygen sensors play a critical role as part of the vehicle's on-board diagnostic system in maintaining optimal engine performance, maximizing fuel efficiency and reducing harmful emissions. While conventional switching oxygen sensors only switch rich or lean, wideband oxygen (or Air-Fuel Ratio) sensors produce a linear output signal that allows the ECU determine exactly how rich or lean an engine is running and make continuous and precise adjustments of the air-fuel mixture to stay closest to stoichiometric, providing the best possible combustion and fewest emissions. A ceramics company at our core, NTK uses state-of-the art technology enabling complete control of the ceramics used in our wideband oxygen sensors from raw material to finished product. Trust The Sensor Specialist for full-line market support and OE application technology. PRODUCT ENGINEERING: Based on OE expertise, but specifically engineered for the aftermarket, NTK Oxygen Sensors offer superior OE fit, form, function EASY INSTALLATION: NTK Oxygen Sensors are equipped with OE specified, water-resistant connectors and harness accessory hardware for easy installation OEM QUALITY: NTK is the world's largest supplier of original equipment oxygen sensors with renowned quality that meets or exceeds OEM specifications ADVANCED CERAMIC SENSOR ELEMENT. 3-stage contaminant-resistant plasma jet and deposit trap overcoat protects against element poisoning NTK ADVANTAGE: Superior dual-coated platinum interface and thinner ceramic element produces fastest light off and response times with best durability OE TECHNOLOGY: Upgraded to the latest OE technologies, NTK Oxygen Sensors are designed to reduce OE failures, enhance durability and performance EXTENSIVE TESTING: OE development includes vibration and thermal shock testing. Testing during manufacturing guarantees quality and reliability Specifications There is no specifications information available. Page 12 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Buyer's Guide • Ford - E-Series Vans (2018-2019), V10 6.8 (2017-2018), V8 6.2 (2017-2019); Edge V6 3.5 (2015-2018); Explorer V6 3.5 (2016-2019); Flex V6 3.5 (2016-2019); Mustang V6 3.7 (2015- 2017); Police Interceptor Sedan V6 3.5 (2016-2019), V6 3.7 (2016-2019); Police Interceptor Utility V6 3.7 (2016-2019); Taurus V6 3.5 (2016-2019); Transit-150 V6 3.7 (2016-2019); Transit- 250 V6 3.7 (2016-2019); Transit-350 V6 3.7 (2016-2019); Transit-350 HD V6 3.7 (2016-2019) • Lincoln - Continental V6 3.7 (2017-2020); MKS V6 3.7 (2016); MKT V6 3.7 (2016-2019); MKX V6 3.7 (2016-2018) Additional Information Page 13 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D A III WN NTK EXACT—PART—MATCH Switching Oxygen Sensor: 4 Wire, 17.75" Long, Heated, Direct Fit Part No 22052 SKU 11897374 PLA NTK Features & Benefits NTK is the world's largest supplier and manufacturer of OEM oxygen sensors. Oxygen sensors play a critical role as part of the vehicle's on-board diagnostic system in maintaining optimal engine performance, maximizing fuel efficiency and reducing harmful emissions. Providing constant closed loop feedback to the ECU, oxygen sensors help to control the air-fuel ratio while alerting OBDII systems of possible problems with fuel delivery or catalytic converter efficiency. A ceramics company at our core, NTK uses state-of-the art technology enabling control of the ceramic element used in our oxygen sensors from raw material to finished product. Trust The Sensor Specialist for full-line market support and OE application technology. PRODUCT ENGINEERING: Based on OE expertise, but specifically engineered for the aftermarket, NTK Oxygen Sensors offer superior OE fit, form, function EASY INSTALLATION: NTK Oxygen Sensors are equipped with OE specified, water-resistant connectors and harness accessory hardware for easy installation OEM QUALITY: NTK is the world's largest supplier of original equipment oxygen sensors with renowned quality that meets or exceeds OEM specifications ADVANCED CERAMIC SENSOR ELEMENT. 