011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR ...

25
APPENDIX B - RESPONSE FORM ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE Submit an original, three (3) copies and one (1) CD along with other required forms in a sealed envelope to: JEA Procurement Dept., 21 W. Church St., Bid Office, Customer Center, 1 st Floor, Room 002, Jacksonville, FL 32202-3139. Company Name: Company’s Address Phone Number: FAX No: Email Address: BID SECURITY REQUIREMENTS TERM OF CONTRACT None required One-Time Purchase Certified Check or Bond Five Percent (5%) Annual Requirements – One (1) year with optional renewals Other, Specify- Project Completion SAMPLE REQUIREMENTS SECTION 255.05, FLORIDA STATUTES CONTRACT BOND None required None required Samples required prior to Bid Opening Bond required 100% of Bid Award Samples may be required subsequent to Bid Opening QUANTITIES INSURANCE REQUIREMENTS Quantities indicated are exacting Quantities indicated reflect the approximate quantities to be purchased Insurance required Throughout the Contract period and are subject to fluctuation in accordance with actual requirements. PAYMENT DISCOUNTS 1% 20, net 30 2% 10, net 30 Other None Offered ENTER YOUR BID FOR THE FOLLOWING DESCRIBED ARTICLES OR SERVICES: 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE TOTAL ONE (1) YEAR RESPONSE PRICE Enter TOTAL RESPONSE PRICE for Automatic Transfer Switch services as described in Appendix A – Technical Specifications. Transfer one (1) year total from Appendix B – Response Workbook. $ I have read and understood the Sunshine Law/Public Records clauses contained within this solicitation. I understand that in the absence of a redacted copy my proposal will be disclosed to the public “as-is”. RESPONDENT'S CERTIFICATION By submitting this Response, the Respondent certifies that it has read and reviewed all of the documents pertaining to this Solicitation, that the person signing below is an authorized representative of the Respondent’s Company, that the Company is legally authorized to do business in the State of Florida, and that the Company maintains in active status an appropriate contractor’s license for the work (if applicable). The Respondent also certifies that it complies with all sections (including but not limited to Conflict Of Interest and Ethics) of this Solicitation, and that the Respondent is an authorized distributor or manufacturer of the equipment that meets the Technical Specifications stated herein. We have received addenda ____________ Handwritten Signature of Authorized Officer of Company or Agent Date _______ through _______ Printed Name and Title

Transcript of 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR ...

APPENDIX B - RESPONSE FORM ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Submit an original, three (3) copies and one (1) CD along with other required forms in a sealed envelope to: JEA Procurement Dept., 21 W. Church St., Bid Office, Customer Center, 1st Floor, Room 002, Jacksonville, FL 32202-3139. Company Name: Company’s Address Phone Number: FAX No: Email Address: BID SECURITY REQUIREMENTS TERM OF CONTRACT

None required One-Time Purchase Certified Check or Bond Five Percent (5%) Annual Requirements – One (1) year with optional renewals

Other, Specify- Project Completion SAMPLE REQUIREMENTS SECTION 255.05, FLORIDA STATUTES CONTRACT BOND

None required None required Samples required prior to Bid Opening Bond required 100% of Bid Award Samples may be required subsequent to

Bid Opening QUANTITIES INSURANCE REQUIREMENTS

Quantities indicated are exacting Quantities indicated reflect the approximate quantities to be purchased Insurance required

Throughout the Contract period and are subject to fluctuation in accordance with actual requirements. PAYMENT DISCOUNTS

1% 20, net 30 2% 10, net 30 Other None Offered

ENTER YOUR BID FOR THE FOLLOWING DESCRIBED ARTICLES OR SERVICES: 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

TOTAL ONE (1) YEAR RESPONSE PRICE

Enter TOTAL RESPONSE PRICE for Automatic Transfer Switch services as described in Appendix A – Technical Specifications. Transfer one (1) year total from Appendix B – Response Workbook.

$

I have read and understood the Sunshine Law/Public Records clauses contained within this solicitation. I understand that in the absence of a redacted copy my proposal will be disclosed to the public “as-is”.

RESPONDENT'S CERTIFICATION By submitting this Response, the Respondent certifies that it has read and reviewed all of the documents pertaining to this Solicitation, that the person signing below is an authorized representative of the Respondent’s Company, that the Company is legally authorized to do business in the State of Florida, and that the Company maintains in active status an appropriate contractor’s license for the work (if applicable). The Respondent also certifies that it complies with all sections (including but not limited to Conflict Of Interest and Ethics) of this Solicitation, and that the Respondent is an authorized distributor or manufacturer of the equipment that meets the Technical Specifications stated herein.

We have received addenda ____________

Handwritten Signature of Authorized Officer of Company or Agent Date

_______ through _______

Printed Name and Title

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 1 of 6

SCOPE OF WORK

This contract is executed between JEA and the Contractor to perform services including, but not limited to: preventative maintenance and repair of ATS’s. This solicitation is for a service agreement that is all inclusive of per unit price on an annual basis. JEA owns Automatic Transfer Switches (ATS) throughout the following counties: Clay, Duval, Nassau and St Johns. When considering replacing an ATS, the Contract Administrator will make the final decision if repair or replacement is necessary. If the decision is made to replace the ATS, JEA will bid out the replacement under a separate contract. Response workbook represents estimated quantity and is to be used as a guideline and not a guarantee of work. JEA may take action to perform work in house and, thereby, reduce Contractor workload. These specifications are not intended to supersede Federal, State, or local regulations to which the Contractor must comply.

PART 1 GENERAL

1.1 DEFINITIONS

1.2 SUBMITTALS

1.3 QUALIFICATIONS

1.4 QUALITY ASSURANCE

1.5 DELIVERY, STORAGE, AND HANDLING

1.6 SAFETY

1.7 SECURITY

1.8 ENVIRONMENTAL REQUIREMENTS

1.9 WARRANTY

PART 2 PARTS AND PRODUCTS

2.1 APPROVAL

2.2 MARKUP

PART 3 EXECUTION

3.1 GENERAL CONSTRUCTION REQUIREMENTS

3.2 RESPONSE TIME

3.3 PROJECT COMPLETION

3.4 INSPECTION AND PREVENTATIVE MAINTENANCE

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 2 of 6

PART 1 GENERAL

1.1 DEFINITIONS

JEA STANDARDS JEA Standards are identified on JEA’s public website (www.JEA.com).

NATIONAL ELECTRIC CODE Most recently published version (currently NEC 2017 or later).

1.2 SUBMITTALS

Contractor shall deliver the following submittal items in a timely manner to the JEA Contract Administrator for approval.

SUBMITTAL 01 – JEA SAFETY CERTIFICATION The Contractor shall submit applicable safety documents and receive approval from the JEA Contract Administrator prior to the start of work in accordance with this technical specification.

SUBMITTAL 02 – ATS REPAIR RECORD The Contractor shall track cost and time estimates on the ATS REPAIR RECORD and email to the JEA Contract Administrator within one (1) week after completion of work.

SUBMITTAL 03 – PHOTOGRAPHS OF COMPLETION When requested, the Contractor shall submit photographic documentation of completed work in accordance with this technical specification.

