GREATER ORLANDO AVIATION AUTHORITY

INVITATION FOR BIDS

PURCHASING BID 17-21

MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

ORLANDO INTERNATIONAL AIRPORT

AND

ORLANDO EXECUTIVE AIRPORT

ORLANDO, FLORIDA

ADDENDUM NO. 2 TO PURCHASING BID 17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (UPS) AND BATTERIES, AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (FDS) TESTING, MAINTENANCE AND REPAIR SERVICES ORLANDO INTERNATIONAL AIRPORT ORLANDO, FLORIDA

February 26, 2021

This addendum forms a part of the Bid Documents described above. The original Bid Documents remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents.

ITEM 1: Replace Page-2 with corrected Page-2 of the Invitation for Bid. The opening date has been moved from 11:00 a.m. March 2, 2021 to 11:00 a.m. March 8, 2021.

ITEM 2: Replace Page BF-13 with corrected Page BF-13. The opening date has been moved from 11:00 a.m. March 2, 2021 to 11:00 a.m. March 8, 2021.

* * * * * * * END OF ADDENDUM NO. 2 * * * * * * *

_Fatima F Calkins_ February 26, 2021 Fatima F Calkins, CPPO, CPPB Date Senior Purchasing Agent

Page 1

(REVISED PER ADDEDNUM NO. 2) of the Bid, and a question and answer period. Attendance at the Pre-Submittal Teleconference is not mandatory but is strongly encouraged. Proposers are expected to be familiar with the Bid and to provide the Aviation Authority with any questions regarding the Bid at the Pre-Bid Conference.

Sealed Bids will be received at the Greater Orlando Aviation Authority, Orlando International Airport, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338 until 11:00 a.m., March 8, 2021, at which time all Bids received will be publicly opened and read. Bids may be delivered prior to the above time and date to the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338. Bids transmitted electronically or by facsimile will not be accepted. Any Bid received after the time and date specified for the opening of the Bids will not be considered, but will be returned unopened. The Authority’s Purchasing Manager will designate an official timepiece which shall be used to determine the official time for opening of Bids, and which time shall be deemed correct and conclusive.

A Bid must be submitted on a reproduced copy of the Bid Forms supplied, including any addenda which may be issued, and must be submitted in a sealed envelope which shall be clearly marked Purchasing Bid 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at the Orlando International Airport and Orlando Executive Airport. One (1) additional copy of the Bid should also be included with the original Bid. The original Bid shall be submitted in hard copy format and clearly marked “Original.” Additionally, an exact electronic copy of the Bid should be included with the Original Bid on an individual electronic USB Flash Drive.

No Bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for Bid opening.

This Document includes a Minority and Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The Participation Goal for this Contract will be 15% for MWBEs and 2% for LDBs.

The Bidder awarded the Contract must provide a Performance Bond or Letter of Credit within ten (10) business days after written notice of such award, completed on the Authority's forms provided in this package and satisfactory to the Authority, having a penal sum equal to One Million Dollars ($1,000,000), in accordance with the Bid Documents.

The Bidder awarded the Contract must also provide, within ten (10) business days after written Notice of Award, proof of liability insurance in the amount of Five Million Dollars ($5,000,000), along with any other required insurance coverages and evidence of business or occupational license, as outlined in the Bid Documents.

The Authority reserves the right to waive any informalities or irregularities of Bids, to request clarification of information submitted in any Bid, to request additional information from any Bidder, or to reject any or all Bids, and to re-advertise for Bids. The Authority also reserves the right to extend the date and time period during which it will accept Bids and to extend the date or time scheduled for the opening of Bids.

Award, if made, will be to the responsible and responsive Bidder submitting the low Bid.

The Owner (“Authority”), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS Page 2 BASE REV 03/26/19 (REVISED PER ADDENDUM NO. 2)

BIDDER: ______

NO RESPONSE

TO

INVITATION FOR BIDS

If your firm is unable to submit a Bid at this time, please provide the information requested in the space provided below and return to:

GREATER ORLANDO AVIATION AUTHORITY PURCHASING OFFICE 8652 CASA VERDE ROAD, BUILDING 811 ORLANDO, FLORIDA 32827-4338

We have received Invitation for Bids, Purchasing Bid 17-21 Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, for Orlando International Airport Orlando Executive Airport, opening at 11:00 a.m., March 8, 2021, at the Greater Orlando Aviation Authority, Orlando International Airport, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338.

Our firm's reason for not submitting a Bid is:

______

______

______

______Company Name

By:______

Its:______Name & Title, Typed or Printed

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-13 BASE REV 03/26/19

ADDENDUM NO. 1 TO PURCHASING BID 17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (UPS) AND BATTERIES, AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (FDS) TESTING, MAINTENANCE AND REPAIR SERVICES ORLANDO INTERNATIONAL AIRPORT ORLANDO, FLORIDA

February 23, 2021

This addendum forms a part of the Bid Documents described above. The original Bid Documents remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents.

ITEM 1: Question: Will the Aviation Authority accept an umbrella policy in conjunction with a General Liability and Auto Liability coverage requirements?

Answer: Yes, the Aviation Authority will accept an umbrella policy.

ITEM 2: Question: Please clarify if the Aviation Authority requesting a Bid Bond and a Payment Bond for this solicitation? If so, please provide the forms.

Answer: The Aviation Authority is requesting a Performance Bond in the amount of One Million Dollars (refer to Section 6, Page GC-7 – GC-10 of the General Conditions. The Performance Bond form can be found in the Contraction Section, Pages C-4 through C-7.

* * * * * * * END OF ADDENDUM NO. 1 * * * * * * *

_Fatima F Calkins______February 24, 2021__ Fatima F Calkins, CPPO, CPPB Date Senior Purchasing Agent

Page 1

TABLE OF CONTENTS

GREATER ORLANDO AVIATION AUTHORITY

PURCHASING BID 17-21

MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

ORLANDO, FLORIDA

Page Numbers

Invitation for Bids 1 to 3

Instructions to Bidders IB-1 to IB-19

Bid Forms BF-1 to BF-54

Contract C-1 to C-12

General Conditions GC-1 to GC-22

Specification S-1 to S-37

ATTACHMENTS

Attachment “A” - Switchgear Maintenance Summary of Equipment Attachment “B” - Switchgear Maintenance Schedule Attachment “C” - Maintenance of Terminal Switchgear Circuit Breaker Inventory Attachment “D” - Maintenance of Terminal Switchgear Circuit Breaker Inspection Attachment “E” – Maintenance of Terminal Switchgear Circuit Breaker Testing Attachment “F” – Maintenance of Switchgear Automatic & Manual Transfer Switch Checklist Attachment “G” – Monthly Generator Inspections & Services Attachment “H” – Intermediate (Quarterly & Annual) Generator Inspections & Services Attachment “I” – Annual Generator Inspection & Services Attachment “J” - UPS Preventative Maintenance – Inspection Form Attachment “K” - Maintenance of Switchgear ASTM D975 – Diesel Fuel Specifications Attachment “L” – Switchgear Maintenance Summary of Generators Attachment “M” – OEA Electrical Equipment List Attachment “N” – Central Plant Sign-In Log Attachment “O” – Orlando Executive Airport “OEA” Sign-In Log

INVITATION FOR BIDS GREATER ORLANDO AVIATION AUTHORITY PURCHASING BID 17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

Sealed Bids for Purchasing Bid 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at the Orlando International Airport and Orlando Executive Airport, will be received by the Greater Orlando Aviation Authority, hereinafter called "Authority."

The proposed Contract will be to provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair at the Orlando International Airport (“OIA”) and the Orlando Executive Airport (“OEA”) in accordance with the Contract Documents.

The Contract period will be for thirty-six (36) months with the initial service to commence on or about August 1, 2021, and with the Authority having options to renew the Contract for two (2) additional periods of one (1) year each.

The Contract work shall not be divisible, but shall be awarded, if an award is made, to a single Bidder.

Bid packages will be available for examination Wednesday, February 3, 2021, and may be obtained by visiting the Authority Purchasing Department’s website at www.orlandoairports.net/purchasing for download availability or by visiting AirportLink’s website at http://AirportLink.perfect.com or by calling AirportLink at (866) 889-8533. AirportLink provides supplier registration services, document fulfillment and other purchasing related services to the Authority and to suppliers doing business with the Authority. Any award resulting from this solicitation will not require any payment by the supplier to AirportLink. If you received this solicitation document from any source other than AirportLink (WebProcure), please promptly register your interest in this solicitation with AirportLink. Questions concerning this Bid package should be addressed to Fatima F Calkins by e-mail at [email protected].

A PRE-BID CONFERENCE will be held at 10:00 a.m., Tuesday, February 16, 2021, at the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338 and via GoToMeeting, at 10:00 a.m., Tuesday, February 16, 2021. Please join the meeting from your computer, tablet or smartphone:

https://global.gotomeeting.com/join/653985565 Dial in for audio: United States (Toll Free): 1-877-309-2073 - Access Code: 653-985-565

If participating in the Pre-Bid Conference, participants are respectfully requested to RSVP to [email protected] with their company name, contact information, and to provide the Authority with any questions or request for clarification regarding the Bid Documents. The call will include a review

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS Page 1 BASE REV 03/26/19

of the Bid, and a question and answer period. Attendance at the Pre-Submittal Teleconference is not mandatory but is strongly encouraged. Proposers are expected to be familiar with the Bid and to provide the Aviation Authority with any questions regarding the Bid at the Pre-Submittal Teleconference.

Sealed Bids will be received at the Greater Orlando Aviation Authority, Orlando International Airport, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338 until 11:00 a.m., March 2, 2021, at which time all Bids received will be publicly opened and read. Bids may be delivered prior to the above time and date to the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338. Bids transmitted electronically or by facsimile will not be accepted. Any Bid received after the time and date specified for the opening of the Bids will not be considered, but will be returned unopened. The Authority’s Purchasing Manager will designate an official timepiece which shall be used to determine the official time for opening of Bids, and which time shall be deemed correct and conclusive.

A Bid must be submitted on a reproduced copy of the Bid Forms supplied, including any addenda which may be issued, and must be submitted in a sealed envelope which shall be clearly marked Purchasing Bid 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at the Orlando International Airport and Orlando Executive Airport. One (1) additional copy of the Bid should also be included with the original Bid. The original Bid shall be submitted in hard copy format and clearly marked “Original.” Additionally, an exact electronic copy of the Bid should be included with the Original Bid on an individual electronic USB Flash Drive.

No Bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for Bid opening.

This Document includes a Minority and Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The Participation Goal for this Contract will be 15% for MWBEs and 2% for LDBs.

The Bidder awarded the Contract must provide a Performance Bond or Letter of Credit within ten (10) business days after written notice of such award, completed on the Authority's forms provided in this package and satisfactory to the Authority, having a penal sum equal to One Million Dollars ($1,000,000), in accordance with the Bid Documents.

The Bidder awarded the Contract must also provide, within ten (10) business days after written Notice of Award, proof of liability insurance in the amount of Five Million Dollars ($5,000,000), along with any other required insurance coverages and evidence of business or occupational license, as outlined in the Bid Documents.

The Authority reserves the right to waive any informalities or irregularities of Bids, to request clarification of information submitted in any Bid, to request additional information from any Bidder, or to reject any or all Bids, and to re-advertise for Bids. The Authority also reserves the right to extend the date and time period during which it will accept Bids and to extend the date or time scheduled for the opening of Bids.

Award, if made, will be to the responsible and responsive Bidder submitting the low Bid.

The Owner (“Authority”), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS Page 2 BASE REV 03/26/19

invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

Bidders should note that Section 12 of the Instructions to Bidders describes irregularities in Bids that may cause them to be rejected by the Authority. Included in these irregularities are those such as conditions, limitations, or unauthorized alternative Bids which may require the Authority to reject a Bid. Bidders are strongly urged to seek the Authority's written advice BEFORE you submit a Bid containing any of the irregularities described in Section 12 of the Instructions to Bidders.

GREATER ORLANDO AVIATION AUTHORITY

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS Page 3 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS

1. INTENT:

It is the intent of these Instructions to establish guidelines for the proper completion of the Bid Forms. These Instructions to Bidders provide guidance and explanation for subsequent Bid Forms and Contract Documents. Please read all instruction paragraphs.

2. GENERAL:

2.1 This Contract will be to provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair at the Orlando International Airport (“OIA”) and Orlando Executive Airport (“OEA”) in accordance with the Contract Documents.

2.2 Contract period will be thirty-six (36) months with the initial service to commence on or about August 1, 2021, and with Authority having options to renew the Contract for two (2) additional periods of one (1) year each upon the same terms and conditions, except compensation to the Contractor which shall be established by negotiation between the parties, subject to the limitations stated below. The option years compensation will be based on the annual unit prices. If the parties cannot successfully negotiate pricing for any renewal option year, the Authority may exercise its option to renew the Contract for such option year at the maximum prices described below. The compensation due to the Contractor in the first renewal option year, if exercised, may not exceed the annual sunit prices for the immediately preceding year, increased by a percentage that equals the percentage, if any, by which the Consumer Price Index, United States City Averages, Urban Wage Earners and Clerical Workers (CPI-W), All Items (1982-84=100) ("CPI") published from time to time by the United States Bureau of Labor Statistics in effect as of the end of the thirtieth (30th) month of the Contract term exceeds the CPI in effect as of the end of the eighteenth (18th) month of the Contract term. The Compensation due to the Contractor in the second renewal option year, if exercised, may not exceed the annual unit prices for the immediately preceding year, increased by a percentage that equals the percentage, if any, by which the CPI in effect as of the end of the forty-second (42nd) month of the Contract term exceeds the CPI in effect as of the end of the thirtieth (30th) month of the Contract term.

2.3 The Contract work shall not be divisible, but shall be awarded, if an award is made, to a single Bidder.

2.4 The Contract, if awarded, shall not be construed to create unto the Contractor any exclusive rights with respect to any of the Authority’s Electrical Switchgear Equipment and Generators, (ii) Uninterruptible Power Supplies and Batteries, and (iii) Emergency Generator Fuel Delivery System (“FDS”) testing, maintenance and repair requirements. The Authority may in its sole discretion award any additional or similar services to any third party, or the Authority may elect to perform all or a portion of the services by its own employees.

2.5 A Bidder's Bid prices shall remain firm for the duration of the initial term of the Contract. Any anticipated increases in Bidder's costs during the initial term of the Contract must be

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-1 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

reflected in its prices set forth in its Bid. The Authority shall not be obligated to renegotiate or increase any price for any work during the initial term of the Contract based on a Bidder's mistake or miscalculation of prices, underestimation of costs, or for any other reason. All of the Bidder's overhead costs, including, but not limited to, costs of the required bonds and insurance coverages, shall be included in such Bidder's prices listed in its Bid.

2.6 Each Bidder shall provide its hourly rate for: (i) Remote VPN access for Powernet, Powerexpert and Forseer maintenance, upgrades and modifications; (ii) Additional Work Repairs for standard and non-standard hours for Eaton, CAT Switchgear Electrical equipment; and (iii) additional work hours for: (a) journeyman; (b) mechanic and (c) helper standard and non-standard hours for each Bid Form line item under the “Hourly Price” headings (columns “a, g, and, m”) for Year 1 (Pages BF-14 through BF-16), Year 2 (Pages BF-26 through BF-28), and Year 3 (Pages BF-38 through BF-40). The hourly prices (columns “a, g, and m”) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing electrical switchgear equipment maintenance and repair services. Then, Bidder shall multiply each hourly price (columns “a, g, and m”) by the number of estimated annual hours (columns “b, h, and n”) and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (columns “c, i, o”).

2.7 Each Bidder shall provide its mark-up percentage (%) for Eaton and CAT Switchgear Electrical equipment for each Bid Form under the “Markup (%)” headings (columns “d and j”) for Year 1 (Pages BF-14 and BF-15), Year 2 (Pages BF-26 and BF-27), and Year 3 (Pages BF-38 and BF-39) expressed in decimals, over the Contractor’s cost for parts, materials, components purchased for electrical switchgear equipment maintenance and repair services, rentals, and any other reimbursable items in the space provided. On such pages, Bidder shall multiply such “mark-up percentage” by the estimated annual value (columns “e and k”) (e.g. 1%=.01 x $50,000= $500.00), and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (column “f, and l”). The Authority’s estimated annual value of the parts, materials, rentals and any other reimbursable items (at Bidder’s cost) that will be purchased under this Contract is listed under columns (“e and k”). Bidders are not permitted to modify this number.

2.8 Each Bidder shall provide its unit price for: (i) the monthly inspections of generators; (ii) the intermediate (quarterly and annual) inspection of generators; (iii) the annual inspection of generators; and (iv) the two (2) hour load bank; under “Unit Price” headings (column “p”) for Year 1 (Pages BF-17, BF-18, BF-23, and BF-25), Year 2 (Pages BF-29, BF-30, BF-32, BF-35, and BF-37), and Year 3 (Pages BF-41- BF-42, BF-44, BF-47 and BF-49). The unit price (column “p” ) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing generators maintenance and repair. Then, Bidder shall multiply each unit price (column “p”) by the number of estimated annual hours (column “q”) and enter the product of such calculation, without further

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-2 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

adjustment or modification, in the right hand side of the page under the “Extension” heading (column “r”).

2.9 Each Bidder shall provide its hourly rate for additional work repair hours for generators for standard and non-standard hours for each Bid Form line item under the “Hourly Rate” headings (columns “v”) for Year 1 (Page BF-16), Year 2 (Page BF-28), and Year 3 (Page BF-36). The hourly prices (column “w”) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing generators maintenance and repair services. Then, Bidder shall multiply each hourly rate (column “v”) by the number of estimated annual hours (columns “w”) and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (columns “x”).

2.10 Each Bidder shall provide its mark-up percentage (%) for parts and materials for generator maintenance and repair for each Bid Form under the “Markup (%)” headings (column “y ” for Year 1 (Page BF-18), Year 2 (Page BF-30), and Year 3 (BF-42) expressed in decimals, over the Contractor’s cost for parts, materials, components purchased for generators maintenance and repair services, rentals, and any other reimbursable items in the space provided. On such pages, Bidder shall multiply such “mark-up percentage” by the estimated annual value (column “z”) (e.g. 1%=.01 x $50,000= $500.00), and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (columns “aa”). The Authority’s estimated annual value of the parts, materials, rentals and any other reimbursable items (at Bidder’s cost) that will be purchased under this Contract is listed under column (“z”). Bidders are not permitted to modify this number.