3-stage contaminant-resistant plasma jet and deposit trap overcoat protects against element poisoning NTK ADVANTAGE: Superior dual-coated platinum interface and thinner ceramic element produces fastest light off and response times with best durability OE TECHNOLOGY: Upgraded to the latest OE technologies, NTK Oxygen Sensors are designed to reduce OE failures, enhance durability and performance EXTENSIVE TESTING: OE development includes vibration and thermal shock testing. Testing during manufacturing guarantees quality and reliability Specifications There is no specifications information available. Buyer's Guide Page 14 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D • Ford - E-Series Vans (2017-2019), V10 6.8 (2016-2017), V8 6.2 (2019); Edge V6 2.7 (2015- 2018), V6 3.5 (2015-2018); Explorer V6 3.5 (2017-2019); F-Series Super Duty Pickups V8 6.2 (2017-2019); F-53 Motorhome Chassis (2016-2019); F-59 Commercial Stripped Chassis (2016- 2019); Flex V6 3.5 (2016-2019); Fusion L4 2.5 (2018-2020), V6 2.7 (2017-2019); Mustang V8 5.0 (2015-2017); Police Interceptor Sedan V6 3.5 (2016-2019), V6 3.7 (2016-2019); Police Interceptor Utility V6 3.7 (2017-2019); Taurus V6 3.5 (2016-2019) • Lincoln - Continental V6 2.7 (2017-2020), V6 3.0 (2017-2020), V6 3.7 (2017-2020); MKS V6 3.7 (2016); MKT V6 3.7 (2016-2019); MKX V6 2.7 (2016-2018), V6 3.7 (2016-2018); MKZ V6 3.0 (2017-2020) Additional Information Page 15 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D A III ON Autopart International EXACT—PART—MATCH—INTERCHANGE Control Arm Part No L20002067535API SKU 12600125 PLA WPC Features & Benefits There is no features information available. Specifications There is no specifications information available. Buyer's Guide • Ford - Explorer (2011-2019) - Front Left; Police Interceptor Utility (2014-2019) - Front Left, (2016-2019) - Front Left Lower Additional Information Page 16 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D III Ad 1111raj,"we. ON Autopart International EXACT—PART—MATCH—INTERCHANGE Control Arm Part No L20002048858API SKU 12600208 PLA WPC Features & Benefits There is no features information available. Specifications There is no specifications information available. Buyer's Guide • Ford - Explorer (2011-2019) - Front Right; Police Interceptor Utility (2014-2019) - Front Right, (2016-2019) - Front Right Lower Additional Information Page 17 of 17 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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 some 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D 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 O1/01/2023 Risk Management- Legal Dept. Page 3 of 3 DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D ATTACHMENT D: WARRANTY REQUIREMENTS Advance Auto Parts Limited Warranty Policy General Limited Warranty Period and Applicability The warranty period is 90 days from your date of purchase or any longer warranty period that may be printed on your original sales receipt. During the warranty period, we will replace or refund, at our option, any new part that fails due to a defect in materials or workmanship under normal use and service after proper installation. Simply return the part along with your original sales receipt to any Advance Auto Parts store. You must be the original purchaser of the part and still own the vehicle on which it was installed. This warranty is not transferrable. Replacement parts are warranted for 90 days from the date of exchange or the remainder of the warranty period on the original part, whichever is longer. Refunds will only be considered if you bring the defective part to an Advance Auto Parts store along with your original sales receipt within 45 days from the original date of purchase. Refunds will be issued in accordance with our Refund Policy. Battery Limited Warranty The battery Free Replacement Period begins the day of purchase and expires at the end of the Free Replacement Period that is printed on your original sales receipt.This period does not renew when the battery is replaced during the Free Replacement Period. If the battery is found defective after the Free Replacement Period but prior to the end of the warranty period, a prorated credit will be issued that can be applied toward the purchase of a new battery. The prorated credit will be determined by dividing the original purchase price by the number of months of the warranty period,then multiplying the result by the months remaining