SUBMITTAL 04 - INVOICING DOCUMENTS Following the completion of work, the Contractor shall submit invoicing documents in accordance with this technical specification. In lieu of a group billing as service calls or preventative maintenance are completed the invoice for that unit will be at a $0.00 amount after the initial yearly rate has been paid.

1.3 QUALIFICATIONS

1.3.1 At least two (2) technicians must have five (5) years of documented ATS repair and maintenance experience, including ASCO-specific work experience. The Company shall be able to provide training or billing documentation as requested to meet this requirement.

1.3.2 The Contractor will ensure that adequate staffing coverage will be available. JEA considers adequate to consist of at least two (2) ASCO-trained technicians with availability for necessary repairs that are located within or can respond to the JEA service area within four (4) hours of notification.

1.3.3 When repair work is to be performed on an ASCO-brand ATS, the Contractor must send an ASCO-trained technician for the work

1.3.4 Contractor shall meet all minimum qualifications as identified in JEA solicitation documents. 1.3.5 Contractor will self-perform the work. Subcontracting of work is not be permitted.

1.4 QUALITY ASSURANCE

1.4.1 Contractor shall ensure that all work is to JEA standards. It is the contractor’s responsibility to review JEA standards for applicable work. Contractor shall be aware of all JEA Standards that apply to the tasks executed by the Contractor. Standards are available to the public on JEA’s website, www.JEA.com.

1.4.1 On all repairs, the Contactor will confirm that the repairs comply with accepted practice, as specified in the National Electric Code.

1.4.2 Work that does not conform to expected levels of craftsmanship, or the specifications shall be repeated at Contractor’s expense.

1.4.3 Any worker employed by the Contractor, who exhibits inadequate experience and/or knowledge or is incapable in this field, shall be removed from the work site at the discretion of the JEA Contract Administrator.

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 3 of 6

1.4.4 JEA reserves the right to add/delete unit quantities, as required. Pricing for added quantities will be set at the current response price. JEA may take action to perform work in house and, thereby, reduce contractor workload.

1.4.5 The Contractor shall submit invoicing documents annotated on the contractor’s letterhead. The invoice (containing company name and address) shall include JEA purchase order and associated work order numbers. The Contractor shall include the following information on the invoice: date, location, description of service provided, amount payable, JSEB forms (if applicable), and detailed unit cost for parts and labor including work order number, manufacturer’s parts number, unit and quantity. JEA will not provide payment for deficient invoices, which do not contain required information. Contractor shall ensure that unit prices and unit counts are indicated on the invoice, as well as any relevant parts number, product description, and labor description.

1.4.6 The contractor shall furnish pricing on quoted and invoiced documents. Contractor’s invoiced pricing must agree with the contract response pricing established in the agreement between the Contractor and JEA.

1.4.7 The administrative cost, profit, travel time, and other indirect contractor costs are not permitted as billable costs. These costs must be included in the response price provided by the Contractor in the response workbook.

1.4.8 JEA Contract Administrators will evaluate vendor performance through a Vendor Performance Scorecard. In the event of a deficiency, JEA will coordinate mandatory vendor conference and take any other steps required to resolve the performance deficiency.

1.4.9 JEA reserves the right to suspend all services to include the decommissioning of units, as it benefits JEA and no additional charges shall be billed for subsequent years during the remainder of the contract. Suspension of services will be in writing from the JEA Contract Administrator, or delegated authority with an effective date of no sooner than five (5) business days from receipt of the notification.

1.4.10 Invoicing will be sent no later than (NLT) the 30th day following the last day of the month prior when work was completed. Invoicing past the 30th day will not be accepted.

1.5 DELIVERY, STORAGE, AND HANDLING

1.5.1 The Contractor must dispose of waste generated due to performance of the contract, at an officially permitted location. Any fees and/or charges associated with this disposal should be included in response price of work. JEA will not pay additional charges/fees for waste disposal.

1.5.2 The Contractor shall prevent access by the public to materials, tools, and equipment during the course of the work.

1.6 SAFETY

1.6.1 The Contractor shall become JEA Safety Qualified prior to beginning actual work at JEA. All employees of the Contractor, including Project Managers, who perform work on JEA property, shall be JEA Safety Qualified.

1.6.2 Supervisors may be required to have additional training. Site specific training may be required to work at certain job sites (i.e.: substations). Contractor is responsible for ensuring ALL personnel have received the appropriate training prior to beginning work.

1.6.3 The Contractor shall familiarize all workers with all fire and safety regulations recommended by OSHA and other industry or local governmental groups at the Federal, State, and local levels.

1.6.4 Contractor shall maintain a safe work environment at all times. 1.6.5 The Contractor shall furnish JEA with material safety data sheets on all chemical products utilized. 1.6.6 The Contractor shall also adhere to current JEA Safety and Training regulations at all times. 1.6.7 Contract workers are required to wear proper Personal Protective Equipment (PPE). PPE minimums

include safety footwear with steel toes, hard hat and safety glasses. Hearing protection is required while operating machinery or equipment (including saws). Ripped jeans, shorts, tennis shoes, sleeveless shirts, and shirts with offensive logos or messages are not permitted.

1.6.8 The Contractor is responsible for keeping the work area free from debris and the accumulation of waste materials.

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 4 of 6

1.6.9 The nature of work (cutting, sanding and general work) to be performed may produce heat, smoke, steam, dust or vapors, which may result in the activation of an alarm. To avoid Contractor caused alarms, the Contractor shall notify the JEA Contract Administrator, who will issue a hot work permit (permit valid for one (1) day only) before any procedure. After such procedures are concluded, Contractor shall notify the JEA Contract Administrator who will inspect, and re-arm the alarm system.

1.6.10 If the Contractor’s negligence results in a release of a Clean Agent (i.e. FM 200), the Contractor shall be responsible for all costs incurred to refill and restore the fire suppression system.

1.7 SECURITY

1.7.1 A JEA issued security badge shall be visible at all times while on JEA property. Background checks and mandatory training may be required (during work hours) for entry to North American Electric Reliability Corporation (NERC) regulated spaces.

1.7.2 JEA issued security badges will become deactivated after 90 days of non-activity. It is the Contractor’s responsibility to ensure all employees have active badges prior to commencement of work.

1.7.3 The Contractor shall contact the JEA Contract Administrator or authorized JEA personnel prior to entering and leaving any JEA facility on a daily basis.

1.7.4 Contractor shall wear uniforms/t-shirts displaying company logo whenever working for JEA. Company vehicles are also required to display the company logo.

1.7.5 The Contractor shall ensure subcontracted employees obtain background checks, training, and active badge status prior to the start of work.

1.8 ENVIRONMENTAL REQUIREMENTS

1.8.1 The Contractor shall conform to environmental regulations of public agencies, including local, state and Federal jurisdiction.

1.8.2 Contractor shall be accountable for timely clean-up and remediation associated with any contaminant spills, accidental or otherwise, including, but not limited to diesel fuel, gasoline, lubricants, and cleaning fluids, etc.

1.9 WARRANTY

1.9.1 Upon successful completion of work, the Contractor shall extend the manufacturer warranty on all parts to JEA.

1.9.2 The Contractor shall warranty workmanship (parts and labor) for one (1) calendar year from the substantial completion date.