2.11 Each Bidder shall provide its mark-up percentage (%) for uninterruptible power supplies (UPS) and battery preventive maintenance and repair services for each Bid Form under the “Markup (%)” headings (column “ab”) for Year 1 (Page BF-19), Year 2 (Page BF-31), and Year 3 (Page BF-42) expressed in decimals, over the Contractor’s cost for parts, materials, components purchased for generators maintenance and repair services, rentals, and any other reimbursable items in the space provided. On such pages, Bidder shall multiply such “mark-up percentage” by the estimated annual value (column “ac”) (e.g. 1%=.01 x $50,000= $500.00), and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (column ‘ad”). The Authority’s estimated annual value of the parts, materials, rentals and any other reimbursable items (at Bidder’s cost) that will be purchased under this Contract is listed under column (“ac”). Bidders are not permitted to modify this number.

2.12 Each Bidder shall provide its additional work hours uninterruptible power supplies (UPS) and battery preventive maintenance and repair services for standard and non-standard hours headings (column “ae”) for Year 1 (BF-19), Year 2 (Page BF-31), and Year 3 (Page BF-42). The additional work hours (column “ae”) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing uninterruptible power

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-3 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

supplies (UPS) and battery preventive maintenance and repair services. Then, Bidder shall multiply each hourly price (column “ae”) by the number of estimated annual hours (column “af”) and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (column “ag”).

2.13 Each Bidder shall provide its unit price for: (i) testing and analysis; (ii) cleaning of fuel tanks; and (iii) transfer of fuel (column a) for Year 1 (Page BF-20), Year 2 (Page BF-32), and Year 3 (Page BF-44). The unit price (columns “ah” and “ak”) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing emergency generator fuel delivery system services. Then, Bidder shall multiply each unit price (columns “ah and ak”) by the number of estimated number of tanks and estimated number of gallons per year (column “ai and al”) and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (columns “aj and am”).

2.14 Each Bidder shall provide its additional work hours for maintenance and repairs for standard and non-standard hours (i) testing and analysis; (ii) cleaning of fuel tanks; and (iii) transfer of fuel headings (column “an”) for Year 1 (Page BF-20), Year 2 (Page BF-34), and Year 3 (Page BF-44). The additional work hours (column “an”) shall include the Contractor’s portion of social security taxes, unemployment taxes and all other compulsory payroll taxes, worker’s compensation insurance costs, costs of any health insurance or other fringe benefit provided to employees, uniform costs, costs of bonds and insurance coverage, travel costs, training costs, other overhead costs, profit margin and any other costs or fees the Bidder would expect to receive or recover from the Authority in performing emergency generator fuel delivery system services. Then, Bidder shall multiply each hourly price (column “an”) by the number of estimated annual hours (column “ao”) and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (column “ap”).

2.15 Each Bidder shall provide its mark-up percentage (%) for emergency generator fuel delivery system services testing, maintenance and repair services for each Bid Form under the “Markup (%)” headings (column “aq”) for Year 1 (Page BF-21), Year 2 (Page BF-33), and Year 3 (Page BF-45) expressed in decimals, over the Contractor’s cost for parts, materials, components purchased for generators maintenance and repair services, rentals, and any other reimbursable items in the space provided. On such pages, Bidder shall multiply such “mark-up percentage” by the estimated annual value (column “ar”) (e.g. 1%=.01 x $50,000= $500.00), and enter the product of such calculation, without further adjustment or modification, in the right hand side of the page under the “Extension” heading (column ‘as”). The Authority’s estimated annual value of the parts, materials, rentals and any other reimbursable items (at Bidder’s cost) that will be purchased under this Contract is listed under column (“ar”). Bidders are not permitted to modify this number.

2.16 Each Bidder shall then add Pages BF-14 through BF-25, the extension columns (“c, f, I, l, o, r, u, x, aa, ad, ag, aj, am, ap, as, aw, az, bc, bf, bi, bl, and bo”) for each row should then be added together, the sum which shall be entered at the bottom of such page titled “Total Year One Bid Prices” and on the appropriate line on Page BF-50. On Pages BF-26 through BF-37, the extension columns (“c, f, I, l, o, r, u, x, aa, ad, ag, aj, am, ap, as, aw, az, bc, bf, bi, bl, and bo”) for each row shall then be added together, the sum which shall be entered

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-4 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

at the bottom of such page titled “Total Year Two Bid Prices” and on the appropriate line on Page BF-51. On Pages BF-38 through BF-49 should then be added together, the sum of which shall be entered on the line “Total Year Three Bid Price and on the appropriate line on Page 52. Each of the totals for Pages shown on each corresponding line and then the sum of which shall be entered on the line “Total Year 1 Bid Price”, “Total Year 2 Bid Price” and “Total Year 3 Bid Price” on Page BF-53.

2.17 Each Bidder shall then add together the Total Year One Bid Price, the Total Year Two Bid Price, and the Total Year Three Bid Price on Page BF-56 and enter the sum on the appropriate space marked “Total Three (3) Year Bid Price” on Pages BF-53 and on Page BF-3.

2.18 Any Bid that fails to include all of the prices as requested on Page BF-14 through Page BF- 53 may be deemed non-responsive to the Invitation.

2.19 Each Bidder shall provide with its Bid: (i) a Letter of Bondability on a surety company letterhead or a letter from a US Bank for a letter of credit confirming that Bidder can obtain one or the other; (ii) a statement of coverage on a U.S. insurance company/ broker letterhead confirming that Proposer can obtain the insurance coverage requirements as described in Section 5 of the General Conditions; (iii) name and current resume for the Contractor’s proposed on-site lead technician; (iv) a signed statement from the Original Equipment Manufacturer (OEM) stating that full support of the OEM will be available to the Bidder or Authority for parts, materials, components, and technical assistance when required; and (v) Listing of authorized Sub-Contractors for each manufacturer: company name, physical address, qualifications, proof of authorized maintenance service provider, and personnel name responsible for the management of the Switchgear, Electrical Systems and Generators Maintenance Services as listed in Attachment “A”.

2.20 The Bidder to whom the “Notice of Intent to Award” is given shall provide to the Authority within ten (10) days after receiving the Notice of Award the following:

2.20.1 Contact information: including office, fax, and cell phone numbers, e-mail addresses and physical mailing address for all on and off site personnel responsible for the management of this contract.

2.20.2 Transition plan: detailing Contractor’s plan on meeting the contract requirements. The Transition plan shall specifically explain the Contractor’s plan for the different manufacturer’s equipment.

2.20.3 Quality control plan: detailing the level of and frequency of inspections proposed to ensure all contractual requirements are met through the life of the Contract.

2.20.4 Operations plans: detailing who will be performing the work. Plan shall include resumes or work history of employees and subcontractors proposed. This plan shall be very specific for each manufacturer’s equipment.

2.20.5 Certificates for the manufacturers’ technicians that are factory certified in the maintenance and repair of the switchgear, electrical system and generators equipment listed in the Specification.

2.20.6 Performance bond: in the amount of One Million Dollars ($1,000,000).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-5 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

2.20.7 A signed/completed W-9.

2.20.8 A copy of the Orange County and City of Orlando Business License.

2.20.9 A certificate of liability insurance in the amount of Five Million Dollars $5,000,000), along with any other required insurance coverages.

2.21 If any of the proposed individuals are deemed unacceptable by the Authority, the Bidder shall submit to the Authority the names, qualifications, licenses, and current resumes of individuals acceptable to the Authority within ten (10) days of receipt of notice from Authority.

3. RECEIPT AND OPENING OF BIDS:

Bids will be received, opened and read at the time and place specified in the Invitation for Bids. Bidders or their authorized agents are invited to be present. Bids received after the time and date specified will not be considered, and will be returned unopened.

4. EXAMINATION OF BID/CONTRACT DOCUMENTS:

All prospective Bidders shall thoroughly examine and become familiar with the Bid package and carefully note the items which must be submitted with the Bid, such as:

4.1 a list of Contract References;

4.2 a Certificate of Non-Segregated Facilities; and

4.3 any other information specifically called for in these Bid Documents.

(These Instructions to Bidders, the Invitation for Bids, the Bid Forms, the Contract, the General Conditions, and the Specifications are referred to herein as the "Bid Documents" or the "Contract Documents.") Submission of a Bid shall constitute an acknowledgment that the Bidder has read and understands the Bid Documents. The failure or neglect of a Bidder to receive or examine any Bid Document shall in no way relieve it from any obligations under its Bid or the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work.

5. ADDENDA-CHANGES WHILE BIDDING:

Other than during the Pre-Bid Conference, the Authority shall not be required to provide to any Bidder verbal interpretations as to the meaning of any portion of the Bid Documents. Requests for interpretation, clarification or correction of Bid Documents, forms or other material in this Bid Package should be made in via email at [email protected] until 5:00 p.m., February 22, 2021. Any response by Authority to a request by a Bidder for clarification or correction will be made in the form of a written Addendum. All parties to whom the Bid packages have been issued will be sent a notification of the issuance of an Addendum either by e-mail and/or by facsimile. The Addendum may be electronically downloaded by visiting either the Authority Purchasing Department’s web site at www.orlandoairports.net/purchasing, or if registered with AirportLink, by visiting their web site at http://AirportLink.perfect.com. Authority reserves the right to issue Addenda at any time up to the date and time set for Bid opening. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the Bid Form, its Bid will nevertheless be construed as though the Addendum had been received and acknowledged.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-6 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

Submission of a Bid will constitute a Bidder’s acknowledgement of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on Authority. Prospective Bidders are warned that any other source by which a Bidder receives information concerning, explaining or interpreting the Bid Documents shall not bind the Authority.

6. PREPARATION OF BIDS:

6.1 Bids shall be submitted only on reproduced copies of the attached Bid Forms including any revised or additional Bid Forms supplied by Addenda. If an award is made, the completed Bid Forms shall constitute a part of the Contract Documents and will be incorporated in the final Contract between the Authority and the successful Bidder. All blank spaces in the Bid Forms should be filled in legibly and correctly in ink or typewritten.

6.2 All Bids shall contain the name and business address of the individual, firm, corporation, or other business entity submitting the Bid and shall be subscribed by either the individual, a general partner, a member of a member-managed LLC, a manager of a manager-managed LLC, or an authorized officer or agent of a Corporation or business entity, and should be properly witnessed or attested. If any officer or agent other than the signatories described in the preceding sentence shall sign any Contract Document on behalf of the Bidder, the Authority should be furnished with satisfactory evidence of such officer’s or agent's authority to bind the Bidder with respect to the contents of the subject Bid Documents so signed by him or her. If the Bidder is an LLC, the Bidder should submit with its Bid its Articles of Organization or other evidence satisfactory to Authority, indicating whether the LLC is member-managed or manager-managed, and indicating that the person executing the Bid is authorized to bind the LLC.

6.3 If the Bidder is a partnership or sole proprietorship, the Authority, reserves the right to require the Bidder to submit to the Authority at any time the name and business address of each owner, principal, partner, or member of the Bidder having an ownership or management position with the Bidder.

6.4 If the Bidder is a corporation or other state-chartered business entity, the Authority reserves the right to require the Bidder to submit to the Authority at any time, the name and business address of each officer, director and holder of 10% or more of the stock or other ownership interests of such corporation or other business entity. If the Bidder is a corporation, the Bid should have the corporate seal affixed and include the name of the State in which it was incorporated. If the Bidder is a foreign corporation or other state-chartered business entity and is the successful Bidder, the Bidder will be required to submit evidence prior to the execution of the Contract, if awarded, that the corporation or other state-chartered business entity has applied to the Secretary of State, State of Florida, for authority to do business in the State of Florida. If the Bidder elects to use a fictitious name in its Bid, a copy of the Bidder's fictitious name registration should be provided to Authority.

7. BID GUARANTY:

A Bid Guaranty shall not be required for this Contract.

8. DELIVERY OF BIDS:

8.1 All Bids shall be submitted in a sealed envelope bearing on the outside the name of the Bidder, address, and the notation Purchasing Bid 17-21, Management of Electrical

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-7 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at Orlando International Airport and Orlando Executive Airport . One (1) additional copy of the Bid should also be provided to the Authority in the sealed envelope with the original Bid clearly marked “Original.” Additionally, an exact electronic copy of the Bid on an individual electronic USB Flash Drive should be provided to the Authority in the sealed envelope with the Original Bid. Each Bid shall consist of an executed copy of the Bid Form (Pages BF-1 through BF-56), along with all other documents or information required to be submitted pursuant to the terms of the Bid Documents (together, the "Bid"). The documents comprising the Bid must be completed and signed on the forms provided herein, or on exact reproductions thereof.

8.2 All Bids shall be submitted pursuant to the terms outlined in these Instructions to Bidders. Any Bids received after the time and date specified in the Invitation for Bids (or any Addenda thereto) for the opening of the Bids will not be considered, but will be returned unopened.

8.3 Each Bidder’s response to the Invitation for Bids shall be at the sole cost and expense of the Bidder and such Bidder shall have no claim against the Authority for costs, damages, loss of profits, or to recover such costs, damages, or expenses, in the event the Authority exercises its right to reject any or all Bids or to cancel an award pursuant to a provision hereof for any reason.

8.4 Submission of a Bid shall constitute authorization for the Authority and its representatives and agents to make such copies of the Bid or portions thereof and to distribute such copies as may be necessary or desirable to carry out the Authority's objectives or requirements.

9. COMMUNICATIONS DURING BID PROCESS:

In accordance with the below-referenced policies, any communication directly or indirectly to seek to encourage any specific result in connection with an Authority selecting process, including but not limited to, written communications, any and all forms of electronic communications or messaging, including social media, oral communications either in person or by telephone, initiated by a Bidder or through a lobbyist, agent or third person, to any Authority staff and/or Committee/Board member who is a member of any committee constituted for the purposes of ranking Solicitations, making recommendations or making an award, is prohibited from the time that the Solicitation is released to the time that the award is made. An appropriate official or employee of the Authority may initiate communication with a Bidder in order to obtain information or clarification needed to develop a proper and accurate evaluation of the Solicitation. Any official communication from a Bidder during the Bid process should be submitted in writing to the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338 or to the email address as directed during the Bid process. A copy of these policies (Sections 180.01 and 180.03) are available upon request from the Director of Board Services.

10. WITHDRAWAL OF BIDS:

No Bid may be withdrawn after it is submitted unless the Bidder makes a request by letter and such request is received prior to the time set for opening of Bids. No Bid may be withdrawn after the scheduled Bid opening time for a period of ninety (90) days. Any Bidder withdrawing or attempting to withdraw its Bid prior to the expiration of the ninety (90) day period shall be obligated to reimburse the Authority for all its costs incurred in connection with such

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-8 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

withdrawal or attempted withdrawal including, without limitation, any increased costs for procuring the goods or services from another Bidder or all costs of advertising and re- procuring the goods or services, and all attorneys’ fees, in addition to payment of Authority’s other damages. A Bidder’s submission of a Bid shall be deemed the Bidder’s acknowledgment of an agreement to the provisions of this Section.

11. DISQUALIFICATION OF BIDDERS:

11.1 Any of the following causes may be considered as sufficient for the Authority’s disqualification of a Bidder and the rejection of its Bid:

11.1.1 Submission of more than one Bid for the same work, or participation in more than one Bid for the same work as a partner or principal of the Bidder, by an individual, firm, partnership or corporation, under the same or different names, or by Bidders which are affiliates, either at the time of submittal, or at the time of award. For purposes of this section, the term “affiliates” means firms, partnerships, corporations or other entities under common control;

11.1.2 Evidence of collusion between or among Bidders;

11.1.3 Evidence, in the opinion of the Authority, of Bidder(s) attempting to manipulate the Bid pricing for its own benefit (e.g. pricing resulting in a failure of the Authority’s ability to enforce the Contract or impose the remedies intended following breach by Contractor);

11.1.4 Being in arrears on any of its existing contracts with the Authority or in litigation with the Authority or having defaulted on, or being in or having previously been in litigation with the Authority with respect to, a previous contract with the Authority;

11.1.5 Poor, defective or otherwise unsatisfactory performance of work for Authority or any other party on prior projects which, in the Authority's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or

11.1.6 Any other cause which, in the Authority's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its Bid.

11.2 The Authority has adopted a Code of Ethics and Business Conduct Policy (Section 204.01) which addresses, the obligation of the Authority’s Board members and employees to follow the Florida Statutes in reference to these issues. This includes, but is not limited to, the obligations of the Authority’s Board members and employees with respect to having an interest in business entities, outside employment, gratuities, divulgence of information, unauthorized compensation and acceptance of gifts. Please be aware that any violation of this policy by a Bidder and/or any attempt to influence an Authority Board member or employee to violate the policy is sufficient cause for the denial of the right of the Bidder to bid on any contract or sell any materials, supplies, equipment, or services to the Authority for a period of time that is determined by the Chief Executive Officer. A copy of this policy is available upon request from the Director of Board Services.

12. REJECTION OF IRREGULAR BIDS:

A Bid will be considered irregular and may be rejected by the Authority if it (i) is improperly executed, (ii) shows omissions, alterations of form, additions not called for, unauthorized

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-9 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

conditions or limitations, or unauthorized alternate Bids, (iii) fails to include the proper Bid Guaranty (if required), Contract references, other certificates, affidavits, statements, or any other information required to be included with Bids, including, but not limited to, the Bidder's prices, or (iv) contains other irregularities of any kind.

13. NOTICE OF INTENT TO AWARD CONTRACT:

Unless all Bids are rejected by the Authority, a Notice of Intent to Award is anticipated to be provided within ninety (90) days from the opening of Bids to the responsible and responsive Bidder submitting the low Bid. In the event of tie Bids, the Authority reserves the right to determine the successful Bidder by the method approved by the Authority in its Policies and Procedures. Bidders involved will be given notice of the time and place the determination is made. For all procurements, the Authority reserves the right to reject any or all bids and to cancel the procurement or to solicit new bids.

