HomeMy WebLinkAboutC2025-063 - 4/29/2025 - Approvedi
i
so
o� SERVICE AGREEMENT NO. 6311
Generator Preventative Maintenance and Repairs
hto PORPt 0
xs52
THIS Generator Preventative Maintenance and Repairs Agreement ("Agreement")
is entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and American Generator Services, LLC ("Contractor"), effective
upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Generator Preventative Maintenance
and Repairs in response to Request for Bid/Proposal No. 6311 ("RFB/RFP"), which
RFB/RFP includes the required scope of work and all specifications and which RFB/RFP
and the Contractor's bid or proposal response, as applicable, 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 Generator Preventative Maintenance and Repairs
("Services") 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, and in accordance with Exhibit 2.
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
four 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.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
3. Compensation and Payment. This Agreement is for an amount not to exceed
$146,500.00, subject to approved extensions and changes. Payment will be made
for Services performed 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:
Diana Zertuche-Garza
Corpus Christi Water
Phone: 361-826-1827
Email: dianag@cctexas.com
5. Insurance; Bonds.
(A) 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.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services 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 Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal 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.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service 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.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
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 Services 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 performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
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: Diana Zertuche-Garza, Contract Funds Administrator
Corpus Christi Water
2726 Holly Road, Corpus Christi, Texas 78415
Phone: 361-826-1827
Fax: 361-826-7215
IF TO CONTRACTOR:
American Generator Services, LLC
Attn: Andrew Sanchez
Owner
276 CR 3571, Sandia, Texas 78383
Phone: 361-834-9383
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
Fax: n/a
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMN►TEES") 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
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.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
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.
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.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
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.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
CONTRACTOR
142.
Signature: A�r ,�,Tantrr,(Mar24,202514:57CDT)
Printed Name: AndrewSanchez
Title: CEO
Date: 03/24/2025
CITY OF CORPUS CHRISTI
L y� M2025-044
r+�_irha��rixeerl ��^
SPrgin V' asana r30,2025 17-16 CDT)
Sergio Villasana
Director, Finance & Procurement 4/29/2025
Date:
04/30/2025 Rfsa
Attached and Incorporated by Reference:
Attachment A: Scope of Work ATTEST:
Attachment B: Bid/Pricing Schedule ��beGGa �f�t�l-ta
Attachment C: Insurance and Bond Requirements
Rebecca Huerta(Apr 30,2025 17:35 CDT)
Attachment D: Warranty Requirements Rebecca Huerta
Incorporated by Reference Only: City Secretary
Exhibit 1: RFB/RFP No. 6311
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
i
Affachment A: Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide generator preventative maintenance and
repairs on an as-needed basis.
B. The Contractor shall provide services for the following generators: two
Caterpillar, four Generac, one Kohler, one Olympian, one Rolls Royce,
two Taylor, and one CK-Power (O.N. Stevens mobile).
C. The Contractor shall be responsible for furnishing labor, supervision, tools,
materials, and all equipment necessary to perform preventative
maintenance and repair services in accordance with the scope of work.
D. The Contractor shall provide emergency and non-emergency generator
repairs. The Contractors' technician shall be available 24 hours a day,
seven days a week for emergency services.
E. The Contractor shall provide a preferential response for any emergency
services requested by the City.
F. All work performed under this contract must be performed in accordance
with all applicable codes and standards.
G. The Contractor must ensure that all work is performed in a safe manner
and shall provide all necessary equipment and barriers to protect the
work site, workers, City employees, City vehicles, and property.
1.2 Preventative Maintenance
A. The Point of Contact or designee will provide a schedule for preventative
maintenance for generators.
B. Scheduled preventative maintenance will be performed Monday -
Friday, from 8:OOAM to 4:OOPM. The Contractor shall check in and check
out with the onsite CCW Work Coordinator before and after all authorized
work is performed.
C. The preventative maintenance services must include, at a minimum, tasks
outlined below. This list is not intended to be all inclusive for each
generator.
1. Check and test all safety devices
2. Check engine coolant
3. Check for faults/codes and correct deficiencies
Page 1 of 5
4. Adjust the fuel regulator (if applicable)
5. Inspect the fuel system, air intake, and exhaust systems
6. Inspect oil for contamination, if necessary, perform metal wear analysis
7. Test and inspect battery charging cables and connections
8. Perform fuel analysis, if necessary (diesel fuel generator)
9. Remove and replace lubricating oil and filters
10.Remove and replace fuel filter and air filter, as required
11 .Remove and replace spark plugs, as required
12.Manually start the generator
13.Verify voltage and frequency output
14.Adjust engine speed as required
15.Supply load test equipment and perform load test as per the
requirement of the generator or informed by the CCW Work
Coordinator
16.Transfer switches
a. Inspect and clean each drive
b. Lubricate moving parts and contact surfaces
c. Inspect and ensure all connections are tight and meet required
and/or recommended torque specifications
d. Perform power transfers to ensure proper operation
17.Dispose of any used parts and fluid in accordance with current EPA
and/or TCEQ rules and regulations.
18.Provide a written report to CCW Work Coordinator after each
inspection or repair call detailing any conditions found and advising if
further service will be required.
D. The Contractor shall perform repair and replacement parts identified
during preventative maintenance. Preventative repairs must be made to
prevent an unscheduled generator breakdown and to ensure continued
normal operation of generator. Replacement of parts must be made to
extend the useful life of the generator.
E. Once necessary parts are identified for repair and replacement, the
Contractor shall provide an estimate inclusive of labor, parts, and
materials cost to the on-site CCW Work Coordinator for approval.
F. The Contractor shall document all repairs. A copy of each preventative
maintenance service and repair report will be provided to onsite
Page 2 of 5
personnel at the time of completion and shall provide the following
information:
1 . Service address
2. Model and serial number of equipment repaired
3. Description of repairs
4. Itemized list of replacement parts and materials
5. Start time, end time and total hours worked
6. Name of authorizing City personnel
1.3 Repair Service
A. The Contractor will receive a request from the onsite CCW Work
Coordinator to correct any problems on a specific generator that needs
repairs.
B. Callback includes emergency or non-emergency repair services. The
onsite CCW Work Coordinator will use prudent judgment to define
emergency or non-emergency repair services. The CCW Work
Coordinator's decision shall remain final, and the Contractor shall act
accordingly.
C. The Contractor will receive emergency repair requests via telephone from
the CCW Work Coordinator and must call back within 15 minutes. The
Contractor shall be onsite within a two-hour response time.
D. The Contractor shall be onsite within three hours if it is a non-emergency
request.
E. In the event of adverse weather, i.e. hurricane, storm, tornado, etc., the
Contractor shall be available after the post-weather event.
F. The Contractor shall identify the repair required and provide the onsite
CCW Work Coordinator with a written estimate of the time and parts and
materials required for the repair and must obtain authorization from onsite
CCW Work Coordinator prior to performing the repair.
G. The Contractor shall complete repairs within 24 hours of arrival onsite. The
Contractor will communicate to onsite CCW Work Coordinator any
conditions that may delay work being completed within 24-hour period.
H. In case of emergency or adverse weather, the City reserves the right to
use another contractor, if the Contractor's response times are non-
compliant.
I. If the Contractor is required to leave the premises to obtain parts or
materials, onsite CCW Work Coordinator must be notified.
Page 3 of 5
1_4 Parts and Warranty
A. The Contractor shall make repairs using new and unused Original
Equipment Manufacturer (OEM) parts or City approved equivalent parts.
The Contractor shall submit OEM equivalent parts for approval.
B. The Contractor must provide one-year warranty on repairs and one-year
warranty or manufacturer's warranty on OEM parts. The Contractor shall
warrant City approved equivalent parts for 90 days.
C. Warranty repairs must be corrected in a timely manner upon notification.
If the Contractor fails to proceed promptly, the City may have the defects
corrected by a third party and the Contractor shall be liable for all
expenses incurred. Such action will not relieve the Contractor of further
warranty liabilities.
D. The Contractor will be responsible for submitting warranty claims to
manufacturer.
1.5 Service Personnel
A. The Contractor must employ sufficient full-time service personnel to
perform the services outlined in this contract. The Contractor's service
technician must be trained, experienced, and qualified to perform the
services outlined in this contract.
B. The Contractor shall provide proper Personnel Protective Equipment (PPE)
for their employees performing the work as required by OSHA and any
other federal, state, or local codes, laws and regulations.
C. The Contractor's technician shall check in with the onsite CCW Work
Coordinator prior to commencing work and check out after completing
the work. This requirement applies to regular maintenance and call-back
repairs.
1.6 Work Site Locations
Location-Address Generator Model # Generator Serial # KVA PM
or Kw
1 Holly EST; 4917 Holly Rd., Catepillar DG150-2; 150 4500502 150 Yes
Cor us Christi, TX 78411 kw/60 Hz/1800 RPM Kw
Staples Pump Station; 5501 D450; 450 kw/60 Taylor T
2 Co. Rd. 2444, Corpus Christi, TaHzylorT/1800 RPM X16cl l3606 60 00 Yes
TX 78415
Kw
Rand Morgan GST; 9355 Caterpillar DG-150-2; 150 150
3 Leopard St., Corpus Christi, kw/60 Hz/1800 RPM CATD6150LT4500581 Kw Yes
TX 78409
Page 4 of 5
i
I
s
1
I
Navigation Pump Station; Taylor TD450; 450 kw/60 600
4 302 Navigation Blvd., Hz/1800 RPM X16E196614 Kw Yes
Corpus Christi, TX 78408
Oso Wetlands Preserve; Kohler IORESVL; 9
5 2446 N. Oso Pkwy, Corpus Kw/240V/3600 RPM SGV324DJ7 9 Kw Yes
Christi,TX 78414
ONS Maintenance Shop Rolls Royce MTU 1 OV0068/60 125
6 Generator, 13101 Leopard Hz/180ORPM MT-0092651-0520 Kw Yes
St., Corpus Christi, TX 78410
Flour Bluff EST, 2034 Flour
7 Bluff Dr., Corpus Christi, TX Generac S6 3013999493 K w Yes
78418
ONS Mobile Generator ONS
8 Water Treatment Plant, CK-Power; Model 20132095-407 350 Yes
13101 Leopard St., Corpus CK430VM-T4 Kw
Christi,TX 78410
9 Wesley Seale Dam, 299 Co. Olympian B50P3 OLYOOOOOCNPF01601 50 Kw Yes
Rd. 365, Sandia,TX 78383
Choke Canyon Dam #1842-201 1 Generac Model 40 Kw
10 (Spillway), 150 S.Shore Park 13092150200; Type Code- 2110773 50KVA Yes
Rd., Three Rivers,TX 78071 56004OK16034.2V18HPNLA
Choke Canyon Dam (Shop), #1843-2022 Generac Model
11 150 S. Shore Park Rd.,Three 00070430 3001422103 24 Kw Yes
Rivers,TX 78071
Choke Canyon Dam, 150 S. #1846-2022 Generac Model
12 Shore Park Rd., Three Rivers, G0069981 3013047359 7.5 Kw Yes
TX 78071
Page 5 of 5
i
it
� Ue Attachment B: Bid/Pricing Schedule
CITY OF CORPUS CHRISTI
I ° CONTRACTS AND PROCUREMENT
i
BID FORM
RQA C
zsa2 RFB No. 6311
Generator Preventative Maintenance and Repairs for
Corpus Christi Water
J� Z��� E7OF2
Date: Z
Authorized
Bidder: ( o'fCdN Il 'tlL�' s'�'�'� Signature:
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 ail 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.
Item Description Unit Yearly Qty Unit Total Price
Price
Pceientc�tlue Mnrtelnanee&tRe_ait$
1 Catepillar DG150-2;150 Kw/60 Hz/1800 RPM; EA 2
Holly EST,4917 Holly Rd.,Corpus Christi,TX L�
TaylorTD450,,.450 Kw/60 Hz/1800 RPM;Staples
2 Pump Station,5501 Co,Rd.2444,Corpus EA 2 � ' 4 Christi,TX
Cateplilar DG-150-2;150 Kw/60 Hz-1800 RPM;
3 Rand Morgan GST,9355 Leopard St.,Corpus EA 2
Christi,TX U oo
4 Taylor TD450;450 kw/60 Hz/1800 RPM,302 EA 2 6L7
Navi ation Blvd.,Corpus Christi,TX
Kohler l0RESVL;9 Kw/240V/3600 RPM;Oso
5 Wetland Preserve,2446 N.Oso Pkwy,Corpus EA 2 0
Christi,TX 1100 G
Rolls Royce MTU 1OV0068/60 Hz/1800 RPM;ONS
6 Maint.Shop Generator, 13101 Leopard St., EA 2 boo
Cor us Christi,TX
Page 2 of 2
item Description Unit Yearly Qty. unit Total Price
Price
Generac S6;Flour Bluff EST,2034 Flour Bluff Dr., � (9�
Corpus Christi,TX EA 2
CK-Power;Model CK430VM-T4;DNS Mobile D
8 Generator, 13)01 Leopard St.,Corpus Christi, EA 2
TX C
9 Olympian B50P3;Wesley Seale Dam,299 Co. EA 2
Rd.365,Sandia,TX ZI b
#1842-2011 Generac Model 13092150200,40
KW/50KVA;Type Code-
10 S60040K6034.2V18HPNLA;Choke Canyon Dam EA 2
(Spillway), 150 South Shore Park Rd,Three
Rivers,TX
#1843-2022 Generac Model G0070430,24 KW; - N
11 Choke Canyon Dam(Shop),150 South Shore EA 2 (�l V
Park Rd,Three Rivers,TX
#1846-2022 Generac Model 00069981;7.5
12 KW;Choke Canyon Dam, 150 South Shore Park EA 2 too 290
Rd,Three Rivers,TX
PartsJMa�eriai
13 Parts/Material EA 30,000.00
14 Shipping Allowance for Parts/Material EA $2,500.00
labor
15 Technician-Monday-Friday 8:00am-4:00pm Hft 500 �o Q E1 vp
16 Technician--After Hours,Holidays,Weekends HR 250 0,1 e)
Total
$146,5500.00
i
i
i
Attachment C: Insurance and Bond Requirements
A. CONTRACTOR'S LIABILITY INSURANCE
1. 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.
2. 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 $1,000,000 Per Occurrence
Including:
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
3. 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.
Page 1 of 3
B. ADDITIONAL REQUIREMENTS
1. 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
that all workers' compensation obligations incurred by the Contractor will be promptly
met.
2. 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.
3. 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
4. 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.
5. 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.
Page 2 of 3
i
i
I
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
6. 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.
7. 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.
8. 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.
9. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
No bond is required for this agreement.
2024 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2024 Risk Management - Legal Dept.
Page 3 of 3
Attachment D: Warranty Requirements
1 . The Contractor must provide a one-year warranty on repairs.
2. The Contractor must provide a one-year warranty or manufacturer's
warranty on OEM parts.
3. The Contractor shall warranty City approved equivalent parts for 90 days.
4. Warranty repairs must be corrected in a timely manner upon notification. If
the Contractor fails to proceed promptly, the City may have the defects
corrected by a third party, and the Contractor shall be liable for all
expenses incurred. Such action will not relieve the Contractor of further
warranty liabilities.
5. The Contractor will be responsible for submitting warranty claims to the
manufacturer.
Page 1 of 1