PART 2 PARTS AND PRODUCTS

2.1 APPROVAL

2.1.1 JEA Contract Administrator shall approve all parts and products prior to use by the Contractor. 2.1.2 All parts and materials shall be new unless refurbished is specifically called for by JEA. 2.1.3 For ATS parts and materials not included in the response workbook, JEA RESERVES THE RIGHT TO

purchase from other dealers and/or parts warehouses, if advantageous. JEA will then turn the parts over to Contractor’s service technicians to install.

2.2 MARKUP

2.2.1 Any parts or equipment purchased shall be at manufacturer’s published list prices plus the mark-up percentage stated in the Response Workbook, not to exceed 10%. For example, if the mark-up stated on the response form is 5% and the purchase price is $100, JEA will pay the Contractor $105 for that part.

2.2.2 Receipt for parts purchase must be attached to invoice to document price paid or charge will be rejected. 2.2.3 JEA will provide payment of mark-up for parts, equipment and/or material that is not shown in the

response amount. If the part or product is itemized on the response workbook, JEA will not provide mark-up costs.

2.2.4 Parts numbers must be included and itemized in the invoice.

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 5 of 6

PART 3 EXECUTION

3.1 GENERAL CONSTRUCTION REQUIREMENTS

3.1.1 Contractor shall provide all labor, tools and equipment needed for the scope of work. Unsafe tools and equipment are never permitted on JEA sites. Hand tools shall be secured with lanyard or safety device to prevent tools from falling off of swing scaffolding.

3.1.2 The Contractor shall obtain all permits required by local agencies and pay all fees which may be required for the performance of the work and removal/disposal of hazardous materials. Response prices should include this cost.

3.1.3 Contractor shall verify existing conditions and dimensions prior to starting work. Any discrepancies must be brought to the attention of the JEA Contract Administrator. It is the Contractor’s responsibility to remove and/or provide additional items as required to comply with the contract documents.

3.1.4 Job sites are to be kept clean at all times. Contractor shall supply necessary cleaning products. 3.1.5 All doors, lids, and gates shall be locked and secured at all times when unattended. 3.1.6 Parking is the responsibility of the Contractor, however, requests may be made to the Contract

Administrator to park on JEA property, and shall be granted/denied at the sole discretion of the Contract Administrator.

3.1.7 Contractor shall be equipped and maintain adequate spare parts at all times.

3.2 RESPONSE TIME

3.2.1 JEA will be a priority for repairs. 3.2.2 Non-emergency services may be requested by the JEA Contract Administrator (or his/her designee) during

regular work hours (7:00am – 5:00pm, Monday – Friday). Non-emergency services may also be requested outside of regular work hours (5:01pm – 6:59am, Monday – Friday, including weekends and JEA Holidays) and billed at the after-hours rate as designated in the response workbook. Contractor must respond to the Contract Administrator’s call for non-emergency services within one (1) hour and must be on site within two (2) days.

3.2.3 Emergency services may be requested by the JEA Contract Administrator (or his/her designee). The JEA Contract Administrator will specify if the call is determined to be an emergency. Emergencies may occur during regular work hours or outside of regular work hours and will be billed at the emergency call-out rate, listed as a unit price in the response workbook. Contractor must respond to the Contract Administrator’s call for emergency services within one (1) hour and must be on site within four (4) hours. Emergency services are to be included in the bid price. No additional fees will be accepted by JEA for Emergency services.

3.2.4 In anticipation of a weather event where damage to JEA facilities could occur, the Contractor will take steps to ensure that JEA will be a priority for repairs and that adequate staffing coverage will be available. JEA considers adequate to consist of at least two (2) ASCO-trained ATS Technician available within the JEA area for necessary repairs. Should we list the time expectation for weather event related services?

3.3 PROJECT COMPLETION

3.3.1 Contractor will perform necessary repairs discovered during routine maintenance only after written and or verbal authorization from the designated JEA Contract Administrator (or his/her designee) in Facilities Operations and Maintenance.

3.3.2 Repairs shall meet or exceed original manufacturer’s recommended requirements for the size, type, usage, and location of all units. Unit prices quoted shall include small tools and consumables needed to perform the repairs.

3.3.3 When repairing, the Contractor shall install duct seal compound (putty) in all conduits on existing ATS to reduce the chances of H2S (hydrogen sulfide gas) infiltration into enclosure in order to reduce corrosion of contacts.

3.3.4 Contractor will provide JEA with a time estimate to complete the repairs prior to JEA approval. This estimate must be at the unit prices as bid. Contractor shall track these repairs on the ATS REPAIR

APPENDIX A – TECHNICAL SPECIFICATIONS ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 6 of 6

RECORD as provided in Appendix C, and email to the JEA Contract Administrator within twenty (20) days after completion of work.

3.3.5 The Contractor will insure proper operation of equipment once repairs have been completed. Final and complete operation of equipment must be verified by a JEA representative, as approved the JEA Contract Administrator.

3.3.6 The Contractor will secure enclosure upon leaving to ensure that door is tightly sealed so as to prevent corrosive gas from entering the switch.

3.3.7 Contractor shall remove all debris, demolished items, and construction waste, including the proper and legal disposing of such. At the completion of the work, the building interior, exterior and landscaping, where affected by Contractor work, shall be restored.

3.3.8 Contractor shall provide the JEA Contract Administrator required photographic documentation of completed work.

3.3.9 Prior to leaving the site, the contractor shall contact JEA Contract Administrator to confirm completion of work activities. Unless otherwise instructed by the JEA Contract Administrator, Contractor must fully exit JEA property following completion of work.

3.4 INSPECTION AND PREVENTATIVE MAINTENANCE

3.4.1 De-energize the switchgear and disconnect engine start signal when permitted. 3.4.2 Secure and lockout normal and emergency disconnects devices. 3.4.3 Remove the arc chutes and pole covers. Inspect for current or previous signs of moisture. Vacuum all

accumulated dust and clean with environmentally acceptable solvent. 3.4.4 Inspect all insulating parts for cracks or discoloration due to excessive heat. 3.4.5 Remove any grime with an approved solvent. 3.4.6 Clean and lubricate TS coil and operator linkage. 3.4.7 Verify tightness of electrical connections. 3.4.8 Inspect all main current-carrying contacts for signs of pitting and discoloration due to excessive heat. 3.4.9 Inspect all control relay contacts for signs of excessive erosion and discoloration due to heat. 3.4.10 Inspect and clean all add-on panels and accessories. 3.4.11 Manually operate the main transfer movement to check proper contact alignment, deflection, gap, and

wiping action and control contact operation. 3.4.12 Check all cable and control wire connections to the transfer switch control and sensing panel and other

system components and tighten if necessary 3.4.13 Reconnect engine start. 3.4.14 Re-energize the switchgear and conduct a test by simulating a normal source failure. 3.4.15 Electrically test all power sensing and time delay devices and adjust as necessary 3.4.16 Record event log and configuration settings and include with reporting.