14. RESPONSIBILITY OF BIDDERS:

14.1 To aid it in determining a Bidder's responsibility, Authority reserves the right (a) to request, at the Authority’s exclusive discretion and at any time, that Bidder submit such evidence, including additional references, of Bidder's qualifications as Authority may deem necessary, and (b) to consider any evidence available to the Authority of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the Authority and others. Satisfaction of the minimum responsibility criteria below does not mean that the Bidder necessarily will be found by the Authority to be responsible. The Authority shall be the final authority in the determination of a Bidder’s responsibility and the award of a Contract to a Bidder.

14.2 All Bidders shall furnish the Authority with the company name, address, contact person, and telephone number and email address of those entities Bidder is relying on to satisfy the minimum responsibility criteria in Section 14.3 below, and of any other entities that Bidder believes would be helpful in establishing Bidder’s responsibility. The information should be submitted on Page BF-6 at or before the time the Bid is due, with the knowledge that the Authority will use the data for reference purposes.

14.3 For a Bidder to meet the minimum responsibility criteria for this Contract, the Bidder must provide verifiable evidence:

14.3.1 through references or otherwise, that the Bidder is an individual, a firm, a corporation, or other entity that is currently engaged in the business of providing i) Electrical Switchgear Equipment, (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair services;

14.3.2 through references, that the Bidder, after taking into account the activities of a related predecessor (e.g. by merger or reorganization), affiliate, or principal of Bidder, has been actively engaged in such business for at least the three (3) years immediately preceding the date of Bidder’s response to this Invitation for Bids;

14.3.3 through references, that the Bidder, after taking into account the activities of a related predecessor (e.g. by merger or reorganization), affiliate, or

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-10 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

principal of Bidder, has satisfactorily provided commercial i) Electrical Switchgear Equipment, (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair services for at least three (3) entities with contracts of similar size and scope of this Contract during such three (3) year period immediately preceding the date of Bidder’s response to this Invitation for Bid; and

14.3.4 Any Subcontractor(s) expected to work for the Contractor for the duration of the Contract shall have a minimum of three (3) years of experience in the technical area for which services are provided. This requirement applies to the Contractor, subcontractor(s) and technician(s). This requirement does not apply to subcontractors performing additional work where such work is a single and specific job and not expected to be for the duration of the Contract.

14.4 All Bidders shall submit information, including, if applicable, contact information for references for whom qualifying work was performed, showing how the Bidder and any Subcontractor to the Bidder satisfies the criteria set forth in Section 14.3 above.

14.5 The Authority may, in certain special circumstances and based on information provided to or learned by the Authority pursuant to Section 14.1 above, determine that a Bidder is responsible despite such Bidder’s failure to satisfy all requirements of the minimum responsibility criteria above.

15. GUARANTY OF FAITHFUL PERFORMANCE:

15.1 The successful Bidder (“Contractor”) will be required to provide and keep in force throughout the term of the Contract a Performance Bond, as provided in Section 6 of the General Conditions, with a surety which meets the requirements set forth in Section 6.7 of the General Conditions, and in the form contained in these Bid Documents.

15.2 In lieu of any Performance Bond required by the terms of the Bid Documents, the Contractor may provide at its option (and subject to certain additional requirements), an irrevocable standby letter of credit (“Letter of Credit”) as provided in Section 6 of the General Conditions issued by a bank which meets the requirements set forth in Section 6.10 of the General Conditions, and in the form contained in these Bid Documents.

15.3 Except as provided in Section 6.4 of the General Conditions, the Authority will not accept any change or modification to the forms of Performance Bond or Letter of Credit contained in these Bid Documents, which must be properly executed and submitted by the Contractor.

16. POWER OF ATTORNEY AND COUNTERSIGNATURE:

Attorneys-in-fact who sign Bid, Payment or Performance Bonds must file with such Bond a certified copy of their Power of Attorney to sign such Bond. The Bond should be countersigned by a Florida licensed agent of the Surety, with proof of agency attached.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-11 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

17. EXECUTION OF CONTRACT:

17.1 The Bidder to whom the Notice of Intent to Award is given shall, within ten (10) business days after the date of the Notice of Intent to Award, execute and/or deliver the following to the Authority: the Contract, Certificate of Insurance, Performance Bond or Letter of Credit (if required), a copy of the Bidder’s valid business or occupational license, a copy of Bidder’s W-9 Form (Request for Taxpayer Identification Number and Certification), the Awarded Bidder’s Contact Information, and all other documents and information required by the Contract Documents. All of the above documents and information must be furnished and the Contract Documents executed by Bidder, and delivered to Authority, before the Contract will be executed by the Authority.

17.2 Not applicable.

17.3 A Bidder's failure to timely fulfill its obligations under this Section 17 shall be just cause for the Authority’s withdrawal of such Notice of Intent to Award. In such case, a Notice of Intent to Award may then be issued to the next ranked Bidder or all Bids may be rejected by the Authority and the Contract re-advertised. In such event, the Authority shall be entitled to receive its damages and costs, including, but not limited to, its attorneys’ fees caused by or in connection with a Bidder’s failure to fulfill its obligations under this Section. A Bidder's liability for failing to timely fulfill the obligations stated in this Section shall be the same as for withdrawing its Bid (see Section 10 of the Instructions to Bidders).

17.4 The Contract shall not be binding upon the Authority until it has been executed by the Authority and a copy of such fully executed Contract is delivered to the Contractor. The Authority reserves the right to cancel the award without liability to any Bidder at any time before the Contract has been fully executed by the Authority and delivered to the Contractor. Accordingly, the Contractor is hereby warned that it should not commence performance or incur costs or expenses in connection with the Contract obligations until it has received from the Authority a final, fully executed copy of the Contract.

18. FLORIDA SALES TAX:

The Authority is a governmental agency and a political subdivision under Florida law. Purchases by Authority under this Contract are exempt from Florida sales tax: Authority's tax exempt number is 85-8012668935C-5. No purchase made by any entity is qualified to be exempt other than those made directly by the Authority. The Authority's sales tax exemption does not apply to goods or services purchased or consumed by a Contractor for which the Contractor is deemed to be the ultimate consumer in connection with the fulfillment of its Contract obligations, and the Authority shall have no liability for such taxes.

19. SUBCONTRACTS:

19.1 The Contractor's right to subcontract shall be governed by the provisions of Section 8 of the General Conditions.

19.2 Nothing contained in these Contract Documents shall be construed as creating any contractual relationship between any subcontractor and the Authority.

19.3 The Contractor shall be fully responsible to the Authority for the acts and omissions of a subcontractor and of persons employed by said subcontractor to the same extent that the Contractor is liable to Authority for acts and omissions of persons directly employed by it.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-12 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

20. FAMILIARITY WITH LAWS:

All Bidders and the Contractor are presumed to be familiar with and shall observe all Federal, State and local laws, ordinances, codes, rules and regulations, including, without limitation, the Authority's rules and regulations, that may in any way affect work herein specified. Ignorance on the part of the Contractor shall in no way relieve Contractor from any such responsibility or liability.

21. AIRPORT SECURITY:

The successful Bidder will be required to comply with all applicable regulations of the Transportation Security Administration (TSA) and of the Authority relating to Airport security, including those relating to access to the Aircraft Operations Area (AOA) of Orlando International Airport, as such regulations may be in effect or changed from time to time.

22. EQUAL OPPORTUNITY REPORT STATEMENT:

Not applicable.

23. SCRUTINIZED COMPANY LIST– STATE OF FLORIDA REQUIREMENT Form

Sections 287.135 and 215.473, Florida Statutes, prohibit a Florida agency or local governmental entity from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria.

Sections 287.135 and 215.4725 also prohibit a Florida agency or local governmental entity from contracting with companies for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel. The list of “Scrutinized Companies” is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of “Scrutinized Companies” can be found at the following link:

https://www.sbafla.com/fsb/Portals/FSB/Content/Performance/Quarterly/2019_01_29_Web_Upd ate_PFIA_Prohibited_List.pdf?ver=2019-01-29-130702-420

Each Proposer shall complete and sign the Certificate on Page PF-8. A Proposal may be considered irregular, in the Authority's sole discretion, if the Proposer fails to provide the fully executed statement, or fails to furnish the required data. Prior to execution of the Contract by the Authority, a fully executed statement must be provided or the Proposal may be rejected and the Authority will be entitled to exercise its rights under the provisions of Section 17.3 above, Execution of Contract.

24. PUBLIC ENTITY CRIMES LAW/DEBARMENT:

The following notice applies to all Bidders: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-13 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

placed on the convicted vendor list." Further, any entity or individual placed on the Authority’s Debarment List pursuant to Authority Policy, Section 130.04, may not submit a response to any letter of intent, letter of interest, statement of qualifications, quote, proposal or bid as a contractor, supplier, subcontractor, consultant or individual, of any tier, for any goods or services or contracts and may not provide any goods or services to the Authority, on behalf of the Authority, or on Authority property, regardless of whether there is a contractual relationship with the Authority. The Authority will disqualify any submission, bid or proposal that includes a person or entity on the Debarment List. You may request a copy of the Authority’s Debarment List for your review at the following email: [email protected].

25. MINORITY AND WOMEN BUSINESS ENTERPRISE ("MWBE") PARTICIPATION PROGRAM:

25.1 To encourage development and growth of MWBEs, the Authority has adopted a Non- Federally Funded Minority and Women Business Enterprise ("MWBE") Participation Program, which is available from the Authority upon request, in response to the joint disparity study conducted by the Authority.

25.2 It is the policy of the Authority that MWBEs shall have the maximum opportunity to participate in the purchase of goods and services, and the Authority has established the MWBE Participation Program to implement this policy. This participation can take the form of purchasing contracts, subcontracts, joint ventures or similar arrangements. The Bid will be considered non-responsive to the Invitation for Bids and rejected if the Bidder fails to demonstrate, to the reasonable satisfaction of the Authority, as required by the MWBE policy, that the Bidder has met or has made a good faith effort to meet the established MWBE goal.

25.3 For this Contract, the Authority has established a MWBE Participation Goal of 15%, which means that 15% of the total Contract expenditures by the Authority should be used to purchase goods or services under the Contract from MWBEs. All Bidders, including a Bidder which is an MWBE, shall comply with the MWBE requirements outlined in this Section by having MWBEs other than the Bidder, participate in the performance of the Contract services at a sufficient level to meet the participation goal.

25.4 Bidders are required to submit, with their Bids, the Letter of Intent/Affirmation information by completing the form on Page BF-8 for each MWBE Firm. The Bidder may make duplicates of this form as needed. Both the MWBEs and the Bidder are required to affirm the information provided by signing the form prior to submittal. After the Bids are opened, but prior to award, the Authority may request, receive, and review additional information from Bidders in order to verify the accuracy of the level of information presented by Bidders with their Bids and the good faith effort of Bidders to reach the MWBE goal.

25.5 After the Bids are opened and prior to an award of the Contract, the Authority may request, receive and consider omitted and supplemental information from the Bidders as to the certification of Bidders, if applicable, and of any Bid subcontractor, supplier or joint venturer in order to determine MWBE status.

25.6 The successful Bidder shall enter into contract(s) with the MWBE(s) identified in the Bidder's Bid documents which the Authority relied upon in awarding this Contract, subject only to the Authority’s right to approve all subcontractors. The contractual arrangements with the MWBE(s) shall incorporate such reasonable terms as are required to complete the work described therein while furthering the Authority's MWBE policy.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-14 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

25.7 A Bidder shall not breach any of its obligations with the MWBE(s). In the event Bidder desires to terminate or replace a MWBE, Bidder shall promptly notify the Authority of the impending termination, the reason for the termination and obtain the Authority's approval prior to proceeding with the termination. Following the termination Bidder shall replace the terminated MWBE with another MWBE. If the Bidder is unable to utilize another MWBE for performance of that portion of this Contract, the Bidder shall provide the Authority with documentation, in a form satisfactory to the Authority, showing that it is not possible to replace the terminated MWBE with another MWBE. The MWBE percentage for participation must not decrease below the percentage proposed during the term of the Contract.

25.8 The successful Bidder shall submit to the Authority a Disbursement Form (sample on Page BF-11 with each invoice submitted for payment, indicating the amount of money spent with each MWBE(s) since the previous invoice.

25.9 Failure to carry out the requirements set forth herein or the commitments made by the Bidder (e.g. to contract with or make a good faith effort to contract with and use MWBEs, to pay MWBEs at least 15% (or such other acceptable good faith effort amount) of the total Contract price on an ongoing basis, etc.) shall constitute a breach by the Bidder of this Contract and may result in termination of the Contract by the Authority or such other remedy as the Authority deems appropriate.

25.10 A list of currently certified MWBEs may be obtained via the internet at www.orlandoairports.net/small_business, or from the Authority’s Office of Small Business Development by calling (407) 825-7133. The Authority will provide this information as a convenience only, and Bidders shall be solely responsible for ensuring all MWBEs are capable of performing. Certification of eligibility as an MWBE should be completed prior to submission of a Bid. During the Bid process, Bidders may contact the Office of Small Business Development for any questions or information concerning the MWBE Participation Program.

25.11 Compliance with the MWBE policy of the Authority does not relieve Bidders of the equal employment opportunity obligations under state and Federal laws and regulations.

26. LOCAL DEVELOPING BUSINESS ("LDB") PARTICIPATION PROGRAM:

26.1 The Authority has adopted a Local Developing Business (“LDB”) Policy, effective January 1, 1999. The policy requires Bidders to ensure that LDB firms have an opportunity to participate in all contracts.

26.2 It is the policy of the Authority that LDBs shall have the maximum opportunity to participate in the purchase of goods and services, and the Authority has established the LDB Participation Program to implement this policy. This participation can take the form of purchasing contracts, subcontracts, joint ventures or similar arrangements. The Bid will be considered non-responsive to the Request for Bids and rejected if the Bidder fails to demonstrate, to the reasonable satisfaction of the Authority, as required by the LDB policy, that the Bidder has met or has made a good faith effort to meet the established LDB goal.

26.3 For this Contract, the Authority has established a LDB Participation Goal of 2%, which means that 2% of the total Contract expenditures by the Authority should be used to purchase goods or services under the Contract from LDBs. All Bidders, including a Bidder

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-15 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

which is an LDB, shall comply with the LDB requirements outlined in this Section by having LDBs other than the Bidder, participate in the performance of the Contract services at a sufficient level to meet the participation goal.

26.4 Bidders are required to submit, with their Bids, the Letter of Intent/Affirmation information by completing the form on Page BF-9 for each LDB Firm. The Bidder may make duplicates of this form as needed. Both the LDBs and the Bidder are required to affirm the information provided by signing the form prior to submittal. After the Bids are opened, but prior to award, the Authority may request, receive, and review additional information from Bidders in order to verify the accuracy of the level of information presented by Bidders with their Bids and the good faith effort of Bidders to reach the LDB goal.

26.5 After the Bids are opened and prior to an award of the Contract, the Authority may request, receive and consider omitted and supplemental information from the Bidders as to the certification of Bidders, if applicable, and of any Bid subcontractor, supplier or joint venturer in order to determine LDB status.

26.6 The successful Bidder shall enter into contract(s) with the LDB(s) identified in the Bidder’s Bid documents which the Authority relied upon in awarding this Contract, subject only to the Authority’s right to approve all subcontractors. The contractual arrangements with the LDB(s) shall incorporate such reasonable terms as required to complete the work described therein while furthering the Authority’s LDB policy.

26.7 A Bidder shall not breach any of its obligations with the LDB(s). In the event Bidder desires to terminate or replace an LDB, Bidder shall promptly notify the Authority of the impending termination, the reason for the termination and obtain the Authority’s approval prior to proceeding with the termination. Following the termination, Bidder shall replace the terminated LDB with another LDB. If the Bidder is unable to utilize another LDB for performance of that portion of this Contract, the Bidder shall provide the Authority with documentation, in a form satisfactory to the Authority, showing that it is not possible to replace the terminated LDB with another LDB. The LDB percentage for participation must not decrease below the percentage proposed during the term of the contract.

26.8 The successful Bidder shall submit to the Authority a Disbursement Form (sample on Page BF-12) with each invoice submitted for payment, indicating the amount of money spent with each LDB(s) since the previous invoice.

26.9 Failure to carry out the requirements set forth herein or the commitments made by the Bidder (e.g. to contract with or make a good faith effort to contract with and use LDBs, to pay LDBs at least 2% (or such other acceptable good faith effort amount) of the total Contract price on an ongoing basis, etc.) shall constitute a breach by the Bidder of this Contract and may result in the termination of the Contract by the Authority or such other remedy as the Authority deems appropriate.

26.10 A list of currently certified LDBs may be obtained via the internet at www.orlandoairports.net/small_business, or from the Authority’s Office of Small Business Development by calling (407) 825-7171. The Authority will provide this information as a convenience only, and Bidders shall be solely responsible for ensuring all LDBs are capable of performing. Certification of eligibility as an LDB should be obtained prior to submission of a Bid. During the Bid process, Bidders may contact the Office of Small Business Development for any questions or information concerning the LDB Participation Program.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-16 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

26.11 Compliance with the LDB policy of the Authority does not relieve Bidders of the equal employment opportunity obligations under state and Federal laws and regulations.