in the warranty period. Partial months are rounded to the nearest whole month. Installation or use of an automotive battery in any other type of vehicle or equipment voids your warranty. What is Not Covered • Failure due to: accident or collision; misuse, abuse or modification;chemical fallout; salt, hail, or other environmental conditions including natural disasters; marine use; improper installation; installation of an incorrect part; and damages caused by other faulty parts. • Parts under manufacturer's recall for a related problem. • Parts installed on vehicles used off-road or for racing purposes. • Parts installed on a commercial-use vehicle after 90 days (see below). • Normal wear and tear. • Used or salvage parts. Commercial Use Vehicles Parts installed on commercial-use vehicles are warranted for 90 days from the date of purchase only, regardless of any longer warranty period that may be printed on your sales receipt. Part-Specific Requirements Certain parts must meet specific installation requirements. Failure to provide proof that these requirements have been met will void your warranty. • A/C Compressors. Flushing is required. Must also install a new receiver dryer/accumulator, orifice tube or expansion valve (as applicable). • Clutch/Clutch Kits. The clutch/clutch kit must be installed according to the manufacturer's instructions, including installation of a new pilot bearing and resurfacing of the flywheel. Clutches contaminated by oil and grease are not eligible for warranty replacement/refund. • Crankshafts. The installer must validate that the crankshaft OE number matches and there is no visible damage to the unit prior to installation. Warranty is limited to replacement of the crankshaft and bearings prior to installation. Warranted crankshafts that are returned must include the bearings supplied with the unit. • Fuel Pumps. Replacement of pump strainer(for in-tank electric pumps)and inline fuel filter at time of repair is required. Must also drain and clean fuel tanks. DocuSign Envelope ID:4614ACD0-B50C-4B3E-B913-8C6F9361 E53D Online Purchases Your local Advance Auto Parts store can assist with all warranty matters for online purchases. If you do not have a store location near you, please contact 1-877-ADVANCE(238-2623)for warranty assistance. Your online order confirmation is required to validate your proof of purchase for warranty coverage. Additional Important Information THIS LIMITED WARRANTY DOES NOT COVER LABOR COSTS OR INCIDENTAL, INDIRECT, SPECIAL OR CONSEQUENTIAL DAMAGES SUCH AS, BUT NOT LIMITED TO, PHYSICAL INJURIES OR PROPERTY DAMAGE, LOSS OF TIME, LOSS OF USE OF THE VEHICLE, INCONVENIENCE, RENTAL VEHICLE CHARGES,TOWING CHARGES OR ACCOMMODATIONS RESULTING FROM A DEFECT IN OR FAILURE OF THE PART. This limited warranty represents the exclusive remedy for any product defect or failure and the total liability of Advance Auto Parts and its subsidiaries and affiliates("Advance")for any part it warrants. ADVANCE MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY,CONDITION OF ANY KIND OR FITNESS FOR A PARTICULAR PURPOSE. Some states do not allow disclaimers of implied warranties.Therefore all implied warranties that may apply to your part are limited to the duration of this written warranty. Some states also do not allow limitations on how long an implied warranty lasts or the exclusion or limitation of incidental,special or consequential damages, so the above information may not apply to you.This warranty gives you specific rights, and you may have other rights which vary from state to state. Advance does not authorize any person to vary the terms, conditions or exclusions of this warranty. If any provision of the warranty should become invalid or unenforceable because of any laws, the remaining terms and provisions of the warranty shall remain in full force and effect. To the extent allowed under local law, the remedies provided in this Limited Warranty Policy are the customer's sole and exclusive remedies. Advance Stores Company, Incorporated, P.O. Box 2710, Roanoke VA. 24001.Visit us on the web at www.advanceautoDarts.com Page 2 of 2 rf4 I '�� I�II`�tli�tf°��Ii��,P�i'�Ip i��li��i�Iil�ii ill sill i�IliM1���1��77iiQl IICIIYVI�10�����,I,p� , w, s