APPENDIX B – MINIMUM QUALIFICATIONS FORM ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 1 of 3

GENERAL THE MINIMUM QUALIFICATIONS SHALL BE SUBMITTED ON THIS FORM. IN ORDER TO BE CONSIDERED A QUALIFIED RESPONDENT BY JEA YOU MUST MEET THE MINIMUM QUALIFICATIONS LISTED BELOW, AND BE ABLE TO PROVIDE ALL THE SERVICES LISTED IN THIS SOLICITATION. THE RESPONDENT MUST COMPLETE THE RESPONDENT INFORMATION SECTION BELOW AND PROVIDE ANY OTHER INFORMATION OR REFERENCE REQUESTED. THE RESPONDENT MUST ALSO PROVIDE ANY ATTACHMENTS REQUESTED WITH THIS MINIMUM QUALIFICATIONS FORM. THE RESPONDENT SHALL SUBMIT ONE (1) ORIGINAL PROPOSAL, THREE (3) DUPLICATES (HARDCOPIES), AND ONE (1) CD OR THUMB DRIVE. RESPONDENT INFORMATION COMPANY NAME: BUSINESS ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE: FAX: E-MAIL: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: TITLE OF AUTHORIZED REPRESENTATIVE: MINIMUM QUALIFICATIONS: The Respondent shall meet the following Minimum Qualifications to be considered eligible to submit a Response to this ITN. JEA reserves the right to ask for additional back up documentation or additional reference projects to confirm the Respondent meets the requirements stated below. A Respondent not meeting all of the following criteria will have their Response rejected:

• Contractor shall provide two (2) account references for similar commercial contracts in the last three (3)

years ending January 31, 2019 and valued at least $50,000 each. Only one (1) of the two projects can be work performed for JEA. Respondent shall provide valid references for each contract listed. Similar work is defined as work including ASCO, Zenith, and/or Russel units. o The account references must include the referenced company name, contact person, phone number,

email address and a summary of the scope of work provided. JEA will contact and verify the account references.

APPENDIX B – MINIMUM QUALIFICATIONS FORM ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 2 of 3

• The Contractor will ensure that adequate staffing coverage will be available. JEA considers adequate coverage to consist of at least two (2) ASCO-trained technicians with availability for necessary repairs that are located within or can travel to the JEA service area. An additional two (2) ASCO-trained employees should be able to respond to JEA emergency requests within a four (4) hour travel time from the JEA service area. An ASCO-trained technician is defined as a technician with five (5) or more years of experience working with ASCO equipment. The Company shall be able to provide training or billing documentation as requested to meet this requirement.

Please provide the reference verification information requested below pertaining to this contract.

1. REFERENCE

Reference Name Reference Phone Number Reference Company Name Address of Work Reference E-Mail Address Dates of Work/$ Amount Description of Work 2. REFERENCE

Reference Name Reference Phone Number Reference Company Name Address of Work Reference E-Mail Address Dates of Work/$ Amount Description of Work

APPENDIX B – MINIMUM QUALIFICATIONS FORM ITN 011-19 AUTOMATIC TRANSFER SWITCH (ATS) REPAIR AND MAINTENANCE

Page 3 of 3

Date Contractor Notified

Date Repair Completed Unit # Address Cost Comments

AUTOMATIC TRANSFER SWITCH (ATS) REPAIR RECORD

ATTACHMENT B

Cost Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Degree to which projects and services are delivered within budget estimates; contractor communicated cost breakdowns and explained variations; and degree to which supplier added value by proactively identifying savings opportunities and other lower-cost service alternatives.

Metrics: Invoicing (Timing and Accuracy), Quotes, Maintenance Reports (If Applicable)

Delivery and Support Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Degree to which milestones and deliverables are completed within agreed upon schedule; resolution of complaints/problems; accomidations to relevant changes to the project plan or schedule; respect and and minimization of the disruption of ongoing business.

Metrics: Workmanship, JEA Approval, Re-Work

Flexibility and Ease of Doing Business Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Timeliness of invoices; flexibility in responding to unscheduled events or rescheduling; effectively management of subcontractors (minimizes the need for our involvement); and proactive communication of potential problems and viable solutions.

Metrics: Response Time, Arrival On Site, Subcontractors, Solutions

Comments (required):

Comments (required):

Evaluation Date:

JEA Representative/Evaluator:

Supervisor:

Type of Work:

Company Name:

Company Contact:

Contract Number:

PO Number:

Comments (required):

1 point 2 points 3 points 4 points

1 point 2 points 3 points 4 points

1 point 2 points 3 points 4 points

1 point

1 point 2 points 3 points 4 points1 point

1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point

Partnership and Innovation Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Level of commitment and follow-through of; transfer of knowledge and skills to our staff throughout the service/project for use when the project is complete; communication of unique or innovative solutions.

Metrics: JEA Contract Administrator Communication; Problem-Solving

Quality Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Degree to which Contractor staff acts professionally and exhibits expertise of service/product; service output meets quality expectations ; materials/products meet quality standards; determination of root cause of product or equipment failure.

Metrics: Re-Work, Issues, Failures, Root Causes, Professionalism

Risk and Compliance Unacceptable Needs Improvement Meets Expectations Exceeds Expectations

Extent the contractor supports brand and reputation; knowledge of contract terms and conditions; compliance with with safety while on-site; compliance with information privacy; compliance with Federal, State, and local laws.

Metrics: Permits, JEA Standards, Regulations, Security Incidents

Score

Raw Score Weight**may change at JEA's discretion

Tabulation

Cost TBD 30% TBDDelivery and Support TBD 20% TBDFlexibility and Ease of Doing Business TBD 10% TBDPartnership and Innovation TBD 5% TBDQuality TBD 25% TBDRisk and Compliance TBD 10% TBD

Comments (required):

FINAL SCORE TBD

Comments (required):

Comments (required):

Additional Comments:

1 point 2 points 3 points 4 points

1 point 2 points 3 points 4 points

1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point

1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point

1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point 2 points 3 points 4 points1 point

Asset Number Location ATS Make ATS Model Volts GEN-0009 1870 W 41ST ST ASCO E940326097X 480GEN-0018 6462 HARVIN RD ASCO J4ADTSA3260F5XP 240GEN-0019 10477 BRADLEY RD ASCO H4ADTSA31200N5XC 480GEN-0021 7615 PRITCHARD RD ASCO J4ADTSA3260N5XP 480GEN-0022 4437 Barnes Rd ASCO J4ADTSA3260F5XP 240GEN-0028 5791 ATLEE AV ASCO J4ADTSA3260F5XH 240GEN-0032 7696 LENOX AV ASCO E940340067XC 240GEN-0036 4110 ATLANTIC BV ASCO J4ADTSA3260F5XR 240GEN-0052 4831 GREENLAND RD ASCO C940315097XC 480GEN-0055 7200 A. C. SKINNER PY ASCO J7ADTSA3600N5XL 480GEN-0079 2520 ORANGE PICKER RD ASCO E940340097XC 480GEN-0084 2935 ORANGE PICKER RD ASCO E9403120097X 480GEN-0096 13383 TROPIC EGRET DR ASCO 4000 480GEN-0108 10656 KENNEDY LN ASCO E3003400N1C 480GEN-0112 7615 SOUTHSIDE BLVD ASCO H7AUSB3800N5XM 480GEN-0139 9252 SAN JOSE BV ASCO J4ADTSA3260N5XP 480GEN-0168 2798 HUFFMAN BV ASCO H7ADTSA3800N5XF 480GEN-0169 8602 ZOO RD ASCO H7ADTSA3600N5XH 480GEN-0171 4140 KINGSBURY ST ASCO G7ADTSA31000N5XL 480GEN-0175 7825 POINT MEADOWS DR ASCO E7ADTSA3260N5C 480GEN-0182 4170 MCGIRTS BV ASCO E7ADTSA3400F5XC 240GEN-0183 4990 MORVEN RD ASCO E7ADTSA3400F5XC 240GEN-0187 210 HOLLYBROOK AV ASCO H7ADTSB3800N5XC 480GEN-0189 4511 SPRING PARK RD ASCO H7ADTSA3800N5XC 480GEN-0190 10800 KEY HAVEN BLVD ASCO H07ATSA30800N5XC 480GEN-0191 3806 HERSCHEL ST ASCO H7ADTSA3800N5XL 480GEN-0195 95346 WOODBRIDGE PY ASCO J4ADTSA3400N5XP 480GEN-0204 2525 EMERSON ST ASCO H4ADTSA3800N5XC 480GEN-0211 7260 KEN KNIGHT DR W ASCO 4000 240GEN-0212 43 W. CHURCH ST(On Roof) ASCO G7ATSC31200N5C 480GEN-0240 10797 FORT CAROLINE RD ASCO H7ADTSA3800N5XC 480GEN-0260 8043 CARLOTTA RD N ASCO 4000 240GEN-0261 2434 N PEARL ST ASCO G4ADTSA31600C5XF 208GEN-0278 1418 KINGS AVE ASCO G7ADTSA32000N5XC 480GEN-0285 4704 ROANOKE BLVD ASCO H7ADTSA3800N5XH 480GEN-0292 8869 LANCASHIRE DR ASCO H7ADTSA3600N5XL 480GEN-0294 11452 Renne Drive West ASCO 7000 240GEN-0296 10150 AGAVE RD ASCO J4ADTSB3260F5XR 480GEN-0297 604 WATER ST ASCO G7ADTSA31200C5XL 208GEN-0299 1002 MAIN ST N ASCO E7ATBA3400N5XC 480GEN-0300 777 E CHURCH ST ASCO H7ADTSA31000N5XF 480GEN-0304 8104 ARGYLE FOREST BV ASCO H7ADTSA3600N5XH 480GEN-0305 2601 HUGH EDWARDS DR ASCO 4000 480GEN-0306 12869 BENTWATER DR ASCO E7ADTSA3260F5XH 240GEN-0317 3800 Pebble Brook Circle S ASCO E7ADTSA3260N5XH 480GEN-0323 1509 EL PRADO RD ASCO J4ADTSA3400F5XC 240GEN-0324 5104 118TH ST ASCO H7ADTSB31200N5XC 480GEN-0325 8352 FREEDOM CROSSING TRL ASCO E7ADTSA3260F5XH 240GEN-0326 8585 FREEDOM CROSSING TRL ASCO 300 240GEN-0329 4616 PLYMOUTH ST ASCO E7ADTSA3260F5XH 240GEN-0330 5642 J RAY CIR S ASCO E7ADTSA3400F5XC 240GEN-0334 2809 5TH ST W ASCO H7ADTSA3600N5XC 480GEN-0335 3218 KENISTON LN ASCO E7ADTSA3260F5XH 240GEN-0339 4522 N. Gate Parkway ASCO E7ADTSA3260N5XH 480GEN-0340 9174 R G SKINNER PKWY ASCO J7ADTSA3260N5XC 240GEN-0341 4770 CISCO DR W ASCO E9403120099X 480GEN-0345 657 GLYNLEA RD ASCO E7ADTSA3260F5XP 240GEN-0346 5730 KINLOCK DR S ASCO E940340069X 240GEN-0347 11220 ALUMNI WAY ASCO E7ADTSA3260F5XP 240GEN-0351 1033 ESCAMBIA ST ASCO H7ADTSA3600N5XC 480GEN-0353 4181 LAVISTA CR ASCO E7ADTSA3260F5XP 240GEN-0355 8331 PRINCETON SQUARE BLVD W ASCO E7ADTSA3260F5XP 240GEN-0356 3254 TOWNSEND BLVD ASCO J7ADTSA3400F5XH 400GEN-0372 6263 BATTLEGATE RD ASCO E7ADTSA3400N5XH 480GEN-0373 921 SOUTHERN CREEK DR ASCO E7ADTSA34000N5X 480GEN-0375 11355 ROBERT MASTERS BLVD ASCO E7ADTSA3260N5XH 480GEN-0376 13115 CITY SQUARE DR ASCO E7ADTSA3260N5XP 480GEN-0377 1040 MCDUFF AVE S ASCO H7ADTSA31200N5XC 480

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

GEN-0379 12510 SUNCHASE DR ASCO E7ADTSA3260F5XP 240GEN-0380 1030 MILL CREEK RD ASCO E7ADTSA3400N5XH 480GEN-0381 12321 PULASKI RD ASCO H7ADTSA3800N5XP 480GEN-0382 8751 BAYLEAF RD ASCO D4ATSA3230F5XP 240GEN-0383 13862 RIVER VIEW DR ASCO E7ADTSA3260C5XP N/AGEN-0385 14600 CEDAR ISLAND RD N ASCO J7ADTSA3600N5XP 480GEN-0386 1706 BOULEVARD AVE ASCO J4ADTSA3260F5XP 240GEN-0387 2113 HAMILTON ST ASCO H7ADTSA31200N5X 480GEN-0390 544 BOWLAN ST N ASCO J7ADTSA3600N5XP 480GEN-0391 11550 CENTRAL PKWY ASCO H7ADTSA3600N5XH 480GEN-0392 1555 MILLCOE RD ASCO H7ADTSA3800N5XL 480GEN-0393 6651 FERBER RD ASCO E7ADTSA3260F5XP 240GEN-0399 4172 Eco Rd ASCO E7ADTSA3260N5XH 480GEN-0401 3751 SUMMERLIN LA ASCO E7ADTSA3400N5XH 480GEN-0402 5710 EDENFIELD RD ASCO J7ADTSA3600N5XP 480GEN-0409 801 CANDLEBARK DR ASCO E7ADTSA3260F5XP 240GEN-0411 13215 BIGGIN CHURCH RD S ASCO J7ADTSA3400N5XP 480GEN-0412 1820 RAY GREEN DR ASCO J7ADTSA3400F5XP 240GEN-0413 13225 CHETS CREEK BLVD ASCO J7ADTSA3260N5XP 480GEN-0414 11220 OLD SAINT AUGUSTINE RD ASCO J7ADTSA3400F5XP 240GEN-0415 9247 BAYMEADOWS RD ASCO J7ADTSA3260N5C 480GEN-0422 14041 BARTRAM PARK BV ASCO E7ADTSA3400N5XP 480GEN-0423 16433 MAGNOLIA GROVE WY ASCO J7ADTSA3260N5XP 480GEN-0424 8560 FURY DR ASCO H7ADTSA3800N5XP 480GEN-0425 2732 SCOTT MILL LN ASCO J7ADTSA3600N5XQ 480GEN-0426 4193 OLD FIELD CROSSING DR ASCO J7ADTSA3600N5XC 480GEN-0427 130 METZ ST ASCO 7000 480GEN-0428 1202 BUNKER HILL BLVD ASCO J7ADTSA3600N5XQ 480GEN-0429 8704 FREE AVE ASCO J7ADTSA3400N5XP 240GEN-0432 9041 SOUTHSIDE BLVD ASCO J7ADTSA3260N5XP 480GEN-0433 10000 DEERCREEK CLUB RD E ASCO J7ADTS3400N5XC 480GEN-0434 2722 STARDUST CT ASCO J7ADTSA3260F5XP 240GEN-0435 2415 D ST ASCO J4ADTSA3260N5XP 480GEN-0436 1023 LAURA ST ASCO J4ADTSA3400F5XP 240GEN-0437 6801 RHONE DR ASCO J4ADTSA3260F5XP 240GEN-0440 14491 DUVAL RD ASCO J7ADTSA3260N5C 480GEN-0443 884 CROSS TOWN DR ASCO J7ADTSA3260F5XP 240GEN-0445 96237 AMELIA CONCOURSE ASCO G7ADTSA33000N5XC 480GEN-0446 96362 PIEDMONT DR ASCO H4ADTSA3800N5XP 480GEN-0449 1108 Barnwell Rd ASCO J7ADUSA3250N5XP 480GEN-0452 253 A1A N ASCO E7ADTSA3400N5XH 480GEN-0453 70 PABLO RD ASCO J4ADTSA3260F5XP 240GEN-0454 2320 L'ATRIUM CIR ASCO J4ADTSA3260F5XP 240GEN-0455 536 LE MASTER DR ASCO J4ADTSA3260F5XP 240GEN-0460 3428 COUNTY ROAD 210 W ASCO E7ADTSA3260F5XH 480GEN-0461 2369 HAWKCREST DR E ASCO H7ADTSA3600N5XC 480GEN-0465 2084 ST JOHNS PY ASCO E7ADTSA3400N5XP 480GEN-0466 130 SANDY CREEK PY ASCO E7ADTSA3400N5XP 480GEN-0467 112 ISLESBROOK PKWY ASCO E7ADTSA3260N5XP 480GEN-0468 115 DURBIN PY N ASCO E7ADTSA3260N5XP 480GEN-0469 183 PRINCE ALBERT AVE ASCO E7ADTSA3400N5XP 480GEN-0470 172 SHETLAND DR ASCO E7ADTSA3260F5XH 240GEN-0471 189 MAHOGANY BAY DR ASCO E7ADTSA3400F5XH 240GEN-0472 382 STERNWHEEL DR ASCO J7ADTSA3400F5XP 240GEN-0473 128 HEDGEROW ST ASCO H7ADTSA31000N5XC 480GEN-0477 8036 BAYMEADOWS RD. ASCO J4ADTSA3400N5XP 480GEN-0478 11082 BECKLEY PL ASCO D04ATSA30200F5XP 240GEN-0479 13714 LAKE FRETWELL ST ASCO J4ADTSA3150N5XP 240GEN-0481 77040 ROBERT E. WILLIAMS DR. ASCO J4ADTSA3400N5XP 480GEN-0482 76437 TIMBERCREEK BLVD ASCO J7ADTSA3400N5XP 480GEN-0501 487 GROVE PARK BV ASCO J4ADTSA3400F5XP 240GEN-0502 4903 RICHARD ST ASCO D4ATSA3200F5XP 240GEN-0504 420 TRESCA RD ASCO J4ADTSA3600F5XP 240GEN-0505 156 HOWLAND DR ASCO J4ADTSA3260N5XP 480GEN-0506 14802 Bartram Park BV ASCO J7ADTSA3400N5XP 480GEN-0507 8617 WESTERN WY ASCO H7ADTSA3800N5XQ 480GEN-0509 103rd ST - 7544 ASCO D7ATSA3200F5XP 240GEN-0511 2 CORONA RD ASCO J4ADTSA3600N5XC 480GEN-0513 125 Bluewater Drive ASCO J4ADTSA3260N5XP 480

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

GEN-0520 4241 SAN CLERC RD ASCO J4ADTSA3400N5XP 480GEN-0521 7250 CORKLAN DR ASCO J4ADTSA3400N5XP 480GEN-0522 5838 POMPANO DR ASCO J4ADTSA3400N5XP 480GEN-0523 2221 BUCKMAN ST ASCO J7ADTSA3150N5XP 480GEN-0524 1555 MILLCOE RD ASCO J7ADTSA3600N5XQ 480GEN-0527 2456 TOWNSQUARE DR ASCO D7ATSA3200N5XP 480GEN-0529 7834 HOLIDAY RD S ASCO H7ADTSA31200N5XC 480GEN-0531 13651 W M DAVIS PY W ASCO J7ADTSA3400F5XP 240GEN-0532 6195 LAKE LUGANO DR ASCO J7ADTSA3260F5XC & J4adtsa3400f5xp 240GEN-0533 106 CR 210 ASCO H7ADTSA3800N5XC 480GEN-0534 6850 Energy Center Drive ASCO G7ADTSB31600N5XC 480GEN-0535 13825 SUTTON PARK DR N ASCO J4ADTSA3400N5XP 480GEN-0537 2888 BRETT UNGER DR ASCO D4ATSA3200F5XP 240GEN-0539 4205 SOUTEL DR ASCO D7ATSA2200F5XM 240GEN-0540 10357 Deerwood Club Rd. ASCO D7ATSA2200F5XM 240GEN-0543 14992 BARTRAM CREEK BLVD. ASCO D4ATSA3200N5XP 480GEN-0545 7106 BALBOA ST. ASCO J4ADTSA3400N5XP 480GEN-0546 11201 Burnt Mill Rd asco 4000 480GEN-0547 581 Queens Harbor ASCO D4ATSA3200F5XR 240GEN-0548 4147 FERBER RD ASCO J4ADTSA3600N5XP 480GEN-0549 2740-1 CR 210 ASCO H4ADTSA3800N5XC 480GEN-0550 5575 BARKER ST ASCO H7ADTSA31200N5X 480GEN-0551 57 Solis Avenue ASCO D4ATSA3200N5XP 480GEN-0553 10910 Avenues Walk Blvd. ASCO J4ADTSA3400N5XP 480GEN-0554 1531 RYAR RD ASCO J4ADTSA3400N5XC 480GEN-0556 9731 GATE PKWY N ASCO J4ADTSA3260F5XS 240GEN-0557 7309 HERNANDO RD ASCO J4ADTSA30260N5XS 480GEN-0558 6217 WILSON BLVD ASCO E7ADTSA3400N5XH 480GEN-0559 1018 RIVER RUN DR ASCO J7ADTSA3600N5XL 480GEN-0560 11478 SWEET CHERRY LN ASCO J4ADTSA3600N5XS 480GEN-0562 7039 ALACHUA AVE ASCO G7ADTSA31200N5XL 480GEN-0563 3142 SOUTH PONTE VEDRA BLVD ASCO J4ADTSA3600N5XC 480GEN-0569 8752 ACANTHUS DR ASCO E7ADTSA3400F5XH 240GEN-0570 12733 ABESS AVE ASCO 7000 480GEN-0571 1453 MONUMENT RD ASCO 4000 240GEN-0572 10301 FISH RD ASCO E7ADTSA3260N5XC 480GEN-0592 94 32ND ST E ASCO 4000 240GEN-0593 6640 HARLOW BV ASCO 4000 240GEN-0594 8362 TOUCHTON RD ASCO 4000 480GEN-0595 7663 ARGYLE FOREST BV ASCO 4000 480GEN-0596 1700 SAN PABLO RD S ASCO 4000 240GEN-0597 12858 GLEN KERNAN PY ASCO 4000 480GEN-0598 5490 SWAMPFOX RD ASCO 4000 240GEN-0599 5900 TOWNSEND RD ASCO 4000 240GEN-0600 2197 SAN PABLO RD S ASCO 4000 240GEN-0601 1060 ELLIS RD N ASCO 4000 240GEN-0602 6630 BROADWAY AV ASCO 4000 480GEN-0603 4211 WOODMERE ST ASCO 4000 240GEN-0604 2962 MANGROVE AV ASCO 4000 240GEN-0605 9846 FT CAROLINE RD ASCO 4000 480GEN-0606 7998 QUAIL COVE LN ASCO 4000 240GEN-0607 10837 BLUE PACIFIC CT ASCO 4000 240GEN-0608 2251 MCCOY CREEK BV ASCO 4000 240GEN-0609 3092 HUFFMAN BV ASCO 4000 240GEN-0610 4950 SAN PABLO RD S ASCO 4000 480GEN-0611 79 NOCATEE VILLAGE DR ASCO 4000 480GEN-0612 5103 KERNAN BV S (5192 First Coast Tech Py) ASCO 4000 240GEN-0613 635 SHEARWATER PY ASCO 4000 480GEN-0614 5291-1 COLLINS RD ASCO 4000 240VGEN-0615 1990 GREENWOOD ST ASCO 4000 240GEN-0616 7422 OVERLAND PARK BV ASCO 4000 480GEN-0617 12785 MEADOWSWEET LN ASCO 4000 240GEN-0618 2014 WOODLEIGH DR W ASCO 4000 240GEN-0619 5549 LA MOYA AV ASCO 4000 240GEN-0620 1896 TALBOT AV ASCO 4000 240GEN-0621 9343 Joloru Dr ASCO 4000 240GEN-0622 500 Brighton Park LN ASCO 4000 240GEN-0623 10353 Deerfoot Ln N ASCO 4000 240GEN-0624 12870 Gran Bay PY ASCO 4000 240

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

GEN-0625 5050 Greenland Rd ASCO 4000 240GEN-0626 10300 Whispering Forest Dr ASCO 4000 240GEN-0627 2776 Tacito Creek Dr ASCO 4000 240GEN-0628 330 Shamrock Av ASCO 4000 240GEN-0629 3000 Dunn Av ASCO 4000 240GEN-0630 11477 Jerry Adams Dr ASCO `4000 240GEN-0631 1318 Ivyhedge Av ASCO 4000 240GEN-0632 8430 THREE CREEKS BV ASCO 4000 240GEN-0633 5826 FLICKER AV ASCO 4000 480GEN-0634 6972 PLUM LAKE DR ASCO 4000 208GEN-0635 1761 SUTTON LAKE BV ASCO 4000 240GEN-0636 11275 WILLESDON DR S ASCO 4000 240GEN-0637 7799 ORTEGA BLUFF PY ASCO 4000 240GEN-0638 8808 SANDUSKY AV S ASCO 4000 240GEN-0639 2538 LANTANA AV ASCO 4000 240GEN-0643 245 Crosswater Lake Dr ASCO 4000 480GEN-0644 2221 Buckman St ASCO 7000 480GEN-0649 1511 HARRINGTON PARK DR ASCO 4000 480GEN-0650 368 HICKORY CREEK BV ASCO 4000 480GEN-0651 5104 ROBERT SCOTT DR S ASCO 4000 480GEN-0652 12570 ATLANTIC BV ASCO 4000 480GEN-0653 310 DENISE ST ASCO 4000 480GEN-0654 5520 CLEVELAND RD ASCO 4000 480GEN-0655 4526 DETAILLIE DR ASCO 4000 480GEN-0657 2152 AUSTIN CREEK RD ASCO 4000 480GEN-0658 12300 BISCAYNE BV ASCO 4000 480GEN-0659 13993 CRESTWICK DR E ASCO 4000 480GEN-0660 3401 NEW BERLIN RD ASCO 4000 480GEN-0661 14695 TRANQUILITY CREEK DR ASCO 4000 480GEN-0662 12512 WAGES WY E ASCO 4000 480GEN-0663 11651 SPRING BOARD DR ASCO 4000 480GEN-0664 11800 COLLINS CREEK DR ASCO 4000 480GEN-0665 2283 CR 210 ASCO 4000 480GEN-0666 6903 SALISBURY RD ASCO 4000 480GEN-0667 954 EAGLE POINT DR ASCO 4000 480GEN-0668 921 BLACKBERRY LN ASCO 4000 480GEN-0669 28 WEST TEAGUE BAY DR ASCO 4000 480GEN-0670 12250 PRAIRIE VIEW DR ASCO 4000 480GEN-0671 1896 MALLORY ST ASCO 4000 480GEN-0673 8570 FIRETOWER RD ASCO 4000 480GEN-0674 8059 SIERRA GARDENS DR ASCO 4000 480GEN-0675 6500 GRAYFIELD DR ASCO 4000 480GEN-0676 3689 HAWKS VIEW DR ASCO 4000 480GEN-0677 7310 SHARBETH DR S ASCO 4000 480GEN-0678 6491 ARGYLE FOREST BV ASCO 4000 480GEN-0679 5219 CARDER ST ASCO 4000 480GEN-0680 4802 ARBOR MILL CIRCLE ASCO 4000 480GEN-0681 5391 LAMAR DR ASCO 4000 480GEN-0682 336 CHESWICK OAK AV ASCO 4000 480GEN-0683 549 CHAFFEE POINT BV ASCO 4000 480GEN-0684 5823 118TH ST ASCO 4000 480GEN-0685 3810 CROSSWATER BV ASCO 4000 480GEN-0686 9764 JUPITER CT S ASCO 4000 480GEN-0687 3534 VICTORIA LAKES DR ASCO 4000 480GEN-0688 1014 WHIRLAWAY CR ST ASCO 4000 480GEN-0689 12611 YELLOW BLUFF RD ASCO 4000 480GEN-0690 10873 COPPER HILL DR ASCO 4000 480GEN-0691 2004 CAREY AV ASCO 4000 480GEN-0692 7305 IRVING SCOTT DR ASCO 4000 480GEN-0693 87073 LENTZ RD ASCO 4000 480GEN-0694 85537 MINER RD ASCO 4000 480GEN-0695 87613 ROSES BLUFF RD ASCO 4000 480GEN-0696 65096 RIVER GLEN PY ASCO 4000 480GEN-0697 85001 ST THOMAS BV ASCO 4000 480GEN-0698 463785 SR 200 ASCO 4000 480GEN-0699 7260 EXLINE RD ASCO 4000 480GEN-0700 4516 MORRISON ST ASCO 4000 480GEN-0701 2200 MERCER CR S ASCO 4000 480GEN-0702 96263 STONEY DR ASCO 4000 480

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

GEN-0703 6794 SANDLER ASCO 4000 480GEN-0704 85990 BLACK TERN DR. ASCO 4000 480GEN-0705 7133 SOUTH SIDE BLVD ASCO 4000 480GEN-0715 211 Beachwalk BLVD ASCO 4000 480GEN-0716 84 Albany Bay BLVD ASCO 4000 480GEN-0746 9000 SOUTHSIDE BLVD ASCO 4000 480GEN-0457 5145 LONGLEAF PINE PY ASCO G7ADTSA31600N5X 480GEN-0011 11789 SAINTS ROAD CATERPILLAR TCJ4B6MX2X3XXXXX0 480GEN-0166 648 FLORA BRANCH BV CATERPILLAR TCJ4B6MEJ2X2 480GEN-0327 6350 GINNIE SPRINGS RD CUMMINS OTPC260-3929 480GEN-0352 6123 GREEN POND DR CUMMINS OTPC260-4267 480GEN-0269 8617 WESTERN WY CUTLER HAMMER ATVSNBA30800XKU 480GEN-0388 4503 RACE TRACK RD CUTLER HAMMER SJV80271 – SW. GEAR 480GEN-0474 200 SR A1A CUTLER HAMMER ATVINBA800XKU 480GEN-0354 5575 BARKER ST ONAN 87A02565W 240GEN-0075 8460 BRIERWOOD RD ONAN 97A01686-W 480GEN-0005 1001 BROWARD RD ONAN 306-3491-07 /OT300 480GEN-0170 6947 NORWOOD AV ONAN OT 400 480GEN-0184 5710 EDENFIELD RD ONAN OTPCC5001306 480GEN-0205 2797 KERNAN BLVD S ONAN OTC-4480385 240GEN-0206 2961 ARMSDALE RD (FRCT) ONAN PN-0306-3488-04 240GEN-0207 950 S. 10TH ST (Jax Beach) (FRCT) ONAN 306-3488-04 240GEN-0208 6916 RAMPART RD (FRCT) ONAN OTC-4480385 240GEN-0239 7732 MERRILL RD ONAN OTCU 2250 240GEN-0243 10300 SOUTHSIDE BLVD ONAN OT260 480GEN-0254 8652 WESTERN LAKE DR ONAN OTBCC260-5DU/3101E 240GEN-0279 2015 YELLOW WATER RD (FCRT) ONAN OTC-4480385 240GEN-0280 14247 OLD SAINT AUGUSTINE RD ONAN OTC-4480385 240GEN-0287 8675 HOGAN RD (FCRT) ONAN OTC-4480385 240GEN-0290 2630 LLOYD RD (FRCT) ONAN OTC4480385 240GEN-0291 11201 NEW BERLIN RD SJRPP (FRCT) ONAN OTC4480385 240GEN-0298 3758 WAYLAND ST ONAN OTCU225C 240GEN-0303 1258 MONUMENT RD ONAN 306-3489-07 480GEN-0316 554 Greenbriar Rd ONAN 306-4404-15 480GEN-0389 939 LAS ROBIDA DR ONAN 306-3480-03 240GEN-0430 4959 ORTEGA HILLS DR ONAN 306-3479-03 240GEN-0447 86168 NORTH HAMPTON CLUB WAY ONAN OTPCB4489470 480GEN-0448 96119 OTTER RUN ONAN OTPCC5620417 240GEN-0456 2369 HAWKCREST DR E ONAN OT 800 480GEN-0101 102 KERNAN BLVD N (Genset #2) RUSSELL ELECTRIC RMTD-8004CE 480GEN-0152 21 CHURCH ST E RUSSELL ELECTRIC RMT-8004 CE 480GEN-0194 5300 Evergreen Avenue RUSSELL ELECTRIC RMT6003C-VS 480GEN-0319 13437 PARKLAND RD RUSSELL ELECTRIC 2000 480GEN-0060 6513 POWERS AV RUSSELL ELECTRIC-Swgr RE-100 – SWITCHGEAR 480GEN-0109 10828 HAMPTON RD (Genset #2) RUSSELL ELECTRIC-Swgr RE-100 – SWITCHGEAR 480GEN-0110 10828 HAMPTON RD (Genset #1) RUSSELL ELECTRIC-Swgr RE-100 – SWITCHGEAR 480GEN-0145 220 DAVIS POND BV WESTINGHOUSE ATSRM42000XK 480GEN-0344 1459 ROXIE ST WESTINGHOUSE ATSBP30600WS 240GEN-0001 1705 HODGES BV ZENITH ZTSDH26ECS7 480GEN-0003 1410 MENLO AV ZENITH ZTSDL40ES-7 480GEN-0004 12928 PALMETTO GLADE DR ZENITH ZTSDH26ECS7 240GEN-0008 1767 SANDALWOOD BV ZENITH ZTSDH22ECS 240GEN-0016 4618 CLYDE DR ZENITH ZTSDH22ECS-7 480GEN-0029 13951 Suni Pines Blvd ZENITH ZTSDH26ECS-3AA 480GEN-0037 8431 SPRINGTREE RD ZENITH ZTSDH4EC5-7 480GEN-0047 4740 TOUCHTON RD ZENITH ZTSDH40ECS-7 480GEN-0048 9803 TOUCHTON RD ZENITH ZTSDH40ECS-7 480GEN-0050 10828 BURNT MILL RD ZENITH ZTSDH80FCS-7-5002 480GEN-0054 8032 POINT MEADOWS DR ZENITH ZTSDL40ES-7 480GEN-0077 8614 REEDY BRANCH DR ZENITH ZTSDL80EC-7 480GEN-0097 2702 SAN PABLO RD S ZENITH ZTSDH15ECS 240GEN-0143 5620 COLLINS RD ZENITH ZTSDR40E-5 480GEN-0144 7703 BLANDING BLVD ZENITH ZTSDL40ES-7 240GEN-0186 450 SR 13N ZENITH ZTSDL22ES7 208GEN-0188 1309 ROXIE ST ZENITH ZTSDL22ES-3 240GEN-0192 11305 HARTS RD ZENITH ZTSDL80ES-7 480GEN-0199 7823 BAYMEADOWS RD E ZENITH ZTSDL22FS-7 480GEN-0201 6674 COMMONWEALTH AV ZENITH ZTSCTL100FS-7 480GEN-0203 6727 BROADWAY AV ZENITH ZTSCTL40FS-7 480

011-19 APPENDIX C - LIST OF JEA ATS LOCATIONS

GEN-0209 3431 KERNAN BV. S ZENITH ZTSDL40ES-38 240GEN-0214 2111 COLE FLYER RD ZENITH ZTSDL40ES-7 480GEN-0216 9898 GATE PKWY N ZENITH ZTSDL40ES-7 480GEN-0218 9362 OLD BLOUNT ISLAND BLVD ZENITH ZTSDL22ES-7 480GEN-0221 5051 PROPELLER DR. ZENITH ZTSDL10ES-7 480GEN-0227 5175 LONGLEAF ST ZENITH ZTSDL26ES7 480GEN-0295 5540 COLLINS RD ZENITH ZTSDLM40ESC-38 240GEN-0458 2740 COUNTY ROAD 210 W ZENITH ZTSDSL80ES12-7 480GEN-0462 9400 LEO MAGUIRE PY ZENITH ZTSDL26ES-7 480GEN-0463 1101 GARRISON DR ZENITH ZTSDR22E-7 480