27. GOOD FAITH EFFORT FOR MWBE AND LDB PARTICIPATION PROGRAM:

27.1 If the Bidder fails to meet the MWBE/LDB Participation Goals, the Authority will require Bidder to submit evidence of good faith efforts within two (2) business days of request; such evidence may include, but is not limited to the following:

27.1.1 Indicating the name and title of the person responsible for the Bidder’s good faith efforts to reach the participation goal;

27.1.2 Provide evidence of attendance at Pre-Bid Conference meeting, if any, scheduled by the Authority to inform MWBE/LDB firms of subcontracting opportunities under a given Contract;

27.1.3 Provide a list of MWBE/LDB firms contacted;

27.1.4 Provide copies of written correspondence to MWBE/LDB firms that their bid is being solicited, as well as certified return receipts to prove receipt or the reason for non-delivery; 27.1.5 Provide evidence of information provided to the MWBE/LDB firms about the specific work the Contractor intends to subcontract;

27.1.6 Provide evidence of information provided to MWBE/LDB firms on bonding and insurance requirements;

27.1.7 Provide copies of advertisements in general circulation media, trade association publications, and minority focus media advertising for MWBE/LDB firms interested in subcontracting;

27.1.8 Provide evidence that Bidder provided interested MWBE/LDB firms with assistance in reviewing the contract plans, specifications, and the terms and conditions of the general contract, subcontract and addenda;

27.1.9 Providing evidence that the Bidder provided MWBE/LDB firms prompt notice of addenda affecting specific trade Contractors;

27.1.10 Provide evidence that Bidder made follow-up inquiries after initial solicitations of interest from MWBE/LDB firms. Bidder shall maintain documentation of the date, time and name of individuals contacted. A telephone log is acceptable documentation of this activity;

27.1.11 Provide a list of quotes submitted by MWBE/LDB firms;

27.1.12 Provide documentation as to why MWBE/LDB firms were not utilized;

27.1.13 In those instances where a majority subcontractor is selected for a scope of work for which MWBE/LDB bids were submitted, the Bidder shall submit records of all quotations received from MWBE/LDB firms and from the selected majority subcontractor, and provide an explanation of the reasons why the MWBE/LDB firms will not be used during the course of the Contract. Receipt of a lower price

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-17 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

quotation from a non MWBE/LDB firm prior to or at the time of Bid Opening will not in itself excuse a Bidder’s failure to meet participation goals. It is incumbent upon the Bidder to demonstrate that MWBE/LDB firms were not rejected as unqualified without a thorough and documented investigation of their capabilities and capacity.

27.2 Additional information on meeting good faith efforts can be found by going to www.orlandoairports.net/small business, or from the Authority’s Office of Small Business Development by calling 407-825-7133 or 407-825-7171.

28. INSURANCE:

The Bidder to whom the Notice of Intent to Award is given shall provide a signed Certificate of Insurance such as the form on Page C-11. The Certificate of Insurance shall evidence the insurance coverages required by the Authority pursuant to Section 5.7 of the General Conditions and shall be filed with Authority within ten (10) business days of the date of the Notice of Intent to Award. The Contractor shall provide the Authority with at least thirty (30) days prior written notice of any cancellation or modification or the limits thereunder decreased in Contractor’s required insurance coverage.

29. BID ERRORS:

In the case of a Bidder’s error in the extension or addition of Bid prices, the unit prices will govern. Bids having erasures or corrections should be initialed in ink.

30. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT:

The Bidder certifies that all materials, equipment, chemicals, etc. contained in its Bid or otherwise to be provided or used by the Bidder in its performance of the Contract work, and including any replacements or substitutions therefore, shall meet all EPA and OSHA requirements.

31. PERFORMANCE STANDARD:

The standards by which the Contractor's performance will be evaluated are set forth in the General Conditions (Pages GC-1 to GC-22) and Specifications (Pages S-1 to S-36). The successful Bidder's failure to meet these standards, after receipt of written notice to correct such deficiencies, may in addition to Authority's other remedies, in the Authority's sole discretion, result in a termination of the Contract for cause pursuant to the termination provisions of Section 9 of the General Conditions.

32. NO BIDS:

In the event a potential Bidder elects not to submit a Bid, such potential Bidder should respond by completing and returning the "No Response to Invitation for Bids" form, Page BF-13, advising Authority of the reason for not submitting a Bid.

33. EVALUATION CRITERIA OF BID:

Award, if made, will be to the responsible and responsive Bidder submitting the low Bid. The responsible and responsive Bidder submitting a Bid having the lowest “Total Three (3) Year Bid Price” on Page BF-3 shall be deemed to have submitted the low Bid. Bid tabulations shall be presented to the Authority’s Concessions/Procurement Committee, to the Greater Orlando Aviation Authority Board or its designee, or to the Authority’s Chief Executive Officer as may be

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-18 BASE REV 03/26/19

INSTRUCTIONS TO BIDDERS (Continued)

applicable. All parties desiring information regarding the award of the Contract may visit AirportLink’s website at http://AirportLink.perfect.com.

34. PUBLIC RECORDS/PUBLIC MEETINGS:

Please be aware that all meetings of the Authority’s Board are duly noticed public meetings and all documents submitted to the Authority as a part of or in connection with a Bid will constitute public records under Florida law regardless of any person’s claim that proprietary or trade secret information is contained therein. The provisions of Section 14 of the General Conditions shall apply to all Bidders. In the event that a Bidder desires to address the Authority’s Board, please note that the Board has adopted “Guidelines for Presentations Before the Greater Orlando Aviation Authority,” which are available upon request from the Director of Board Services.

* * * * * * * END OF INSTRUCTIONS TO BIDDERS * * * * * * *

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS IB-19 BASE REV 03/26/19 BID FORM GREATER ORLANDO AVIATION AUTHORITY PURCHASING BID 17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES ("UPS") AND BATTERIES AND EMERGENCY GENERA TOR FUEL DELIVERY SYSTEM ("FDS") TESTING, MAINTENANCE AND REPAIR SERVICES Greater Orlando Aviation Authority Purchasing Office 8652 Casa Verde Road, Building 811 Orlando, Florida 32827-4338

Submitted by: Electric Services, Inc. Name of Bidder

Address: 1146 us Hwy 441

Leesburg, FL 34748

Federal Employer I.D. No. 59-1109428

Business Telephone No. 352-787-1322

Business Fax No. 352-787-7871

After Business Hours Telephone No. 352-516-1304

E-Mail Address [email protected]

By: ~~Signature

Wood T. Brazill, P.E., V.P. of Engineering Name and Title (Typed or Printed)

Date: 03/08/2021

The undersigned, as Bidder, hereby declares that this Bid is in all respects fair and submitted in good faith without collusion or fraud. Bidder represents and warrants to the Greater Orlando Aviation Authority ("Authority") that: (i) except as may be disclosed in writing to Authority with its Bid, no officer, employee or agent of the Authority has any interest, either directly or indirectly, in the business of the Bidder, and that no such person shall hav~ any such interest at any time during the term of the Contract should it be awarded the Contract; and (ii) no gift, gratuity, promise, favor or anything else of value has been given or will be given to any employee or official of Authority in connection with the submission of this Bid or the Authority's evaluation or consideration thereof.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-1 BASE REV 03/26/19 BIDDER: Elec t r i c Se r v ices, Inc .

The Bidder further represents that it has examined or investigated the site conditions if necessary, and informed itself fully in regard to all conditions pertaining to the place(s) where the work is to be done; that it has examined the Contract Documents and has read all Addenda furnished by the Authority prior to the opening of the Bids, as acknowledged below, and that it has otherwise fully informed itself regarding the nature, extent, scope and details of the services to be furnished under the Contract.

The Bidder agrees, if this Bid is accepted, to enter into the written Contract with the Authority in the form of Contract attached (properly completed in accordance with said Bid Documents), provide management oversight for all labor, supervision , test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing , document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning , calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies ("UPS") and Batteries, and (iv) Emergency Generator Fuel Delivery System ("FDS") Testing , Maintenance and Repair in accordance with the Specifications covered by this Bid and the Contract Documents for Purchasing Bid 17-21 , Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at Orlando International Airport and Orlando Executive Airport, and to furnish the prescribed evidence of a valid business license, insurance, and all other documents required by these Contract Documents. The Bidder further agrees to commence work and to perform the work specified herein within the time limits set forth in the Contract Documents, which time limits Bidder acknowledges are reasonable.

The undersigned further agrees that, in the case of failure or refusal on its part to execute the said Contract provide evidence of specified insurance, a copy of a valid business or occupational license and all other documents required by these Contract Documents within ten (10) business days after being provided with Notice of Intent to Award the Contract (or such earlier time as may be stated elsewhere in these Bid Documents), the Bid award may be offered by the Authority to the next ranked Bidder, or the Authority may re-advertise for Bids, and in either case the Authority shall have the right to recover from the Bidder the Authority's costs and damages including, without limitation, attorney's fees , to the same extent that Authority could recover its costs and expenses from the Bidder under Section 10 of the Instructions to Bidders if the Bidder withdrew or attempted to withdraw its Bid .

The Bidder further agrees, if it fails to complete the work according to the Specifications within the scheduled time or any authorized extension thereof, that damages may be deducted from the Contract price payable to the Bidder.

Acknowledgment is hereby made of the following Addenda (identified by number) received since issuance of the Contract Documents:

ADDENDUM NO. ADDENDUM NO. ADDENDUM NO.

1 (Pre-Bid Conf ) 02/1 6/21 2 (Ad dendum 1 ) 02/23/2 1 2 (Addendum 2) 02/26/21

It will be the responsibility of the Bidder to contact Airportlink at (866) 889-8533 or by visiting Airportlink's web site at http://AirportLink.perfect.com or by visiting the Authority Purchasing Department's web site at www.orlandoairports.net/purchasing prior to submitting a Bid to ascertain Addenda, if any, that may have been issued, to obtain all such Addenda and return such Addenda (or portions of Addenda as may be applicable) with the Bid . If you received this solicitation document from any source other than Airportlink (WebProcure), please promptly register your interest in this solicitation with Airportlink.

817-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-2 BASE REV 03/26/1 9 BIDDER: Electric Services, Inc.

The Bidder agrees to provide all labor, supervision , test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing , document and inspection services, and all other items necessary or proper for, or incidental to, performing switchgear, electrical systems, and generators maintenance and repair services described in the Contract Documents, including , but not limited to, the cost of bonds and the specified insurance coverage for the following :

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES ("UPS") AND BATTERIES AND EMERGENCY GENERA TOR FUEL DELIVERY SYSTEM ("FDS") TESTING, MAINTENANCE AND REPAIR SERVICES

TOTAL THREE (3) YEAR BID PRICE:

Seven Million One Hundred Ninety-Six Thousand Three Hundred Eighteen and 45/100 $ 7 ,196,318 • 45 (Print Dollar Amount)

Note: The figure shown above should match the figure shown on Page BF-53 as the "Total Three (3) Year Bid Price."

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-3 BASE REV 03/26/19 BIDDER: Electric Servi ces , I n c.

(If Bidder is a Sole Proprietorship sign on the line below)

N / A Company Name (if any)

_N_/ A______(SEAL) Company Owner's (Bidder's) Signature

N / A Company Owner's Name Printed or Typed

(If Bidder is a Partnership, fill in name of the partnership, followed below by the signature of the general partner signing.)

_N_/ A______(SEAL) Partnership Name

BY: N / A (SEAL) General Partner's Signature

N / A General Partner's Name Printed or Typed

The following information may be provided by a Bidder with this Bid , but must be provided to the Authority at any time upon the request of the Authority: The name and business address of all principals and partners if a partnership (if a limited partnership, information for general partner only, along with the name of the limited partnership's home state).

Bidders are hereby notified that the Greater Orlando Aviation Authority is a public agency and, as such, is subject to Chapter 119, Florida Statutes, regarding the disclosure of public records. Pursuant to Section 119.071(1)(b)2., Florida Statutes, sealed bids received by the Authority pursuant to invitation for bids, are exempt from public disclosure only for the thirty (30) day period following the bid opening and as otherwise provided in Section 119.071. Once the thirty (30) day period has passed, all bids received by the Authority shall be made available to the public for inspection and copying in accordance with Chapter 119, Florida Statutes. Once bids are opened, they may not be revoked , even during such thirty (30) day period. Any language in a bid attempting to keep all or part of such bid confidential is of no force and effect and will be disregarded as contrary to Florida law.

NOTE: Bidders must sign in the proper capacity on either Page BF-4 or BF-5 as applicable.

B1 7-21 SWITCHGEAR/ELECT SYS/GEN ERATORS MAIN T BF-4 BASE REV 03/26/1 9 BIDDER: Elect r i c Serv i c es, Inc .

(If Bidder is a Corporation or Other State-Chartered Business Entity, fill in the name of the corporation or entity, followed by the signature of the authorized officer or agent signing , followed by his title.)

Electr i c Services, Inc. (Name of Corporation or other business entity)

'I~~,,,uu,~,,1- Cl:'\ ' • #;,e ~~ '--' r ,... , sc, \_ -..'j{'\. ~, ~.,, .,_(; ., :;i •,1 •.,·~ ····-(::"'(\ ~"-RY· ✓ .. ()i' •• QR; •• I..) ..r' . .:-- t., ,- •• o~~ . <1,)'<-' •• , ,,,., "' ______..______,....,. "-----"------: ct / c, \ ~ -:. (Signature of Authon :1.:..,: 'Y ·.o: : . ! ,,-{~ ft- u ~ . : G -1 • ~.,,_' :..-1 1-\ ., l • ~ : w ! JJ!_J ... _ ,,. __ .... _: = (Affix Corpoeate ·s?eal) ·\~)fi5 _: I.Es: V . P . o f Enginee ring "'•~ - •••.. 1-'.L o,,o\0"(- ... •• • ...."' --.(Title)------....., sa,, ,i. ,,.. 'fli' g•""r 1-< ':w.~' ~~i ''•:,uu~~ ,i" Woo d T . Br azi' 11 , P. E. Officer's Name Printed or Typed

The Bidder is a corporation or other state-chartered business entity organized under the laws of the State of Florida , and authorized by law to make this Bid and perform all work and furnish materials and equipment required under the Contract Documents. If Bidder is a foreign corporation or other business entity, the corporation or entity~ is (or)_ is not, registered with the Secretary of State of the State of Florida. Foreign corporations or other foreign state-chartered business entities must have a Florida registered agent and must provide a copy of their Florida registration or application as a condition to entering into a Contract with the Authority.

The following information may be provided by a Bidder with this Bid , but must be provided to the Authority at any time upon the request of the Authority: the full names and business addresses of each officer, director and holder of 10% or more of the corporation's or entity's outstanding stock, including the corporate office or title of all individuals listed.

Bidders are hereby notified that the Greater Orlando Aviation Authority is a public agency and, as such, is subject to Chapter 119, Florida Statutes, regarding the disclosure of public records. Pursuant to Section 119.071(1)(b)2., Florida Statutes, sealed bids received by the Authority pursuant to invitation for bids, are exempt from public disclosure only for the thirty (30) day period following the bid opening and as otherwise provided in Section 119.071. Once the thirty (30) day period has passed, all bids received by the Authority shall be made available to the public for inspection and copying in accordance with Chapter 119, Florida Statutes. Once bids are opened, they may not be revoked, even during such thirty (30) day period. Any language in a bid attempting to keep all or part of such bid confidential is of no force and effect and will be disregarded as contrary to Florida law.

NOTE: Bidders must sign in the proper capacity on either Page BF-4 or BF-5 as applicable.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-5 BASE REV 03/26/19 BIDDER: Electric Services, Inc .

CONTRACT REFERENCES

List below a companies for whom you have provided Management Of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies ("UPS") And Batteries And Emergency Generator Fuel Delivery System ("FDS") Testing, Maintenance And Repair Services in the past or with whom you are presently contracting. References should be able to verify services of a type similar to the obligations requested in this Bid (refer to Section 14 of the Instructions to Bidders).

1. COMPANY NAME: Greater Orlando Aviation Authority

ADDRESS: 8550 Casa Verde Road

Orlando, FL 32827

CONTACT PERSON : Rick Schultz

PHONE NO. : 407-825-3374

EMAIL ADDRESS : [email protected]

2. COMPANY NAME: University of Florida Health Leesburg Hospital

ADDRESS: 600 E. Dixie Ave

Leeburg, FL 34748

CONTACT PERSON : David Taylor

PHONE NO.: 352-323-5345

EMAIL ADDRESS: [email protected]

3. COMPANY NAME: Lockheed Martin Corporation

ADDRESS: 5600 Sand Lake Road

Orlando, FL 32819

CONTACT PERSON : Russel T. Savage

PHONE NO.: 407-356-3717

EMAIL ADDRESS : [email protected]

Note: Additional references may be provided at the option of the Bidder.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-6 BASE REV 03/26/19 BIDDER: Electric Services, Inc.

[THIS PAGE INTENTIONALLY LEFT BLANK]

817-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-7 BASE REV 03/26/19 BIDDER: Elec tric Se r v i c es, Inc.

CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES

I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.

In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the pu rpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.

I understand and agree that the Authority may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.

Electric Serv ices, Inc . (Name of Bidder)

Date: 03 / o s/2 0 2 1 Title: V. P . of Engineering

817-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-8 BASE REV 03/26/19 BIDDER: Electric Services, Inc

LETTER OF INTENT/AFFIRMATION

Minority/Woman Owned Business Enterprise (MWBE) (This page shall be submitted for each MWBE Firm)

Bidder: Name Electric Services, Inc. Address 1746 us Hwy 441

City Leesburg State FL Zip 34748

MWBE Firm: Name Alternative Power Solutions Address 6438 University Blvd, Suite 15

City Winter Park State FL Zip 32792

MWBE Contact: Name: Efrain Rivera Phone ( 4 o1 8 3 s - 9 o6 2 Email: efrain@apowersolutions. corn

MWBE Certification Agency: GOAA Expiration Date 11/4/23 Each MWBE Firm shall submit evidence (such as photocopy) of their certification status Scope of Work Quantity Rates Total Generator Maintenance & Repairs LOT Varies $791,800.00

Year 1: $ 255,800.00 Year 2: $ 262,500.00 Year 3: $ 273,500.00

Total Term Value: $ Percent of Total Bid: 11 %

1rms that it will perform the portion of the Contract as describe lue as stated above.

By: ~ ~~d~+ ~ b. \B, ~o~ \ ( (Title) (Date)

The Bidder affirms it is committed to utilizing the above named MWBE Firm for the portion of the Contract as described above for the e~ m dollar value as stated above.

By:~ --~;...... ;..---~-___;~,...=~------o-f_E_n_g_i_n_e_e_r_i_n_g__ 0_3.;../_0_l.:.../ 2_1___ _ (Bidder's Authorized (Title) (Date)

In the event the Bidder does not receive award of the prime Contract, any and all representations in this Letter of Intent/Affirmation shall be null and void.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-9 BASE REV 03/26/19 BIDDER: Electric Servic es , Inc

LETTER OF INTENT/AFFIRMATION

Minority/Woman Owned Business Enterprise (MWBE) (This page shall be submitted for each MWBE Firm)

Bidder: Name Electric Services , Inc .

Address 174 6 US Hwy 44 1

City Leesburg State FL Zip 3 4 7 4 8

MWBE Firm: Name Creative Power Solutions

Address P . O. Box 1015

City Groveland State FL Zip 34736

MWBE Contact: NameM...,a.... r_j ... a.... n..,.n.._ e....___.B...__l_a..,.k.,..e______Phone (352 42 9-5086

Email: mbJ ake@ creatj vepowe r soJ u t j ons, us

MWBE Certification Agency: State o f Florida Expiration Date 11/12/21 Each MWBE Firm shall submit evidence (such as photocopy) of their certification status Scope of Work Quantity Rates Total UPS Maintenance & Repairs Lot Varies $165,600.00

Year 1: $ 53 , 550 . 00

Year 2: $ 55,000.00

Year 3: $ 57,050.00

Total Term Value: $ 165,600.00 Percent of Total Bid: z.3zf/~ %

AFFIRMATION :

The above-named MWBE Firm affirms that it will perform the portion of the Contract as describe above for the estimated dollar value as stated above.

By: SS\aMO'DN£'lJ&.. S:0 &r /Lreas n2 .11 ,:;}Cd I (MWBE Owner's Signature) (Title) (Date)

The Bidder affirms it is committed to utilizing the above named MWBE Firm for the portion of the Contract as des ribed above for he estimated dollar value as stated above.

In the event the Bidder does not receive award of the pri me Contract, any and all representations in this Letter of Intent/Affirmation shall be null and void.

B17-21 SWITCHG EAR/ELECT SYS/GENERATORS MAINT BF-9 BASE REV 03/26/19 BIDDER: Electric Services, Inc

LETTER OF INTENT/AFFIRMATION

Minority/Woman Owned Business Enterprise (MWBE) (This page shall be submitted for each MWBE Firm)

Bidder: Name Electric Services, Inc. Address 1 746 US Hwy 441

City Leesburg State FL Zip 34748

MWBE Firm: Name Katco Distributors, Inc.

Address 2848 s. Mellonville Ave

City Sanford State FL Zip 32773

MWBE Contact: Name: _K_a_t_h_y_s_a_u_f_l ______Phone (40'1 322-8998

Email: katco@cfl. rr. com

MWBE Certification Agency: GOAA Expiration Date o5 / 2 o/ 2 2 Each MWBE Firm shall submit evidence (such as photocopy) of their certification status Scope of Work Quantity Rates Total Material Supplier Lot Varies $122,400.00

Year 1: $ 39,550.00 Year 2: $ 40,650.00 Year 3: $ 42,200.00

Total Term Value: $ 122,400.00 Percent of Total Bid: 1. 7 %

AFFIRMATION:

The above-named MWBE Firm affirms that it will perform the portion of the Contract as describe above for the estimated dollar value as stated above.

The Bidder affirms it is committed to utilizing the above named MWBE Firm for the portion of the Contract as de ribed above for the estimated dollar value as stated above. r-

In the event the Bidder does not receive award of the prime Contract, any and all representations in this Letter of Intent/Affirmation shall be null and void.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-9 BASE REV 03/26/19 BIDDER: Electric Services, Inc.

OF INTENT/AFFIRMATION

Local Developing Business (LOB) / Veteran Business Enterprise (VBE) (This page shall be submitted for each LDBNBE Firm)

Bidder: Name Electric Services, Inc. Address 1 746 us Hwy 441

City Leesburg State FL Zip__ 3 4_7_4_8 __ _

LDBNBE Firm: Name Katco Distributors, Inc .

Address 2848 S. Mellonville Ave.

City Sanford State FL Zip 32773

LDBNBE Contact: Name: Kathy Sauf 1 Phone (407) 322-8998

Email: katco@cfl. rr . com

LDBNBE Certification Agency: __G_O_AA ______Expiration Date o5 / 2 o/ 2 2

Scope of Work Quantity Rates Total Material Suoolier Lot Varies $144,050.00

Year 1: $ 46,550.00 Year 2: $ 47,850.00 Year 3: $ 49,650.00

Total Term Value: $ 144,050.00 Percent of Total Bid: 2 %

AFFIRMATION:

The above-named LDBNBE Firm affirms that it will perform the portion of the Contract as describe above for the estimated dollar value as stated above.

By: e~ ,J-e>:t :;i. /1 1 lr2w , (LDBNBEOwnr'sSignure)~~ (Title) (Date)

The Bidder affirms it is committed to utilizing the above named LDBNBE Firm for the portion of the Contract as described above for the estimated dollar value as stated above.

In the event the Bidder does not receive award of the prime Contract, any and all representations in this Letter of Intent/Affirmation shall be null and void.

817-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-10 BASE REV 03/26/19 BIDDER: ______

MONTH ENDING:

GREATER ORLANDO AVIATION AUTHORITY

MWBE DISBURSEMENT FORM (To Be Submitted with EACH Invoice and Faxed to (407) 825-3004 or E-Mailed to [email protected])

CONTRACT: 17-21 Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services (Number and Name) / Previous Years Current Year '/Totals (A) (B) (C) (D) ' Current Previous Cumulative PAYMENTS r Amount Payment Payments Payments ~ Prime Contractor Payment ~ / Percent Achieved I - \ V / (Total Col E / Total (Total Col F / Total (Total Col G / Total (Total Col H / Total Coln A) Col B) ' Col C) /Col D) I Previous Years Current Year J I Totals (E) (F)/ I (G) (H) / Current Previous Cumulative I MWBE SUBCONTRACTOR/VENDOR r j ~; Amount /\ Payment/I Payments Payments -"" ✓./ I ,,,,,,,,,.- /, / I r\ ,' / I _____...,,. I 11 l I l i... ./ / J I I l \ I \ / I ~ I I , \J \ - I I I I I I " I I I I I I/ I V • I I H -'\ TOTALS I 'V

Summary\ '/ 1 V ~- , \ Original Prime Original uSub Contract Goal: $ $ Contract Total: Contract\j Total: I I I II Amendment(s) Amendment(s) Cumulative Goal Achieved: $ $ Approved: u Approved: I I (Sum of totals G and H / Sum of (~ / totals C and D) Revised Prime Revised Sub $ $ Contract Total: Contract Total:

Remarks:

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-11 BASE REV 03/26/19 BIDDER: ______

MONTH ENDING:

GREATER ORLANDO AVIATION AUTHORITY

LDB/VBE DISBURSEMENT FORM (To Be Submitted with EACH Invoice and Faxed to (407) 825-3004 or E-Mailed to [email protected])

CONTRACT: 17-21 Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services (Number and Name) Al Previous Years Current Year Totals/

(A) (B) ,;'\ (C) (D) Current Previous Cumulative PAYMENTS Amount Payment Payments~ Payments / Prime Contractor Payment / \ I/ / Percent Achieved ,, / (Total Col E / Total (Total Col F / Total (Total Col G / Total (Total /Col H / Total Col/\ A) Col B) Col C) Col D) • Previous Years Current Year JI Totals r (E) /I(F) (G) (H) /I Current Previous Cumulative LDB/VBE SUBCONTRACTOR/VENDOR Amount f1 Payment Payments/ Payments/' \ V' / J n j / I ~ J l ' 1 / / / ) J 11 ' \ / I __, J I j ~\I ' \ \....,' I/ J I j V J \ J ( JI/ r I u / I J V ~ TOTALS• \'-" ' ' Summary \~ J/ V ~ Original Prime Original Sub Contract Goal: $ ' u $ Contract Total: I I Contract\) Total: I I Amendment(s) Amendment(s) Cumulative Goal Achieved: $ $ Approved: Approved: u I (Sum of totals G I (' ). and H / Sum of Revised Prime Revised Sub totals C and D) $ $ I~Contract Total: Contract Total:

Remarks:

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-12 BASE REV 03/26/19 (REVISED PER ADDENDUM NO. 2)

BIDDER: ______

NO RESPONSE

TO

INVITATION FOR BIDS

If your firm is unable to submit a Bid at this time, please provide the information requested in the space provided below and return to:

GREATER ORLANDO AVIATION AUTHORITY PURCHASING OFFICE 8652 CASA VERDE ROAD, BUILDING 811 ORLANDO, FLORIDA 32827-4338

We have received Invitation for Bids, Purchasing Bid 17-21 Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, for Orlando International Airport Orlando Executive Airport, opening at 11:00 a.m., March 8, 2021, at the Greater Orlando Aviation Authority, Orlando International Airport, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338.

Our firm's reason for not submitting a Bid is:

______

______

______

______Company Name

By:______

Its:______Name & Title, Typed or Printed

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-13 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE SECTION A – OIA SWITCHGEAR MAINTENANCE SERVICES (a) (b) (c) SERVICES FOR EATON HOURLY ESTIMATED X = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS* Remote VPN access for Powernet, Powerexpert and Forseer maintenance, upgrades $______x 160 = $______and modifications

Standard Hours for Additional $______x 1,000 = $______Work Repairs

Non-Standard Hours for $______x 1,300 = $______Additional Work Repairs

(e) (d) (f) CONTRACTOR’S MARK-UP ESTIMATED MARKUP X = EXTENSION FOR EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 200,000.00 Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 200,000.00 = $______purchased for Switchgear decimals) Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-14 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-14 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued)

(h) SERVICES FOR (g) ESTIMATE (i) CAT SWITCHGEAR HOURLY RATE X D = EXTENSION ELECTRICAL EQUIPMENT ($) ANNUAL ($) HOURS* Standard Hours $______x 90 = $______

Non-Standard Hours $______x 50 = $______

(k) CONTRACTOR’S MARK-UP (j) ESTIMATE (l) FOR CAT SWITCHGEAR MARKUP X D = EXTENSION ELECTRICAL EQUIPMENT (%) ANNUAL ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased = $ 100,000.00 for Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 100,000.00 = purchased for Switchgear decimals) $______Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-15 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-15 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued)

(n) ADDITIONAL WORK (m) (o) ESTIMATED HOURS FOR ELECTRICAL HOURLY RATE X = EXTENSION ANNUAL WORK REPAIRS ($) ($) HOURS*

Journeyman – Standard $______x 3,000 = $______

Journeyman – Non-Standard $______x 500 = $______

Mechanic – Standard $______x 725 = $______

Mechanic – Non-Standard $______x 200 = $______

Helper – Standard $______x 50 = $______

Helper – Non-Standard $______x 200 = $______

TOTAL FOR PAGE BF-16 $______(Enter Total Here and on Page BF-53)

;

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-16 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) SECTION B – OIA GENERATORS (q) (p) ESTIMATED (r) DESCRIPTION UNIT PRICE X = NUMBER OF EXTENSION ($) FREQUENCY* Monthly Generator Systems Inspections & $______x 424 = $______Services Intermediate (Quarterly & Annual) Generator $______159 = $______x Inspections & Services ANNUAL GENERATOR INSPECTION & SERVICES (Includes new engine oil and filter using OEM parts)

15Kw to 80Kw $______9 = $______x

90Kw to 187.5Kw $______7 = $______x

230Kw to 400Kw $______8 = $______x 455Kw to 500Kw $______x 6 = $______

700Kw to 800Kw $______11 = $______x 1000Kw (Hyatt) $______x 1 = $______

1180Kw to 1750Kw 600V $______2 = $______x

1500Kw $______3 = $______x

2000Kw - Central Plant $______6 = $______x 2-HR LOADBANK 15Kw to 80Kw $______x 9 = $______90Kw to 175Kw $______x 7 = $______230Kw to 400Kw $______x 8 = $______455Kw to 500Kw $______x 6 = $______700Kw to 800Kw $______x 11 = $______TOTAL THIS PAGE BF-17 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-17 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) (t) (s) ESTIMATED (u) DESCRIPTION X = UNIT PRICE NUMBER OF EXTENSION FREQUENCY* 1000Kw (Hyatt) $______x 1 = $______1180Kw to 1750Kw (600V) $______x 2 = $______1500Kw $______x 3 = $______2000Kw (Central Plant) $______x 6 = $______

(w) (v) (x) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 400 = $______Non-Standard $______x 220 = $______

(z) (y) PARTS & MATERIALS FOR ESTIMATED (aa) MARK UP X = GENERATOR MAINTENANCE ANNUAL EXTENSION (%) PURCHASE* Estimated Misc. Materials, Rentals, Components Purchased for = $ 25,000.00 Generators & Other Expenses Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x $25,000.00 = $______purchased (e.g. 1% should be decimals) entered as .01)

$______TOTAL THIS PAGE BF-18 (Enter Total Here and on Page BF- 53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-18 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued)

SECTION C – OIA UPS & BATTERY PREVENTIVE MAINTENANCE & REPAIR SERVICES PARTS & MATERIALS FOR (ac) UPS AND BATTERY (ab) ESTIMATED (ad) PREVENTATIVE MARK UP X AMOUNT OF = EXTENSION MAINTENANCE & REPAIR (%) ANNUAL SERVICES PURCHASE * Estimated Parts, Materials, Specialized Subcontractor Costs, and Components Purchased for UPS and Battery Preventive Maintenance and = $ 25,000.00 Repair Contractors Mark-up % over its ______cost for Parts, Materials, (% Expressed in Specialized Subcontractor Costs, x $25,000.00 = $______decimals) and Components Purchased (e.g. 1% should be entered as .01)

(af) ADDITIONAL WORK HOURS (ae) ESTIMATED (ag) FOR UPS & BATTERY HOURLY RATE X NUMBER OF = EXTENSION PREVENTIVE MAINTENANCE ($) ANNUAL ($) & REPAIR HOURS* Standard Hours $______x 220 = $______

Non-Standard Hours $______x 40 = $______

TOTAL PAGE BF-19 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-19 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) SECTION D – OIA EMERGENCY GENERATOR AND FIRE PUMP FUEL DELIVERY SYSTEM (ah) (ai) (aj) FUEL TANKS UNIT PRICE X EST. NUMBER = EXTENSION ($) OF TANKS* Testing & Analysis $______x 48 = $______

CLEANING OF FUEL TANKS (TANK SIZE) 30,000 gallon $______x 1 = $______20,000 gallon $______x 2 = $______15,000 gallon $______x 2 = $______12,000 gallon $______x 1 = $______8,000 gallon $______x 1 = $______6,000 gallon $______x 1 = $______4,000 to 5,000 gallon $______x 5 = $______3,000 to 3,500 gallon $______x 3 = $______2,400 to 2,500 gallon $______x 3 = $______1,000 to 1,600 gallon $______x 5 = $______572 to 850 gallon $______x 4 = $______500 gallon or Less $______x 20 = $______

(ak) (al) (am) SERVICES UNIT PRICE X EST. No. OF = EXTENSION ($) GALLONS/YEAR* Transfer of Fuel $______x 20,000 = $______

(ao) ADDITIONAL WORK HOURS (ap) (an) EST. No. OF FOR MAINTENANCE AND X = EXTENSION HOURLY RATE* ANNUAL REPAIRS HOURS* Standard $______x 160 = $______Non-Standard $______x 120 = $______

TOTAL PAGE BF-20 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-20 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) (ar) (aq) PARTS & MATERIALS FOR ESTIMATED (as) MARK UP X = FUEL DELIVERY SYSTEM ANNUAL EXTENSION (%) PURCHASE* Estimated Cost for Parts, Materials Disposal Fees & $10,000.00 = $ 10,000.00 Subcontractors for Fuel Delivery System

Contractors Mark-up % over its cost for Parts, Materials Disposal Fees & (% Expressed in x $10,000.00 = $ ______Subcontractors decimals)

$______TOTAL PAGE BF-21 I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-21 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) SECTION A – OEA - SWITCHGEAR MAINTENANCE SERVICES (at) (au) (aw) SERVICES FOR EATON HOURLY X ESTIMATED = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS*

Standard Hours for Additional Work $______x 20 = $______

Non-Standard Hours for Additional $______x 20 = $______Work Repairs

(ay) (ax) (az) CONTRACTOR’S MARK-UP FOR ESTIMATED MARKUP X = EXTENSION EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 11,586.00 Switchgear Maintenance

Contractors Mark-up % over its cost ______for Parts, Rentals, Materials and (% Components purchased for x $11,586.00 = $______expressed Switchgear Maintenance (e.g. 1% in decimals) should be entered as .01)

TOTAL PAGE BF-22 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-22 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) (bb) (ba) ESTIMATED (bc) DESCRIPTION UNIT PRICE X NUMBER OF = EXTENSION ($) FREQUENCIES * SECTION B - OEA GENERATORS MONTHLY GENERATOR INSPECTIONS & SERVICES Generator systems $______x 8 = $______INTERMEDIATE (QUARTERLY & ANNUAL) GENERATOR INSPECTIONS & SERVICES Generator systems $______x 3 = $______ANNUAL GENERATOR INSPECTION & SERVICES 230Kw $______x 1 = $______

2-HR LOADBANK 230Kw $______x 1 = $______

(be) (bd) (bf) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 8 = $______

(bh) (bg) PARTS & MATERIALS FOR ESTIMATED (bi) CONTRACTOR’S X = GENERATOR MAINTENANCE ANNUAL EXTENSION % MARK UP* PURCHASE* Estimated Misc. Materials, Rentals, Components Purchased for Generators & = $ 1,000.00 Other Expenses Contractors Mark-up % over its ______cost for Parts, Rentals, Materials (% expressed in x $1,000.00 = $______and Components purchased (e.g. decimals) 1% should be entered as .01)

TOTAL THIS PAGE BF-23 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-23 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) SECTION C – OEA ADDITIONAL WORK HOURS FOR ELECTRICAL WORK REPAIRS (bj) (bk) ADDITIONAL WORK HOURS ( (bl) HOURLY ESTIMATED FOR ELECTRICAL WORK X = EXTENSION RATE ANNUAL REPAIRS ) ($) ($) HOURS*

Journeyman – Standard $______x 50 = $______

Journeyman – Non-Standard $______x 10 = $______

Mechanic – Standard $______x 25 = $______

Mechanic – Non-Standard $______x 1 = $______

TOTAL FOR PAGE BF-24 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-24 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR ONE (Continued) SECTION D – OEA EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (bn) (bm) ESTIMATED (bo) FUEL TANKS UNIT PRICE X = NUMBER EXTENSION ($) OF TANKS* Testing & Analysis $______x 1 = $______

Cleaning of Fuel Tank – Size: $______x 1 = $______500 gallon

TOTAL PAGE BF-25 $______(Enter Total Here and on Page BF-53)

* The number of hours, quantities and annual value of parts, materials, rentals and components per year has been estimated for the purposes of soliciting and evaluating competitive Bids. Although the Authority believes that this estimate fairly describes the scope of work under ordinary circumstances, actual conditions may cause the number of hours, quantities and annual value of parts, materials, rentals and components to differ from the estimates. The Authority has no obligation to request any hours, quantities and annual value of parts, materials, rentals and components or to require the use of any particular quantity of hours, quantities and annual value of parts, materials, rentals and components. Bids will be evaluated based on the Total Three (3) Year Bid Price, but the Contract to be awarded, if an award is made, will obligate the Authority only to pay the hourly rates, unit prices and Contractor’s mark-up over actual cost provided in the successful Bidder’s Bid for the services and materials actually requested by the Authority and satisfactorily provided by the Contractor. The hourly rate provided in the Bid should take into consideration the hourly rates paid to all of the Contractor’s employees used in performing the Contract services.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-25 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO SECTION A – OIA SWITCHGEAR MAINTENANCE SERVICES (a) (b) (c) SERVICES FOR EATON HOURLY ESTIMATED X = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS* Remote VPN access for Powernet, Powerexpert and Forseer maintenance, upgrades $______x 160 = $______and modifications

Standard Hours for Additional $______x 1,000 = $______Work Repairs

Non-Standard Hours for $______x 1,300 = $______Additional Work Repairs

(e) (d) (f) CONTRACTOR’S MARK-UP ESTIMATED MARKUP X = EXTENSION FOR EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 200,000.00 Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 200,000.00 = $______purchased for Switchgear decimals) Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-26 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-26 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued)

(n) SERVICES FOR (m) (o) ESTIMATE CAT SWITCHGEAR HOURLY RATE X = EXTENSION D ANNUAL ELECTRICAL EQUIPMENT ($) ($) HOURS* Standard Hours $______x 90 = $______

Non-Standard Hours $______x 50 = $______

(q) CONTRACTOR’S MARK-UP (p) (r) ESTIMATE FOR CAT SWITCHGEAR MARKUP X = EXTENSION D ANNUAL ELECTRICAL EQUIPMENT (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 100,000.00 Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 100,000.00 = purchased for Switchgear decimals) $______Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-27 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-27 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued)

(t) ADDITIONAL WORK (s) (u) ESTIMATED HOURS FOR ELECTRICAL HOURLY RATE X = EXTENSION ANNUAL WORK REPAIRS ($) ($) HOURS*

Journeyman – Standard $______x 3,000 = $______

Journeyman – Non-Standard $______x 500 = $______

Mechanic – Standard $______x 725 = $______

Mechanic – Non-Standard $______x 200 = $______

Helper – Standard $______x 50 = $______

Helper – Non-Standard $______x 200 = $______

TOTAL FOR PAGE BF-28 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-28 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) SECTION B – OIA GENERATORS (w) (v) ESTIMATED (x) DESCRIPTION UNIT PRICE X = NUMBER OF EXTENSION ($) FREQUENCY* Monthly Generator Systems $______x 424 = $______Inspections & Services Intermediate (Quarterly & Annual) Generator $______x 159 = $______Inspections & Services ANNUAL GENERATOR INSPECTION & SERVICES (Includes new engine oil and filter using OEM parts)

15Kw to 80Kw $______x 9 = $______90Kw to 187.5Kw $______x 7 = $______230Kw to 400Kw $______x 8 = $______455Kw to 500Kw $______x 6 = $______700Kw to 800Kw $______x 11 = $______1000Kw (Hyatt) $______x 1 = $______1180Kw to 1750Kw (600V) $______x 2 = $______1500Kw $______x 3 = $______2000Kw - Central Plant $______x 6 = $______

2-HR LOADBANK 15Kw to 80Kw $______x 9 = $______90Kw to 175Kw $______x 7 = $______230Kw to 400Kw $______x 8 = $______455Kw to 500Kw $______x 6 = $______700Kw to 800Kw $______x 11 = $______

TOTAL THIS PAGE BF-29 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-29 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) (z) ESTIMATED (y) NUMBER (aa) DESCRIPTION X = UNIT PRICE OF EXTENSION FREQUENC Y* 1000Kw (Hyatt) $______x 1 = $______1180Kw to 1750Kw (600V) $______x 2 = $______1500Kw $______x 3 = $______2000Kw (Central Plant) $______x 3 = $______

(ac) (ab) (ad) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 400 = $______Non-Standard $______x 220 = $______

(af) (ae) ESTIMATED PARTS & MATERIALS FOR (ag) MARK UP X ANNUAL = GENERATOR MAINTENANCE EXTENSION (%) PURCHASE * Estimated Misc. Materials, Rentals, Components Purchased for = $ 25,000.00 Generators & Other Expenses Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x $25,000.00 = $______purchased (e.g. 1% should be decimals) entered as .01)

$______TOTAL THIS PAGE BF-30 (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-30 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued)

SECTION C –OIA UPS & BATTERY PREVENTIVE MAINTENANCE & REPAIR SERVICES PARTS & MATERIALS FOR (ai) UPS AND BATTERY (ah) ESTIMATED (aj) PREVENTATIVE MARK UP X AMOUNT OF = EXTENSION MAINTENANCE & REPAIR (%) ANNUAL SERVICES PURCHASE * Estimated Parts, Materials, Specialized Subcontractor Costs, and Components Purchased for UPS and Battery Preventive Maintenance and = $ 25,000.00 Repair Contractors Mark-up % over its ______cost for Parts, Materials, (% Expressed in Specialized Subcontractor Costs, x $25,000.00 = $______decimals) and Components Purchased (e.g. 1% should be entered as .01)

(al) ADDITIONAL WORK HOURS (ak) ESTIMATED (am) FOR UPS & BATTERY HOURLY RATE X NUMBER OF = EXTENSION PREVENTIVE MAINTENANCE ($) ANNUAL ($) & REPAIR HOURS* Standard Hours $______x 220 = $______

Non-Standard Hours $______x 40 = $______

TOTAL PAGE BF-31 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-31 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) SECTION D – OIA EMERGENCY GENERATOR AND FIRE PUMP FUEL DELIVERY SYSTEM (an) (ao) (ap) FUEL TANKS UNIT PRICE X EST. NUMBER = EXTENSION ($) OF TANKS* Testing & Analysis $______x 48 = $______

CLEANING OF FUEL TANKS (TANK SIZE) 30,000 gallon $______x 1 = $______20,000 gallon $______x 2 = $______15,000 gallon $______x 2 = $______12,000 gallon $______x 1 = $______8,000 gallon $______x 1 = $______6,000 gallon $______x 1 = $______4,000 to 5,000 gallon $______x 5 = $______3,000 to 3,500 gallon $______x 3 = $______2,400 to 2,500 gallon $______x 3 = $______1,000 to 1,600 gallon $______x 5 = $______572 to 850 gallon 4 500 gallon or Less $______x 20 = $______

(aq) (ar) (as) SERVICES UNIT PRICE X EST. No. OF = EXTENSION ($) GALLONS/YEAR* Transfer of Fuel $______x 20,000 = $______

(au) ADDITIONAL WORK HOURS (av) (at) EST. No. OF FOR MAINTENANCE AND X = EXTENSION HOURLY RATE* ANNUAL REPAIRS HOURS* Standard $______x 160 = $______Non-Standard $______x 120 = $______

TOTAL PAGE BF-32 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-32 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) (ax) (aw) PARTS & MATERIALS FOR ESTIMATED (az) MARK UP X = FUEL DELIVERY SYSTEM ANNUAL EXTENSION (%) PURCHASE* Estimated Cost for Parts, Materials Disposal Fees & $10,000.00 = $ 10,000.00 Subcontractors for Fuel Delivery System

Contractors Mark-up % over its cost for Parts, Materials Disposal Fees & (% Expressed in x $10,000.00 = $ ______Subcontractors decimals)

$______TOTAL PAGE BF-33 I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-33 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) SECTION A – OEA- SWITCHGEAR MAINTENANCE SERVICES (ba) (bb) (bc) SERVICES FOR EATON HOURLY X ESTIMATED = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS* Standard Hours for Additional Work Repairs $______x 20 = $______

Non-Standard Hours for Additional $______x 20 = $______Work Repairs

(be) (bd) (bf) CONTRACTOR’S MARK-UP ESTIMATED MARKUP X = EXTENSION FOR EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 11,586.00 Switchgear Maintenance

Contractors Mark-up % over its ______cost for Parts, Rentals, Materials and Components purchased for (% expressed x $11,586.00 = $______Switchgear Maintenance (e.g. 1% in decimals) should be entered as .01)

TOTAL PAGE BF-34 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-34 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) (bh) (bg) ESTIMATED (bi) DESCRIPTION UNIT PRICE X NUMBER OF = EXTENSION ($) FREQUENCIES * SECTION B - OEA GENERATORS MONTHLY GENERATOR INSPECTIONS & SERVICES Generator systems $______x 8 = $______INTERMEDIATE (QUARTERLY & ANNUAL) GENERATOR INSPECTIONS & SERVICES Generator systems $______x 3 = $______ANNUAL GENERATOR INSPECTION & SERVICES 230Kw $______x 1 = $______

2-HR LOADBANK 230Kw $______x 1 = $______

(bk) (bj) (bl) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 8 = $______

(bn) (bm) PARTS & MATERIALS FOR ESTIMATED (bo) CONTRACTOR’ X = GENERATOR MAINTENANCE ANNUAL EXTENSION S % MARK UP* PURCHASE* Estimated Misc. Materials, Rentals, Components Purchased for Generators & = $ 1,000.00 Other Expenses Contractors Mark-up % over its cost ______for Parts, Rentals, Materials and (% expressed in x $1,000.00 = $______Components purchased (e.g. 1% decimals) should be entered as .01)

TOTAL THIS PAGE BF-35 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-35 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) (bq) (br) ADDITIONAL WORK HOURS (bs) HOURLY ESTIMATED (= FOR ELECTRICAL WORK X EXTENSION RATE ANNUAL ) REPAIRS ($) ($) HOURS*

Journeyman – Standard $______x 50 = $______

Journeyman – Non-Standard $______x 10 = $______

Mechanic – Standard $______x 25 = $______

Mechanic – Non-Standard $______x 1 = $______

TOTAL FOR PAGE BF-36 $______(Enter Total Here and on Page BF-53 )

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-36 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR TWO (Continued) SECTION D – OEA EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (bu) (bt) ESTIMATED (bw) FUEL TANKS UNIT PRICE X = NUMBER EXTENSION ($) OF TANKS* Testing & Analysis $______x 1 = $______

Cleaning of Fuel Tank – Size: $______x 1 = $______500 gallon

TOTAL PAGE BF-37 $______(Enter Total Here and on Page BF-53)

* The number of hours, quantities and annual value of parts, materials, rentals and components per year has been estimated for the purposes of soliciting and evaluating competitive Bids. Although the Authority believes that this estimate fairly describes the scope of work under ordinary circumstances, actual conditions may cause the number of hours, quantities and annual value of parts, materials, rentals and components to differ from the estimates. The Authority has no obligation to request any hours, quantities and annual value of parts, materials, rentals and components or to require the use of any particular quantity of hours, quantities and annual value of parts, materials, rentals and components. Bids will be evaluated based on the Total Three (3) Year Bid Price, but the Contract to be awarded, if an award is made, will obligate the Authority only to pay the hourly rates, unit prices and Contractor’s mark-up over actual cost provided in the successful Bidder’s Bid for the services and materials actually requested by the Authority and satisfactorily provided by the Contractor. The hourly rate provided in the Bid should take into consideration the hourly rates paid to all of the Contractor’s employees used in performing the Contract services.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-37 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE SECTION A – OIA SWITCHGEAR MAINTENANCE SERVICES (a) (b) (c) SERVICES FOR EATON HOURLY ESTIMATED X = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS* Remote VPN access for Powernet, Powerexpert and Forseer maintenance, upgrades $______x 160 = $______and modifications

Standard Hours for Additional $______x 1,000 = $______Work Repairs

Non-Standard Hours for $______x 1,300 = $______Additional Work Repairs

(e) (d) (f) CONTRACTOR’S MARK-UP ESTIMATED MARKUP X = EXTENSION FOR EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 200,000.00 Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 200,000.00 = $______purchased for Switchgear decimals) Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-38 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-38 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued)

(o) SERVICES FOR (m) (p) ESTIMATE CAT SWITCHGEAR HOURLY RATE X = EXTENSION D ANNUAL ELECTRICAL EQUIPMENT ($) ($) HOURS* Standard Hours $______x 90 = $______

Non-Standard Hours $______x 50 = $______

(r) CONTRACTOR’S MARK-UP (q) (s) ESTIMATE FOR CAT SWITCHGEAR MARKUP X = EXTENSION D ANNUAL ELECTRICAL EQUIPMENT (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 100,000.00 Switchgear Maintenance

Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x 100,000.00 = purchased for Switchgear decimals) $______Maintenance (e.g. 1% should be entered as .01)

TOTAL PAGE BF-39 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-39 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued)

(u) ADDITIONAL WORK (t) (v) ESTIMATED HOURS FOR ELECTRICAL HOURLY RATE X = EXTENSION ANNUAL WORK REPAIRS ($) ($) HOURS*

Journeyman – Standard $______x 3,000 = $______

Journeyman – Non-Standard $______x 500 = $______

Mechanic – Standard $______x 725 = $______

Mechanic – Non-Standard $______x 200 = $______

Helper – Standard $______x 50 = $______

Helper – Non-Standard $______x 200 = $______

TOTAL FOR PAGE BF-40 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-40 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) SECTION B - OIA GENERATORS (x) (w) ESTIMATED (y) DESCRIPTION UNIT PRICE X = NUMBER OF EXTENSION ($) FREQUENCY* Monthly Generator Systems $______x 424 = $______Inspections & Services Intermediate (Quarterly & Annual) Generator $______x 159 = $______Inspections & Services ANNUAL GENERATOR INSPECTION & SERVICES (Includes new engine oil and filter using OEM parts)

15Kw to 80Kw $______x 9 = $______90Kw to 187Kw $______x 7 = $______230Kw to 400Kw $______x 8 = $______455Kw to 500Kw $______x 6 = $______700Kw to 800Kw $______x 11 = $______1000Kw (Hyatt) $______x 1 = $______1180Kw to 1750Kw (600V) $______x 2 = $______1500Kw $______x 3 = $______2000Kw - Central Plant $______x 6 = $______

2-HR LOADBANK 15Kw to 80Kw $______x 9 = $______90Kw to 187.5Kw $______x 7 = $______230Kw to 400Kw $______x 8 = $______455Kw to 500Kw $______x 6 = $______700Kw to 800Kw $______x 11 = $______

TOTAL THIS PAGE BF-41 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-41 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) (x) ESTIMATED (w) NUMBER (y) DESCRIPTION X = UNIT PRICE OF EXTENSION FREQUENC Y* 1000Kw (Hyatt) $______x 1 = $______1180Kw to 1750Kw (600V) $______x 2 = $______1500Kw $______x 3 = $______2000Kw (Central Plant) $______x 6 = $______

(aa) (z) (ab) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 400 = $______Non-Standard $______x 220 = $______

(ad) (ac) ESTIMATED PARTS & MATERIALS FOR (ae) MARK UP X ANNUAL = GENERATOR MAINTENANCE EXTENSION (%) PURCHASE * Estimated Misc. Materials, Rentals, Components Purchased for = $ 25,000.00 Generators & Other Expenses Contractors Mark-up % over its cost for Parts, Rentals, ______Materials and Components (% expressed in x $25,000.00 = $______purchased (e.g. 1% should be decimals) entered as .01)

$______TOTAL THIS PAGE BF-42 (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-42 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued)

SECTION C – OIA UPS & BATTERY PREVENTIVE MAINTENANCE & REPAIR SERVICES PARTS & MATERIALS FOR (ag) UPS AND BATTERY (af) ESTIMATED (ah) PREVENTATIVE MARK UP X AMOUNT OF = EXTENSION MAINTENANCE & REPAIR (%) ANNUAL SERVICES PURCHASE * Estimated Parts, Materials, Specialized Subcontractor Costs, and Components Purchased for UPS and Battery Preventive Maintenance and = $ 25,000.00 Repair Contractors Mark-up % over its ______cost for Parts, Materials, (% Expressed in Specialized Subcontractor Costs, x $25,000.00 = $______decimals) and Components Purchased (e.g. 1% should be entered as .01)

(aj) ADDITIONAL WORK HOURS (ai) ESTIMATED (ak) FOR UPS & BATTERY HOURLY RATE X NUMBER OF = EXTENSION PREVENTIVE MAINTENANCE ($) ANNUAL ($) & REPAIR HOURS* Standard Hours $______x 220 = $______

Non-Standard Hours $______x 40 = $______

TOTAL PAGE BF-43 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-43 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) SECTION D – OIA EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (al) (am) (an) FUEL TANKS UNIT PRICE X EST. NUMBER = EXTENSION ($) OF TANKS* Testing & Analysis $______x 48 = $______

(ao) (ap) CLEANING OF FUEL TANKS (aq) UNIT PRICE X EST. No. of = (TANK SIZE) EXTENSION ($) TANKS* 30,000 gallon $______x 1 = $______20,000 gallon $______x 2 = $______15,000 gallon $______x 2 = $______12,00 gallon $______x 1 = $______8,000 gallon $______x 1 = $______6,000 gallon $______x 1 = $______4,000 to 5,000 gallon $______x 5 = $______3,000 to 3,500 gallon $______x 3 = $______2,400 to 2,500 gallon $______x 3 = $______1,000 to 1,600 gallon $______x 5 = $______572 to 850 gallon $______x 4 = $______500 gallon or Less $______x 20 = $______

(ar) (as) (at) SERVICES UNIT PRICE X EST. No. OF = EXTENSION ($) GALLONS/YEAR* Transfer of Fuel $______x 20,000 = $______

(av) ADDITIONAL WORK HOURS (aw) (au) EST. No. OF FOR MAINTENANCE AND X = EXTENSION HOURLY RATE* ANNUAL REPAIRS HOURS* Standard $______x 160 = $______Non-Standard $______x 120 = $______

TOTAL PAGE BF-44 $______I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-44 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) (ay) (ax) PARTS & MATERIALS FOR ESTIMATED (az) MARK UP X = FUEL DELIVERY SYSTEM ANNUAL EXTENSION (%) PURCHASE* Estimated Cost for Parts, Materials Disposal Fees & $10,000.00 = $ 10,000.00 Subcontractors for Fuel Delivery System

Contractors Mark-up % over its cost for Parts, Materials ______Disposal Fees & (% Expressed in x $10,000.00 = $ ______Subcontractors decimals)

$______TOTAL PAGE BF-45 I (Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-45 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) SECTION A – OEA - SWITCHGEAR MAINTENANCE SERVICES (ba) (bb) (bc) SERVICES FOR EATON HOURLY X ESTIMATED = EXTENSION ELECTRIC EQUIPMENT RATE ANNUAL ($) ($) HOURS* Standard Hours for Additional Work Repairs $______x 20 = $______

Non-Standard Hours for Additional $______x 20 = $______Work Repairs

(be) (bd) (bf) CONTRACTOR’S MARK-UP FOR ESTIMATED MARKUP X = EXTENSION EATON EQUIPMENT ANNUAL (%) ($) VALUE* Estimated Parts, Materials, Rentals and Components Purchased for = $ 11,586.00 Switchgear Maintenance

Contractors Mark-up % over its cost ______for Parts, Rentals, Materials and (% Components purchased for x $11,586.00 = $______expressed Switchgear Maintenance (e.g. 1% in decimals) should be entered as .01)

TOTAL PAGE BF-46 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-46 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) (bh) (bg) ESTIMATED (bi) DESCRIPTION UNIT PRICE X NUMBER OF = EXTENSION ($) FREQUENCIES * SECTION B – OEA GENERATORS MONTHLY GENERATOR INSPECTIONS & SERVICES Generator systems $______x 8 = $______INTERMEDIATE (QUARTERLY & ANNUAL) GENERATOR INSPECTIONS & SERVICES Generator systems $______x 3 = $______ANNUAL GENERATOR INSPECTION & SERVICES 230Kw $______x 1 = $______

2-HR LOADBANK 230Kw $______x 1 = $______

(bk) (bj) (bl) ADDITIONAL WORK REPAIR ESTIMATED HOURLY RATE X = EXTENSION HOURS FOR GENERATORS ANNUAL ($) ($) HOURS* Standard $______x 8 = $______

(bn) (bm) PARTS & MATERIALS FOR ESTIMATED (bo) CONTRACTOR’ X = GENERATOR MAINTENANCE ANNUAL EXTENSION S % MARK UP* PURCHASE* Estimated Misc. Materials, Rentals, Components Purchased for Generators & = $ 1,000.00 Other Expenses Contractors Mark-up % over its cost ______for Parts, Rentals, Materials and (% expressed in x $1,000.00 = $______Components purchased (e.g. 1% decimals) should be entered as .01)

TOTAL THIS PAGE BF-47 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-47 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) (bp) (bq) ADDITIONAL WORK HOURS (br) HOURLY ESTIMATED FOR ELECTRICAL WORK X (=) EXTENSION RATE ANNUAL REPAIRS ($) ($) HOURS*

Journeyman – Standard $______x 50 = $______

Journeyman – Non-Standard $______x 10 = $______

Mechanic – Standard $______x 25 = $______

Mechanic – Non-Standard $______x 1 = $______

TOTAL FOR PAGE BF-48 $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-48 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

YEAR THREE (Continued) SECTION D – OEA EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (bt) (bs) ESTIMATED (bu) FUEL TANKS UNIT PRICE X = NUMBER EXTENSION ($) OF TANKS* Testing & Analysis $______x 1 = $______

Cleaning of Fuel Tank – Size: $______x 1 = $______500 gallon

TOTAL PAGE BF-49 $______(Enter Total Here and on Page BF-53)

* The number of hours, quantities and annual value of parts, materials, rentals and components per year has been estimated for the purposes of soliciting and evaluating competitive Bids. Although the Authority believes that this estimate fairly describes the scope of work under ordinary circumstances, actual conditions may cause the number of hours, quantities and annual value of parts, materials, rentals and components to differ from the estimates. The Authority has no obligation to request any hours, quantities and annual value of parts, materials, rentals and components or to require the use of any particular quantity of hours, quantities and annual value of parts, materials, rentals and components. Bids will be evaluated based on the Total Three (3) Year Bid Price, but the Contract to be awarded, if an award is made, will obligate the Authority only to pay the hourly rates, unit prices and Contractor’s mark-up over actual cost provided in the successful Bidder’s Bid for the services and materials actually requested by the Authority and satisfactorily provided by the Contractor. The hourly rate provided in the Bid should take into consideration the hourly rates paid to all of the Contractor’s employees used in performing the Contract services.

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-49 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

SUMMARY OF BID PRICES

BID PRICES YEAR ONE TOTALS EXTENSION

Services For Eaton Electric Equipment - Page BF-14 $______

Services For CATISO Electrical Equipment – Page $______BF-15

Electrical Services – Page BF-16 $______

Generators Inspection & 2-HR LoadBank Services – $______Page BF-17

Generators 2-HR LoadBank, Additional Work Hours & $______Estimated Purchase Page BF-18

UPS & Battery - Page BF-19 $______

Emergency Generator Fuel Delivery System – Page $______BF-20

Parts & Materials For Fuel Delivery System - Total for $______Page BF-21

OIA - TOTAL YEAR ONE BID PRICE $______

OEA – EATON Switchgear Maintenance Services - $______Page BF-22

OEA Generators – Page BF-23 $______

OEA Additional Electrical Work Hours – Page BF-24 $______

OEA – Fuel Delivery System – Page BF-25 $______

OEA - TOTAL YEAR ONE BID PRICES $______

TOTAL YEAR ONE BID PRICES – OIA & OEA $______(Enter Total Here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-50 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 INTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

SUMMARY OF BID PRICES

BID PRICES YEAR TWO TOTALS EXTENSION

Services For Eaton Electric Equipment - Page $______BF-26

Services For CATISO Electrical Equipment – $______Page BF-27

Electrical Services – Page BF-28 $______

Generators Inspection & 2-HR LoadBank $______Services – Page BF-29

Generators 2-HR LoadBank, Additional Work $______Hours & Estimated Purchase Page BF-30

UPS & Battery - Page BF-31 $______

Emergency Generator Fuel Delivery System – $______Page BF-32

Parts & Materials For Fuel Delivery System - $______Total for Page BF-33

OIA - TOTAL YEAR TWO BID PRICES $______

OEA – EATON Switchgear Maintenance $______Services -Page BF-34

OEA Generators – Page BF-35 $______

OEA Additional Electrical Work Hours – Page $______BF-36

OEA – Fuel Delivery System – Page BF-37 $______

OEA - TOTAL YEAR TWO BID PRICES $______

TOTAL YEAR TWO BID PRICES – OIA & OEA $______(Enter here and on Page BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-51 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

SUMMARY OF BID PRICES

BID PRICES YEAR THREE TOTALS EXTENSION

Services For Eaton Electric Equipment - Page $______BF-38

Services For CATISO Electrical Equipment – $______Page BF-39

Electrical Services – Page BF-40 $______

Generators Inspection & 2-HR LoadBank $______Services – Page BF-41

Generators 2-HR LoadBank, Additional Work $______Hours & Estimated Purchase Page BF-42

UPS & Battery - Page BF-43 $______

Emergency Generator Fuel Delivery System – $______Page BF-44

Parts & Materials For Fuel Delivery System - $______Total for Page BF-45

TOTAL OIA – YEAR THREE PRICES $______(Enter here and on Page BF-53) OEA – EATON Switchgear Maintenance $______Services -Page BF-46

OEA Generators – Page BF-47 $______

OEA Additional Electrical Work Hours – Page $______BF-48

OEA – Fuel Delivery System – Page BF-49 $______

TOTAL OEA – YEAR THREE PRICES $______$______TOTAL YEAR THREE OIA & OEA BID PRICES (Enter Total Here and on Pages BF-3 and BF-53)

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-52 BASE REV 03/26/19 BIDDER: ______

BID PRICES

17-21 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

SUMMARY OF BID PRICES

TOTALS EXTENSION

TOTAL OIA & OEA YEAR ONE BID PRICES $ ______

TOTAL OIA & OEA YEAR TWO BID PRICES $ ______

TOTAL OIA & OEA – YEAR THREE BID PRICES $ ______

TOTAL THREE OIA & OEA BID PRICES $ ______

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-53 BASE REV 03/26/19 BIDDER: ______

* * * * * * * END OF BID FORM * * * * * * *

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-54 BASE REV 03/26/19 620 N. Wymore Road, Suite 200 Maitland, FL 32751 ~ FLORIDA SURETY BONDS, INC. 407-786-7770 .... Fax 407-786-7766 - 888-786-BOND (2663) Fax 888-718-BOND (2663)

www. FloridaSuretyBonds.com

February 17, 2020

Greater Orlando Aviation Authority Orlando International Airport 5850-B Cargo Road Orlando, FL 32827 Re: Electric Services, Inc. Project: Purchasing Bid 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emegency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services

To Whom It May Concern: Florida Surety Bonds, Inc. has been handling the bond requirements of Electric Services, Inc. since 1982. During this time our experience has been excellent. They have an impressive construction “track record”, an impeccable reputation, and are generally regarded as being one of the finest commercial electrical firms in central Florida.

Their bonding company is Federal Insurance Company which is A.M. Best rated at A++, XV and has a U.S. Treasury limit of $386,053,000. They are incorporated in the State of Indiana and licensed to do business in the State of Florida.

We would have no problem writing bonds for Electric Services, Inc. on single projects in the range of $50,000,000 with a $100,000,000 aggregate backlog. This letter is not a commitment to provide any bonds unless all underwriting requirements including contract review are met prior to issuing any bonds. Neither our agency, nor the surety are liable for any damages relating to this letter or project.

We believe Electric Services, Inc. as being a most reputable firm who we feel can be relied upon to fulfill any commitment they might make. We are proud to count them among our very top contractor clients.

Sincerely,

FLORIDA SURETY BONDS, INC.

Jeffrey W. Reich, President, AFSB, CPCU DocuSign Envelope ID: A9C83C7C-886B-402A-A425-C2CB6911E1A7

Brown & Brown of Florida, Inc. - Pinellas Division B[own 83 Park Place Blvd., Suite 101 Clearwater, FL 33759 I)r~wn 727-461-6044 / 800-314-0088; Fax: 727-442-7695 I NSURANCE®

February 17, 2021

Electric Services, Inc. Strong Brothers , LLC 1746 U.S. Highway 441 Leesburg, FL 34748-7055

Re: Commercial Insurance

Dear Janice:

Please let this letter service as confirmation that Electric Services has coverage in force that will meet the following insurance requirements be the below:

Commercial General Liability insurance with coverage of not less than FIVE MILLION DOLLARS ($5,000,000.00) combined single limit per occurrence, and with contractual liability coverage for Contractor's covenants to and indemnification of Authority and the City under the Contract  Coverage in force is $1,000,000 each Occurrence / $2,000,000 General Aggregate combined with an Umbrella Limit of $5,000,000 which would give $6,000,000 each Occurrence / $7,000,000 General Aggregate.

Automobile Liability insurance with policy limits of not less than FIVE MILLION DOLLARS ($5,000,000.00) combined single limit per accident or occurrence covering each motor vehicle operated on Authority property.  Coverage in force is $1,000,000 combined single limit per occurrence combined with an Umbrella limit of $5,000,000, which would give $6,000,000 of coverage.

Self-Insured Retention and Deductibles. Contractor's insurance policies shall not be subject to a self-insured retention or deductible exceeding $10,000, if the value of the Contract is less than $1,000,000, and not be subject to a self-insured retention or deductible exceeding $10,000, if the Contract is $1,000,000 or more, unless approved by the Authority's Executive Director. The above deductible limits may be exceeded if the Contractor's insurer is required to pay claims from the first dollar at 100% of the claim value without any requirement that Contractor pay the deductible prior to its insurer's payment of the claim.

Brown & Brown of Florida, Inc. Pinellas Division 83 Park Place Blvd, Suite 101 Clearwater, FL 33759 (727)461-6044 DocuSign Envelope ID: A9C83C7C-886B-402A-A425-C2CB6911E1A7

Brown & Brown of Florida, Inc. - Pinellas Division B[own 83 Park Place Blvd., Suite 101 Clearwater, FL 33759 I)r~wn 727-461-6044 / 800-314-0088; Fax: 727-442-7695 I NSURANCE®

Additional Insured Endorsement. Contractor agrees and shall cause the Authority and the City and their members (including, without limitation, members of the Authority's Board and the City's Council and members of the citizens' advisory committees of each officers, employees, and agents to be named as additional insureds under such policy or policies of commercial general and automobile liability insurance. Workers' Compensation and Employer's Liability. The policy limits of the Contractor's employer's liability insurance shall not be less than $100,000 for each accident," $500,000 for disease policy limit," and $100,000 for disease each employee.

 Coverage in force is $1,000,000 each Accident / $1,000,000 Disease – policy limit / $1,000,000 Disease – each employee.

Please let us know if there is anything else needed.

Regards, lnDocuSigned by: ~~o~ Angie Carter Account Executive Brown & Brown of Florida, Inc. [email protected]

Brown & Brown of Florida, Inc. Pinellas Division 83 Park Place Blvd, Suite 101 Clearwater, FL 33759 (727)461-6044

Roger Ott, On-Site Lead Technician

Roger is an experienced electrician and has over twenty-five (25) years working in the electrical field, most of which at Orlando International Airport. His most recent projects and assignments have included being the On-Site Lead Technician for the Orlando International Switchgear Continuing Maintenance Contract for the last nearly ten years (Bids 10-11 & 04-16); Airport Security System Installation & Upgrades; Airport Emergency Distribution System Additions and Renovations; and Multiple Airport Renovation Projects.

Sample Project Experience Orlando International Airport, Switchgear Continuing Maintenance Contract; Orlando, Florida  Project Manager

Orlando International Airport, E-091 & E-111 Life Safety Lighting Circuit Adjustments; Orlando, Florida  Project Superintendent

Orlando International Airport, E-105 Landside Elevator Shunt Control Repairs; Orlando, Florida  Project Superintendent Orlando International Airport, Voltage Regulator Replacement EMSB1&2 Generators; Orlando, Florida  Project Manager

Education Orange City H.S., West Virginia National Electrical Code Tom Henry’s Electrical Code Class OSHA Construction NFPA 70 Arc Flash

Accreditations Licensed Master Electrician (#97-11384);

Professional OSHA, BICSI, NICET Level II and IV, RCDD Memberships

Page 1 of 1 Eaton Corporation Eaton Electrical Services & Systems 1800 S. Powerline Road Ste A GOAABid Deerfield Beach, FL 33442 817-21 Ph. (954) 571-8282 PoweringBusiness Worldwide Fax (954) 419-9881

March 5, 2021

Electric Services, Inc. 1746 US Highway 441 Leesburg, FL 34748

Subject: Original Equipment Manufacturer (OEM) Support Statement

Reference: GOAA Bid 8 17-21 Paragraph 2.19 on Page 18-5

Eaton Corporation's Services Group, Eaton Engineering Services and Systems (EESS), will support and provide all labor, technical support, parts, materials, and components needed to properly repair and maintain all of the OEM Equipment throughout the GOAA System to support the above referenced bid and following contract. This includes all Eaton, Cutler-Hammer and Westinghouse electrical distribution products. Services will be provided as needed with reasonable and proper notification. Labor rates for the above work are to be as agreed to between the contractor & Eaton for the task, date & time of day the support is needed.

Today, pursuant to the agreements regarding the acquisition of the DCBU from Westinghouse in 1994, the only companies which are permitted to manufacture and sell electrical distribution equipment with an Eaton, Cutler-Hammer or Westinghouse trademark is Eaton Corporation. Eaton Electrical Services and Systems is the only engineering group which is authorized by the manufacturer to work on Eaton, Cutler­ Hammer and Westinghouse electrical distribution products. Our EESS engineers are available 7 days a week and can be reached by calling our office or our 24-hour hot line at (800) 498-2678. Included with this letter is a copy of Eaton's Selling Policy 25-000. We offer a one-year warranty on all services and parts. If you have any questions regarding this information or requests for services please contact Wayne Thompson on his cell at 863-287-3985 or feel free to contact me directly at my office, 954-571 -8282 ext.3016 or cell phone 954-914-3669.

We appreciate this opportunity to be of service to you. If you have any questions or comments please feel free to contact us at any time.

Respectfully,

~ es A . Kronenw etter Florida District Operations Center Manager Eaton Corporation Eaton Electrical Services and Systems Ph: 954-571-8282 Fax: 954-419-9881 Cell: 954-914-3669 Email: [email protected]

© 2021 Eaton Corporation. This submittal contains material which is Proprietary and Confidential to Eaton Corporation. It may only be used to evaluate and respond to this proposal. Unauthorized use and/or disclosure Is strictly prohibited.

- 1 - Ring Power· mD Power Systems Division

Ring Power Corp 9901 Ringhaver Drive Orlando, FL 32824 407-855-6195

February 17, 2021

Electric Services 1746 U.S. Highway 441 Leesburg, FL 34748

Dear Mr. Brazill,

Please find attached a letter from Caterpillar Inc, which details that Ring Power Corporation is the Caterpillar Authorized dealer for the area in which you are inquiring. Ring Power is the authorized dealer and provider of support and material for the Greater Orlando Aviation Authority and the territory of Central Florida.

This support and material extends from the generator, CAT ISO switchgear, and fuel tanks.

If you have any further requests, please do not hesitate to contact us. Also attached is a copy of our Business Continuity Plan.

Sincerely,

Vicky Gallagher Generator Product Support 407-466-8450 cell 407-826-0590 fax [email protected]

Vicky Gallagher, Generator Parts & Service Sales Cell (407) 466-8450 [email protected] CA_TERPILLAR® Caterpillar Inc.

100 NE Adams Street Peoria, IL 61629

January 01, 2021

This letter is confirm that Ring Power Corporation is the only authorized dealer for Caterpillar machines, parts and service for the following Florida counties:

Alachua Dixie Hernando Liberty Pinellas Taylor Baker Duval Highlands Madison Polk Union Bradford Flagler Hillsborough Manatee Putnam Volusia Brevard Franklin Jefferson Marion St. Johns Wakulla Citrus Gadsden Lafayette Nassau Sarasota Clay Gilchrist Lake Orange Seminole Columbia Hamilton Leon Osceola Sumter De Soto Hardee Levy Pasco Suwannee

As an authorized Caterpillar distributor, Ring Power Corporation maintains an inventory of replacement parts and a staff of factory-trained technicians to provide services and support to users of Caterpillar products.

Although, on occasion, other parts suppliers attempt to represent themselves as genuine Caterpillar parts suppliers, please know that genuine Caterpillar parts are sold exclusively through authorized Caterpillar dealers and distributors.

If you have any questions or concerns, please feel free to contact me.

Sincerely,

Shae Spitznagle Global Aftermarket Solutions Division Parts & Service Sales – Atlanta District

Caterpillar: Confidential Green ~-R-ing Power Im Ring Power Corporation February 17, 2021 500 World Commerce Parkway St Augustine, Fl. 32092

Re: Business Continuity Plan:

Below you will find Ring Power’s qualifications to serve your power system needs. With statewide locations and a number of generator technicians located throughout Florida, we will be able to cover all service needs of your generator.

Ring Power’s Power Systems division has been in business since 1962 and has proven that we can provide unmatched service for your emergency generator needs. I have listed some items below in order to assist in your decision to continue having Ring Power maintain your emergency generators.

Ring Power’s Qualifications: Experienced since 1962 Locally owned and managed Factory trained technicians (minimum 40 hours per year) 7 full time trainers on staff 13 locations to serve Florida ( Own 150 rental generators and accessory items (more available through the Caterpillar network) Employ over 90 generator technicians – Experience ranging from 1 – 30 years with Ring Power 75 field service trucks designated to generator maintenance and repairs Provide 24/7 emergency service Capable of servicing all makes and models of engines and generators Battery charger and UPS repair and replacement In house fluid analysis laboratory Resistive/ reactive load bank capability to 18 Meg (ranging from 60kw to 3.3 Meg) In house full service machine shop Centralized paint refinishing facility Generator Switchgear Maintenance and Repair Fuel Quality Team - capable of tank testing, and maintenance NFPA 110 compliance, inspection & repairs In House fuel tank and enclosure manufacturer Parts and Service Sales Representatives throughout Florida

Ring Power currently maintains over 3,000 generator sets throughout the State of Florida including units for the Department of Corrections, Jacksonville Electric Authority, Jacksonville Aviation Authority, Tampa Aviation Authority, as well as multiple City and State facilities throughout Florida.

Please feel free to give me a call if you have any questions regarding Ring Power’s capabilities to serve the generators, fuel tanks and switchgear for the Greater Orlando Aviation Authority.

Best Regards,

Vicky Gallagher Product Support Sales Rep.

Ring Power Corporation

CREATIVE POWER CSOLUTIONS-<>==;;;)

February 17, 2021

Creative Power Solutions to support Electric Services, Inc.

Creative Power Solutions will provide full support to Electric Services, Inc. 1746 U.S. Highway 441, Leesburg, FL 34748. Creative Power Solutions will also supply parts, materials, components and technical support for any of the UPS units and batteries at the facilities of the Greater Orlando Aviation Authority.

Karys Blake/ President Creative Power Solutions

P.O. Box 1015 Groveland, FL 34736 (352) 429-5086 lternative PoUJer Solu.tions~ Inc.

“committed to delivering a timely value-added service”

February 17, 2021

Subject: Certification for generator maintenance

This letter certifies that Alternative Power Solutions will provide full support to Electric Services, Inc., 1746 U.S. Highway 441, Leesburg, FL 34748 or Authority for parts, materials, components, and technical assistance when required for any and all Alternative Power Solutions products installed at the facilities of the Greater Orlando Aviation Authority.

Efrain Rivera President Alternative Power Solutions

6438 University Blvd, Ste 15 Winter Park FL 32792* Office (407) 261-5543* Fax (407) 261-5546 Ring Power· mD Power Systems Division

Ring Power Corp 9901 Ringhaver Drive Orlando, FL 32824 407-855-6195

February 17, 2021

Electric Services 1746 U.S. Highway 441 Leesburg, FL 34748

Dear Mr. Brazill,

Please find attached a letter from Caterpillar Inc, which details that Ring Power Corporation is the Caterpillar Authorized dealer for the area in which you are inquiring. Ring Power is the authorized dealer and provider of support and material for the Greater Orlando Aviation Authority and the territory of Central Florida.

This support and material extends from the generator, CAT ISO switchgear, and fuel tanks.

If you have any further requests, please do not hesitate to contact us. Also attached is a copy of our Business Continuity Plan.

Sincerely,

Vicky Gallagher Generator Product Support 407-466-8450 cell 407-826-0590 fax [email protected]

Vicky Gallagher, Generator Parts & Service Sales Cell (407) 466-8450 [email protected] CA_TERPILLAR® Caterpillar Inc.

100 NE Adams Street Peoria, IL 61629

January 01, 2021

This letter is confirm that Ring Power Corporation is the only authorized dealer for Caterpillar machines, parts and service for the following Florida counties:

Alachua Dixie Hernando Liberty Pinellas Taylor Baker Duval Highlands Madison Polk Union Bradford Flagler Hillsborough Manatee Putnam Volusia Brevard Franklin Jefferson Marion St. Johns Wakulla Citrus Gadsden Lafayette Nassau Sarasota Clay Gilchrist Lake Orange Seminole Columbia Hamilton Leon Osceola Sumter De Soto Hardee Levy Pasco Suwannee

As an authorized Caterpillar distributor, Ring Power Corporation maintains an inventory of replacement parts and a staff of factory-trained technicians to provide services and support to users of Caterpillar products.

Although, on occasion, other parts suppliers attempt to represent themselves as genuine Caterpillar parts suppliers, please know that genuine Caterpillar parts are sold exclusively through authorized Caterpillar dealers and distributors.

If you have any questions or concerns, please feel free to contact me.

Sincerely,

Shae Spitznagle Global Aftermarket Solutions Division Parts & Service Sales – Atlanta District

Caterpillar: Confidential Green

Prime Contractor:

Electric Services, Inc. (ESI) 1746 U.S. Highway 441, Leesburg, FL 34748

Projects Corp Officer: Wood T. Brazill, P.E. Lead Technician: Roger Ott

ESI Sub-Contractors:

Eaton Electrical (Services for Eaton Electric Equipment) 1700 South Powerline Rd., Suite J Deerfield Beach, FL 33442

Lead Technician: Jim Reeves Lead PowerNet Tech: Brian Colletti

RingPower (Services for CAT Switchgear Electric Equipment) 9901 Ringhaver Dr. Orlando, FL 32824

Lead Technician: James Elford

Alternative Power Solutions (Generator Maintenance) 1638 Acme St. Orlando, FL 32805

Lead Technician: Efrain Rivera

Creative Power Solutions (UPS & Battery Maintenance) PO Box 1015 Groveland, FL 34736

Lead Technician: Larry Blake

RingPower (Generator & Fire Pump Fuel Delivery System) 9901 Ringhaver Dr. Orlando, FL 32824

Lead Technician: Fred Gioe

Page 1 of 1 Eaton Corporation Eaton Electrical Services & Systems 1800 S. Powerline Road Ste A GOAABid Deerfield Beach, FL 33442 B17-21 Ph. (954) 571-8282 PoweringBusiness Worldwide Fax (954) 419-9881

March 5, 2021

Electric Services, Inc. 1746 US Highway 441 Leesburg,FL 34748

Subject: OIA Maintenance Contract

Reference: GOAA Bid B17-21

Sir, We at Eaton Corporation would like to thank you for your interest in our products and services. In reference to your inquiry regarding the above-mentioned subject, Eaton Corporation's, Electrical Services & Systems, is pleased to provide the following documentation for your review and consideration.

The list below includes the factory trained field service engineers employed by Eaton that are certified to work on electrical switchgear, switchboards, panelboards, automatic & manual transfer switches, circuit breakers, variable speed drives, motor starters, transformers & other equipment manufactured by Eaton, Cutler-Hammer, Westinghouse, Siemens, GE, Sq. D and various other manufacturers of electrical equipment. Additional engineers will be supplemented as needed based on required timing and skill sets needed. The existing support team consists of the following:

1) Jim Reeves 8) Ricardo Charris 2) Harold Schoen 9) Kevin Guevara 3) Brian Ungar 10) Sheldon Joseph 4) Jeff Torbert 11) Pedro Rosario 5) Steve Edwards 12) Tim Audley 6) Jeffrey Orama 13) Brian Colletti 7) Joe O'Loughlin

We appreciate this opportunity to be of service to you. If you have any questions or comments please feel free to contact us at any time.

Respectfully,

e:er Florida District Operations Center Manager ~~Eaton Corporation Eaton Electrical Services and Systems Ph: 954-571-8282 Fax: 954-419-9881 Cell: 954-914-3669 Email: [email protected]

© 2021 Eaton Corporation. This submittal contains material which is Proprietary and Confidential to Eaton Corporation. It may only be used to evaluate and respond to this proposal. Unauthorized use and/or disclosure is strictly prohibited .

• I -

Eaton Corporation Eaton Electrical Services & Systems Personnel 1800 South Powerline Rd Ste A Deerfield Beach, FL 33442 Resume Tel: 954-571-8282 Fax: 954-419-9881

Jim Reeves Advisory Engineer (January 2018)

EDUCATION QUALIFICATIONS

Northeast Oakland Vocational 1973-1975 Expertise encompasses maintenance, repair, Industrial Electricity and Electronics engineered modification and installation of power generation and electrical power Oakland Community College 1981-1984 distribution equipment. Equipment focus Prerequisites for engineering and General specifically include; low and medium switchgear; Motors engineering technical courses. small, medium / large power transformers, reactive power management and gas / liquid Georgia Tech 1998 Industrial Automation reciprocating power generation.

IBEW, Master Electrician. Associated experience in protective relaying systems and applications for power delivery and TRAINING COURSES generation systems.

Large Power Transformer Maintenance and Over Forty years’ experience in Industrial Repair Automation, related to Power Generation and Rotating Apparatus Maintenance and Repair Power Delivery with a wide variety of Eaton ECS2100 Excitation Systems applications. Commissioning and Service Site experience includes Automotive, Utilities, Westinghouse Applied Protective Relays Manufacturing, Textiles, Metals, Newsprint, Eaton / Caterpillar ISO Generation Controls Cement, Aviation, Water & Waste Water Schweitzer Distribution System Protection Treatment facilities. Westinghouse Power Generation Plant Familiarization, Maintenance & Safety EXPERIENCE SKM Short Circuit and Device Evaluation Allen Bradley PLC 5 Eaton Corporation . 2000- Present GE Fanuc PLC 90/30 family Advisory Engineer Eaton Logic Controller ELC family Eaton Electrical Inc. 1998- 2000 Eaton Operator Interface District Operation Manager Eaton Harmonic Correction Unit Westinghouse Electric Corp. 1989-1998 Eaton AutoVar PF Correction Sales and Project Engineer Eaton MV & LV Adjustable Frequency Drives Litton Industries 1988-1989 Eaton MV4S Soft Start Drive Sales Eaton PowerNet/Expert Energy Monitoring Jervis B Webb 1986-1988 Square D Resistance Automated Welders (Control Engineering Division) Synchronous Motor Control Project Manager and Sales AutoCad Jervis B Webb 1981-1986 Microsoft Project, Excel, Word Electrical Engineer Eaton Electrical Safety Electrical Design and Control 1976-1981 OSHA Safety Training Wireman/Field Supervisor/Design Engineer First Aid & CPR

Electrical Sector - Americas Electrical Engineering Services and Systems Personnel Division Powering Business Worldwide Resume

Brian J. Colletti Sr. HMI Engineer Power System Automation - Controls

EDUCATION graphical user interfaces in many circles and teams in Eaton. B.S. Computer Science Duquesne University, Pittsburgh PA Along with field startups and direct customer support, Brian continued to establish internal procedures and train new employees in all EXPERIENCE facets of the automation group.

Mr. Colletti graduated from Duquesne University Brian joined the Controls Group of Eaton in 2014 in 1998, and began his employment with Cutler- and is more heavily involved in the design and Hammer the Circuit Breaker Retrofit Department implementation of automation systems across a where his duties included providing application broad range of applications focusing on engineering support and computer aided drafting industrial power distribution and control. Some related to trip unit design. recent projects include:

In 1999, Mr. Colletti joined Eaton Electrical in the • BMW Motor Group – Implemented plant Power Systems Automation group as a HMI wide HMI, energy reporting, and alarm designer. His duties included collaboration on notification with Iconics Genesis. proposals for projects based on written • U.S. Embassy Islamabad – Designed specifications or general system requirements, Iconics Gen64 HMI power monitoring of power monitoring system design from eight substations and six generators. conception through to implementation, including • Internal Revenue Service – Performed full detailed schematics and construction drawings, HMI upgrade with Wonderware64 to monitor coordinating with sub-contractors, factory and control the datacenter including 16 testing, site commissioning and operator generators and six UPS units. training, and PLC integration. Some notable projects that Brian took the lead on include More recently, Brian is increasingly involved in Honda, Centers for Disease Control, Salk technical review and proposals for advanced Institute, and University Hospitals. SCADA projects relating to datacenters and hydro generation. On many occasions Brian has Brian’s attention to detail and willingness to driven multiple projects independently while learn helped form the vision for the application of forming mutual respect and high levels of trust with facility managers and operators.

Ge era or S i chgear Products CA_T Automa tic Transfer Sw' ches

Date: February 17, 2021

To: To Whom It May Concern:

From: Scott White

Subject: Maintenance Certification for Caterpillar Switchgear Products at Orlando International Airport

Those individuals whose names appear on this list are certified by the manufacturer of Caterpillar Switchgear products to be qualified to perform maintenance and repair on these products.

Any work performed by these individuals carries the full warranty and liability offered by the manufacturer’s warranty agreement.

That work performed by individuals not listed in this document are not authorized by the manufacturer unless specified in writing and approved by a manager of Caterpillar Switchgear*. Any work performed by individuals who are not certified will not be warranted by the manufacturer and will void any existing warranty on this equipment.

Certification can be verified or an updated list of qualified engineers can be obtained by contacting your local Caterpillar dealership.

Andy Childs – Cat Switchgear Dwayne Pittman – Cat Switchgear Ray Palma – Cat Switchgear Chris Law – Cat Switchgear Jim Elford – Cat Switchgear Jay Lowe – Cat Switchgear Pina Eam – Cat Switchgear Chris Masterson – Ring Power Systems Danny Brown – Ring Power Systems Les Baker – Ring Power Systems Ricky Grindell – Ring Power Systems Russ Webb – Ring Power Systems Chuck Rice – Ring Power Systems Ron Jenkins – Ring Power Systems Jerry Dalton – Ring Power Systems

*This list does not represent the entirety of the Cat Switchgear field service staff, rather those within the geographical region of the Southeast United States. Any Cat Switchgear field service engineer holds the same qualification and certification.

Very Respectfully,

Scott White

Aftermarket Sales Manager

A Caterpillar Electric Power Business 4955 Marconi Drive• Alpharetta, GA 30005 (770) 442-9442 • Fax: (770) 664-6302

Caterpillar: Confidential Green James R Elford III

716 S. Easy St. Sebastian Fl. 32958 (404) 664-3567 [email protected]

I would like to continue my career in the power generation / paralleling switchgear field utilizing 20 years of electrical (commercial Industrial and residential), electronic controls, natural gas engine, digester gas engine, diesel engine, computer programming, power generation, switchgear experience. I am a highly motivated self starter. I am very organized and always a team player. I strive to learn everything possible about every job I am on, and I take extreme pride and ownership of my work. I have built a life troubleshooting, engineering, and resolving problems of any sort, it’s what I do best, and it’s what I love.

TECHNICAL AND PROFESSIONAL QUALIFICATIONS

 Highly experienced Professional, with proven expertise in start-up, commissioning, service, installation, maintenance, development, testing, programming, repair, and rebuild of natural gas engine , diesel engine, and steam turbine generators.  Excellent comprehension of schematics, and drawings, both mechanical and electrical.  Proficient with ISO, ASCO, GE, Generac, AB, and Russelectric Switchgear.  Startup, commissioning, troubleshooting, and repair of medium and low voltage switchgear. (up to 25kv)  Proficient in numerous computer software applications, including Microsoft Office Pro and various Adobe Suite applications. (I have been building and programming computers since the mid 90’s.  Proficient with programming PLC’s, Governors, regulators, Voltage regulators, control panels, ATS’s, emissions controls, and ignition systems include: Schneider Momentum / Compaq, Woodward, Marathon, Fisher, American, Basler, ASCO, GE Fanuc, Quickpanel, Waukesha, Altronic, AB Logix 500 and 5000, Woodward Watch Window, Tool Kit, and Gap.  Proficient with the following HMI (touchscreen) Programming applications: RS View, Vijeo, Indusoft, Kepware, Applicom, Intellusion, and GP Pro EX.  I have extensive experience in numerous Woodward Governing Controls for Steam Turbines, diesel natural gas engines, bio-gas and landfill gas engines.  Served as the main emissions specialist for the 3 years on the west coast for DTE Energy Technologies, and the recent 2 years on the east coast with Peaker Services. I’m proficient with Waukesha 4.01A (Altronic), Miretech MEC-2001, Miretech MEC-R, Continental, Altronic EPC-100 AFM’s, Woodward Geco Rich Burn, Geco Lean Burn, and the New EGS-02 system.  Proficient with applications engineering for switchgear, engines and generator control systems.  Proficient with numerous types of testing tools and measuring devices, both electrical and mechanical.  In my previous position with DTE Energy I managed all service partners in California for DTE accounts. This included writing the maintenance procedures, maintenance manuals, inspection reports, work orders forms and various other duties to organize the maintenance to be accomplished in a timely and efficient manner in our network of generators.  Served as Senior Service Specialist/Field Engineer/Project Manager in startup, operation, service, and warranty for DTE Energy projects at multiple locations, commissioning Waukesha VSG, VGF, and VHP engines throughout California.  Engines I have serviced, maintained, and retrofitted include: Caterpillar, