HomeMy WebLinkAboutC2025-269 - 12/16/2025 - Approved -� SERVICE AGREEMENT NO. 6576
Generator Preventative Maintenance and Emergency
Repair for Facilities
THIS Generator Preventative Maintenance and Emergency Repair for Facilities
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 Emergency Repair for Facilities in response to Request for Bid/Proposal No. 6576
("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 shall provide Generator Preventative Maintenance and
Emergency Repair for Facilities ("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 renew 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 at the appropriate pro rata amount, based on the amount listed
in Attachment B, for the month-to-month term. 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' advance written notice
to the other Party.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form Sept. 2025
3. Compensation and Payment. This Agreement is for an amount not to exceed
$503,845.06, subject to approved amendments and changes. Payment will be
made for Services performed and accepted by the City within 30 days of the
invoice date, 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.
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, TX 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:
Attn: Rebecca S. Guerra
Asset Management - Fleet Maintenance
Phone: 361-826-3327
RebeccaS@coruschristitx.gov
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
may be stated on 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 their entireties.
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form Sept. 2025
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 employee 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, 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
Quote/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 Service and/or 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
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form Sept. 2025
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 the determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform the Services and 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 and
executed by an authorized representative of each party.
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. Reserved.
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: Rebecca S. Guerra
Asset Management - Facility Maintenance
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3388
Fax: 361-826-4394
IF TO CONTRACTOR:
American Generator Services, LLC
Attn: Andrew Sanchez
Title: CEO
Address: 14317 NW Blvd., Corpus Christi, Texas 78410
Phone: 361-724-4331
Fax: N/A
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES, AND
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form Sept. 2025
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 THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR
RESULTS FROM THE NEGLIGENT ACT, OMISSION, 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.
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 goods purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
goods and prior to receipt of the final payment by the City.
20. Limitation of Liability. Each party's maximum liability under this Agreement is
limited to the total amount of compensation shown listed in Section 3 of this
Agreement. In no event shall either party be liable for incidental, consequential,
or special damages.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form Sept. 2025
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 law.
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 forum and
venue for such disputes is the appropriate district or county court in Nueces
County, Texas. In accordance with Chapter 2271 , Texas Government Code, if this
contract has a value of $100,000 or more paid wholly or partly from public funds
and the Contractor has 10 or more full-time employees, Contractor verifies that
the Contractor does not boycott Israel and will not boycott Israel during the term
of this Agreement. In accordance with Chapter 2274, Texas Government Code,
Contractor verifies that the Contractor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association and will not discriminate during the term of the Agreement against a
firearm entity or fire trade association. In accordance with Chapter 2276, Texas
Government Code, Contractor verifies that the Contractor does not boycott
energy companies and will not boycott energy companies during the term of this
Agreement.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form Sept. 2025
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.
(Signature Page Follows)
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form Sept. 2025
American Generator Services, LLC
A11#ew Sahchez
Signature: Andrew 5-1-(D-23,20250959:10 CST)
Andrew Sanchez
Printed Name:
Title: CEO
Date: 12/23/2025
M2025-171 Arlthorized By
CITY OF CORPUS CHRISTI C:or1170i1 12/16/2025
R ,e[Erd� e , 14:1s�Cm 12/23/2025
A015U
Rachel Erben Date
Assistant Director- Contracts & Procurement
Reviewed by:
Nora ,!424� 12/23/2025
(Vora Vargas Dec 23, 2513:SZU 2:lI C5T)
Purchasing Manager Date
ATTEST:
Attached and Incorporated by Reference: Rebecca— 2D2ta
Rebe¢a HueHa(Dec 3,3,202515:1034 CST)
Attachment A: Scope of Work Rebecca Huerta
Attachment B: Quote/Bid/Pricing Schedule city secretary
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 6576
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form Sept. 2025
Attachment A - Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide Generator Preventative Maintenance on
an annual basis, Repair, and Generator rentals on an as-needed basis.
B. The Contractor shall provide services to multiple generators of various
brands - Olympian, Caterpillar, Generac, Onan, Baldor, and Detroit,
which are listed in Work Locations listed below. The City may add or
remove generators from the list at their own discretion.
C. The Contractor shall be responsible to furnish labor, supervision, tools,
materials, and equipment necessary to perform preventative
maintenance and repair services in accordance with all terms,
conditions, and schedules of this scope of work.
D. The Contractor shall provide emergency and non-emergency
generator repairs. The Contractor technician shall be available 24 hours,
7 days a week for emergency services.
E. The Contractor shall provide preferential response for any emergency
services requested by the City over any non-agreement customers.
F. All work performed under this contract shall be performed in
accordance with all applicable codes and standards.
1.2 Preventative Maintenance
A. The Contractor will perform preventative maintenance
services on an annual basis. The service to be completed
on or before the date of the last preventative maintenance
performed. The city, will schedule preventative
maintenance service visits.
B. Preventative maintenance will be performed, Monday to
Friday, from 8:00 AM to 5:00 PM. The Contractor will check
in and check out with the Electrical Superintendent before
and after all authorized work is performed.
C. The preventative maintenance services shall include at a
minimum the following tasks outlined below. This list is not
intended to be aUnclusive for each generator. The
Contractor shall also comply with the specific
recommendations of the Original Equipment Manufacturer
recommendation for the preventative maintenance and
Revised 1 1.30.20
Page 1 of 1 1
for all parts/materials/fluid requirements.
a. Complete inspection of engine, generator, transfer
switch and associated equipment, including the
battery, battery charger, control panel, gauges,
support structure, mounting systems, fuel tanks, and
exterior of equipment.
b. Check and test all safety devices.
c. Check Engine Coolant.
d. Check for fault codes and correct deficiencies.
e. Verify voltage and frequency output.
f. Adjust engine speed.
g. Adjust fuel regulator (if applicable).
i. Inspect fuel system, air intake, and exhaust systems.
J. Inspect oil for contamination, if necessary, perform metal wear
analysis.
k. Perform fuel analysis, if necessary (diesel fuel
generator).
I. Remove and replace lubricating oil and filters.
m. Remove and replace fuel filter and air filter on gasoline and diesel
generators.
n. Remove and replace sparkplugs on gasoline, propane and CNG
generators.
o. Test and inspect battery charging system for proper function.
p. Manually start the generator.
q. Supply load test equipment and perform load test as
requested by Facilities Maintenance.
r. Transfer Switches
i. Inspect and clean each drive
ii. Lubricate moving parts and contact surfaces
iii. Inspect and ensure all connections are tight and meet
required and/or recommended torque specifications
iv. Perform power transfers to ensure proper operation.
s. Dispose of any used parts and fluid in accordance with
current EPA and/or TCEQ rules and regulations.
t. Test any electronic components.
D. The Contractor shall repair and/or replace parts identified
during preventative maintenance. Preventative repairs
Revised 1 1.30.20
Page 2 of 1 1
shall be made to prevent an unscheduled generator
breakdown and to ensure continued normal operation of
the generator. Replacement of parts shall be made to
extend the useful life of the generator.
E. Once the Contractor identifies the necessary repairs
and/or replacement of parts, the Contractor shall provide
a "not to exceed estimate" inclusive of labor and
parts/material cost to the Electrical Superintendent for
approval.
F. The Contractor shall completely document all repairs. A copy
of each preventative maintenance service and repair report
will be provided to Facility Maintenance at the time of
completion and shall provide the following information:
1 . Service Address
2. Work Order number
3. Unit number
4. Model and serial number of equipment repaired
5. Description of the repairs
6. Itemized list of replacement parts/materials
7. Name of approving personnel
1.3 Repair Service
A. Repair service is a request from the Contract Administrator or
Electrical Superintendent to the Contractor requesting the
Contractor to repair a specific generator.
B. Call back includes emergency or non-emergency repair
services. The City's Electrical Superintendent will use prudent
judgment to define an emergency or non-emergency. The City's
Electrical Superintendent's decision shall remain final and the
Contractor shall act accordingly.
C. The Contractor will receive emergency repair requests via
telephone and must call back within 15 minutes of call being
placed by the City's Electrical Superintendent. During an
emergency, the Contractor shall reach the site within a two-hour
response time.
D. During anon-emergency,the Contractor shall be available at
the site within a three-hour response time.
E. In the event of adverse weather i.e. hurricane, storm, tornado
etc., the Contractor shall be available immediately, if necessary,
after the post weather event.
F. The Contractor shall identify the repair required and provide the
City's Electrical Superintendent with a written estimate of the
Revised 1 1.30.20
Page 3 of 1 1
time and parts/materials required for the repair to obtain
approval to perform the repair.
G. The Contractor shall complete repairs within 24 hours of arrival on
site. The Contractor will communicate to the Electrical
Superintendent 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 response times
are non-compliant.
I. Contractor shall only invoice the City for the time spent on the
property.
j. The Contractor shall provide an in-kind generator replacement at
cost plus the part percentage markup and labor if a generator
cannot be repaired
1.4 Generator Rentals
A. The City, will request the Contractor to provide a generator rental
if the City needs back up power or the current generator is non-
repairable.
B. The Contractor shall supply a temporary back-up generator
meeting the load rating of the affected site to ensure continuity
of operations. The Contractor shall supply necessary accessories
to start the generator.
C. In case of non-emergency or emergency, the City reserve the
right to use another contractor, if the contractor response
times are non-compliant.
D. The City may rent generators that vary in size up to 600KW.
E. The Contractor shall be responsible for the delivery and pick up of
the generator and the loading and unloading of the generator.
F. The rental period will start when the equipment leaves from the
Contractor premises and the rental period will end when the City
of Corpus Christi notifies the Contractor that the generator is no
longer required.
G. The City may rent generators on a Single Shift, Double Shift or Triple
Shift, depends on the circumstances. A Single Shift is defined as 8
hours/day, 40 hours/week and 160 hours/month. A Double Shift is
defined as 16 hours/day, 80 hours/week and 320 hours/month. A
Triple shift is defined as unlimited usage in a day, week and
unlimited month. Month is defined 28 days and Week is defined as
7 days.
H. During the rental period, the contractor shall be responsible for
Revised 1 1.30.20
Page 4 of 1 1
the preventative maintenance, repairs and/or replacement of
parts of the generator.
I. The Contractor shall provide a price inclusive of insurance and damage
waiver.
J. The Contractor shall deliver the generator full of required fuel.
1.5 Parts and Warranty
A. The Contractor shall make repairs using new and unused
Original Equipment Manufacturer (OEM) parts.
B. The Contractor shall provide one-year warranty on repairs
and one-year warranty or manufacturer warranty on OEM
parts.
C. Warranty repairs shall be corrected in a timely manner
upon notification. If the Contractor, after notice, fails to
proceed promptly, the City may have the defects
corrected by another contractor and the Contractor shall
be liable for all expense incurred. Such action shall not
relieve the Contractor of further warranty liabilities.
D. The Contractor will be responsible for submitting warranty claims to
the manufacturer.
1.6 Estimating General Requirements
A. The Contractor shall provide Emergency Generator Routine Inspection,
Testing, General Preventative Maintenance and Repair Service to City
Owned locations listed in this Scope of work on as needed basis.
B. The Contractor shall have enough responsible and trained personnel to
provide the required services.
C. The Contractor shall furnish labor, parts, supplies, materials, tools, and
equipment necessary to perform the services for all locations.
D. All work performed must be accomplished in a manner that meets all
applicable specifications, trade standards and provisions, and federal,
state, and local codes and regulations.
1.7 Service Call
A. The City will provide the work order before commencement of services. The
Contractor shall request the work order from the City's Electrical
Superintendent, if City fails to provide.
Revised 1 1.30.20
Page 5 of 1 1
B. To minimize overstaffing, the City staff shall provide work description in the
Work Order or explain by email/phone. Based on description, Contractor
will have a general idea of the work prior to commencement. The
Contractor shall not overstaff for job repairs and the City's reserves the right
to pay the price based upon customary trade practices.
C. After inspection of work, if the anticipated cost of labor and materials
exceeds $1000, the Contractor must obtain approval from the City's
Electrical Superintendent prior to commencement of work.
D. The Contractor shall perform service calls during normal working hours 8:00
AM to 5:00 PM, excluding City holidays. The Contractor shall be on site
within two hours or within an agreeable time frame determined by the
Electrical Superintendent.
E. Emergency service calls are defined as an event which requires immediate
action to prevent a hazard to life, health, safety, and property. Contractor
shall be on site within an agreeable time frame determined by the
Electrical Superintendent.
F. The Contractor shall check in with the Electrical Superintendent at the
location upon arrival and check out after completion of work.
G. If the Contractor is required to leave the premises to obtain parts/ materials,
the Electrical Superintendent must be notified.
H. The Contractor shall only invoice the City for the time spent on the property.
I. Upon completion of the routine or emergency service call, the Contractor's
representative shall provide an invoice and an invoice submittal checklist.
The checklist shall include, but not limited to - Company Name, Name of
technician and/or helper, Date of Service, Detailed Description of the work
performed, parts and materials used, Work Order number, unit number,
service agreement number, P.O. number if applicable and total time spent
on job, and the name of the approving personnel.
J. Along with making repairs, the Contractor shall be required to remove
existing materials and dispose all waste materials when performing repairs
or part replacement.
K. The Contractor shall be responsible for making repairs damaged during the
completion of work or as a result of action or inaction by contractor's staff.
1.8 Recordkeeping
The Contractor shall establish and maintain a log delineating complete and
accurate records of all repairs, parts, supplies and materials for each location
for the term of the Contract. The Contractor shall update the logs after each
service defined in the Contract.
Revised 1 1.30.20
Page 6 of 1 1
1.9 Service Personnel
A. Any personnel assigned to the service agreement shall meet all applicable
certification requirements of any regulatory agency having jurisdiction. The
Contractor shall ensure that all personnel are continuously trained to meet
the latest industry standards.
B. The Contractor shall ensure that all crews are fully and properly equipped
to perform services promptly and safely without delay. All personnel
assigned to the service agreement shall wear a uniform, including safety
equipment and any company issued photo identification. Contractor's
employees working on site shall wear clothing with an identification logo
bearing the name of the company visible from 15 feet. All personnel shall
be neatly dressed in shirts, safety shoes and long pants. Shorts or torn
clothing are unacceptable. Clothing worn shall be suitable for electrical
work in accordance with NFPA 70E requirements.
C. If the service personnel does not perform as per requirement, the City has
the right to reject the personnel and the Contractor is liable to deploy new
personnel.
D. The Contractor shall conduct background checks for all personnel before
assigned to work under this agreement. The City of Corpus Christi may ask
for background check report from the Contractor. The City reserves the
right to approve or refuse employees because of the background check.
The Background check will be done at the sole expense of the Contractor.
1.10 Invoicing
A. Each month, the Contractor shall submit the invoice for repair services to
the City's Contract Administrator. Invoice must contain following:
a. Service address
b. Purchase order number
c. Unit number
d. Description of work
e. Total hours billed, itemized by position and hourly rate
f. Work order number
g. Copies of all invoices for parts/materials (to verify markup %)
h. Listing of parts/materials used
i. Name of the approving personnel
B. Approval for payment shall be authorized by the City's Electrical
Superintendent.
Revised 1 1.30.20
Page 7 of 1 1
1.11 Safety
A. The Contractor shall barricade or place cones around the work area
before commencing services. The Contractor shall safeguard the area
while services are being performed. Contractor shall try to minimize an
interference to the building occupants with the day-to- day operations. The
Contractor shall be responsible for assuring the safety of its employees, City
employees, and the public during performance of all services under this
agreement.
B. The Contractor shall not store worn or defective parts on City premises at
the end of the work-day, unless otherwise approved by the Electrical
Superintendent or designee.
C. The Contractor must clean work site from debris or hazards after
completion of work.
D. The Contractor shall dispose all worn/defective parts, oils, solvents, in
accordance with all applicable laws, rules and regulations as to ensure the
highest level of safety to the environment and public health.
E. All personnel exposed to hazardous voltages shall comply with NFPA 70e as
required.
F. Contractor shall comply with Lock Out Tag Out practices to isolate/secure
all energy sources prior to any work being performed.
1.12 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control
Program that is acceptable to the Contract Administrator to assure that the
requirements of the Contract are provided as specified. The Contractor will also
provide supervision of the work to ensure it complies with the contract
requirements.
1.13 Work locations
The Contractor shall perform general services to the following locations
including but not limited to:
BUILDING Address Manufacturer/ Serial # KW
Model
Health 1702 Horne Rd,
1 Department Corpus Christi, TX KOHLER/ TS-883 2055881 500
78416
1201 Leopard St, MAGNA
3 City Hall Corpus Christi, TX ONE/680FDR8062 SE3293432 500
78401 GG
Gas 4225 S Port Ave, 34LLGMJH00
4 Department Corpus Christi, TX Kohler 02 135
78415
Revised 1 1.30.20
Page 8 of 1 1
321 John Sartain St,
5 Police Corpus Christi, TX OLYMPIAN/ B50P3 PF01601 OOCN 500
Department 78401 FO1
CCPD Motor Service Center Drive, Generac/
6 Pool BLDG 5 Corpus Christi, TX 3859010100 2076244 150
78415
2402 Leopard St,
7 Frost Bank Corpus Christi, TX Generac 3005196509 500
78408
City Fuel 2726 Service Center 2018 KOHLER/ 339TGVFPO4
8 Station Drive, Corpus Christi, 20RESC 36 17
TX 78415
Utilities - Intersection at
12 Staples Booster County Rd TAYLOR 450 X16C1 13606 450
Pump Station 43/FM2444
Utilities - 302 Navigation
13 Navigation Corpus Christi, Tx TAYLOR 450 X16E196614 450
Booster Pump 78408
Station
2726 Civitan Bldg 3B GENERAC/
14 Fleet Corpus Christi, Texas GENERATOR 2076244 300
78415
JC Elliot 6594 Greenwood COLEMAN
15 Transfer Station Corpus Christi, Texas EN/C41 17GP 03013867 100
78415
Water Utility 2726 Holly Rd
16 Building Corpus Christi, Texas KOHLER/ 80RZ207 260073 300
78415
2626 Holly 3MVGMHJ00
17 Animal Care Corpus Christi, Texas KOHLER 6.2 KG125 04 300
78415
Fire Station 2 13421 Leopard
19 Corpus Christi, Texas KOHLER SGV323DTB
78410
Fire Station 3 1401 Morgan Ave
20 Corpus Christi, Tx GENERAC 5830117 24
78404
Fire Station 4 2338 Rodd Field Rd
21 Corpus Christi, Texas GENERAC 5577230 20
78414
Fire Station 6 6713 Weber Rd.
23 Corpus Christi, Texas GENERAC 4790442
78413
Revised 1 1.30.20
Page 9 of 1 1
Fire Station 11 910 Airline Rd.
28 Corpus Christi, Texas KOHLER SGV322K24
78412
Fire Station 13 1802 Waldron Rd
30 Corpus Christi, Texas KOHLER SGV322JVV 18
78418
Fire Station 14 5901 S. Staples
31 Corpus Christi, Texas GENERAC 4083441
78413
Fire Station 15 14202 Commodores
32 Corpus Christi, Texas GENERAC 5098800
78418
Fire Station 16 8185 State Hwy 361
33 Corpus Christi, Texas HOLT/OLYMPIAN T0026 OOKN
P
78373 T00265
Fire Station 17 6869 Yorktown Blvd
34 Corpus Christi, Texas GENERAC 2098332 35
78414
Fire Station 18 6226 Ayers
35 Corpus Christi, Texas KOHLER 80 SGM32K8DP
78415
Fire 1501 Holly Rd.
36 Warehouse Corpus Christi, Texas KOHLER 100 SGM32JNFZ
78417
1.14 Generator Rental Price list
A. The City will request the Contractor to provide a generator rental if the
City needs back up power or the current generator is non-repairable.
B. The Contractor shall supply a temporary back-up generator meeting
the load rating of the affected site to ensure continuity of operations.
The Contractor shall supply necessary accessories to start the
generator.
C. In case of non-emergency or emergency, the City reserves the right to
use another contractor, if the contractors' response times are
noncompliant.
D. The City may rent generators that vary in size up to 600 kw.
E. The Contractor shall be responsible for the delivery and pick up of the
generator and the loading and unloading of the generator.
F. The rental period will start upon delivery from the Contractor's premises
and the rental period will end when the City notifies the Contractor
that the generator is no longer required.
Revised 1 1.30.20
Page 10 of 1 1
G. The City may rent generators on a single shift, double shift, or triple shift,
depending on the circumstances.
a. A single shift is defined as eight hours a day, 40 hours a week,
and 160 hours a month.
b. A double shift is defined as 16 hours a day, 80 hours a week, and
320 hours a month.
C. A triple shift is defined as unlimited usage in a day, week, and
unlimited month.
d. Week is defined as seven days.
H. During the rental period, the Contractor shall be responsible for the
preventative maintenance, repairs, and/or replacement of parts of
the generator.
I. The Contractor shall provide a price inclusive of insurance and
damage waiver.
J. The Contractor shall deliver the generator full of required fuel. The
Contractor will be responsible for supplying the fuel at the start of the
rental period. The generator shall be returned with a full tank of fuel to
the Contractor.
K. If the Contractor does not have a generator as per specifications
given by Electrical Superintendent, the Contractor shall provide a rate
for an equivalent generator.
L. The Contractor shall provide pricing for generator pricing on Exhibit A.
Prices quoted on Exhibit A will be used at time of rental.
Revised 1 1.30.20
Page 11 of 1 1
Exhibit A
Generator Rental Price List
A. If the Contractor does not have the generator specified, then the Contractor can provide a rate for
the equivalent one.
B. The Contractor shall provide a rate for emergency rental.
Item Type of Generator Daily Rental Weekly Rental Monthly Rental
1 MAGNA ONE/680FDR8062GG $ 960 $ 2,880 $ 8,640
2 CATERPILLA/3304 PC $ 1,164 $ $
3 OLYMPIAN/ B50P3 $ 396 $ 961 $ 2,452
4 Generac/3859010100 $ 644 $ 1,615 $ 4,034
5 Generac/433RSL4021 $ 2,006 $ 5,009 $ 12,526
6 2018 KOHLER/20RESC $ 681 $ 1,697 $ 4,241
7 COLEMAN EN/ C4117GP $ 396 $ 961 $ 2,452
8 LIMA ELECT/2846-0-814 $ 1,164 $ $
9 COLEMAN EN/ C4117GP $ 396 $ 1,697 $ 4,241
10 GENERAC/ GENERATOR $ 644 $ 1,615 $ 4,034
11 BELOIT/ POW $ 2006 $ 5009 $ 12,526
12 KOHLER/80RZ207 $ 616 $ 1,536 $ 3,841
13 CATERPILLA/3304 PC $ 1,164 $ 2,544 $ 6,458
Page 1 of 1
CITY OF CORPUS CHRISTI
FINANCE & PROCUREMENT
• BID FORM
RFB No. 6576
Generator Preventative Maintenance and Emergency
Repair for Facilities
P GE 1 OF 2
Date: 07-15-2025
American Generator Services Authorized
Bidder: 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 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.
Item Description Location Unit Qty for Unit Total
1 year Price Price
Technical Maintenance and Repairs
All Hour $ 160 $ 160,000
1
Normal Hours (M-F 8:00am-5:00pm) 1,000
Technical Maintenance and Repairs After
Hours (M-F 5:01 pm-7:59am, Holidays & All Hour 400 $ 200 $ 80,000
2 Weekends)
Kohler 5001<w
Scheduled Inspection & Annual Health
Preventative Maintenance Normal Hours Annual 1 $ 1,997.99 $ 1,997.99
Department
3 (M-F 8:00am-5:00pm)
Magna One 500kw
Scheduled Inspection & Annual City Hall Annual 1 $ 1,810.32 $ 1,810.32
Preventative Maintenance Normal Hours
4 M-F 8:00am-5:00pm
PAGE 2 OF 2
Olympian 500kw
Scheduled Inspection & Annual Police Dept Annual 1 $ 1,715.57 $ 1,715.57
Preventative Maintenance Normal Hours
5 M-F 8:00am-5:00pm)
Generac 4001<w
Scheduled Inspection & Annual Frost Bank Annual 1 $ 2,297.61 $ 2,297.61
Preventative Maintenance Normal Hours
6 M-F 8:00am-5:00pm)
Taylor 450kw Utilities-
Staples
Scheduled Inspection & Annual Booster Annual 1 $ 2,048.17 $ 2048.17
Preventative Maintenance Normal Hours Pump
7 (M-F 8:00am-5:00pm) Station
Taylor 450kw Utilities-
Navigation
Scheduled Inspection & Annual Booster Annual 1 $ 2048.17 $ 2048.17
Preventative Maintenance Normal Hours Pump
8 (M-F 8:00am-5:00pm) Station
Generac 3001<w
9 Taylor 450kw
Scheduled Inspection & Annual Fleet Annual 1 $ 1,927.23 $ 1927.23
Preventative Maintenance Normal Hours
M-F 8:00am-5:00pm)
Estimated
Markup Spend
Including
Markup
10 Parts All _ _30 % 220,000.00
11 Allowance for generator rental All -20 % 30,000.00
Grand Total per Year $ 503,845.0
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 that all workers' compensation obligations incurred by the Contractor will be promptly
met.
Page 1 of 3
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.
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.
Page 2 of 3
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 are 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
ATTACHMENT D: WARRANTY REQUIREMENTS
1 year workmanship warranty
Page 1 of 1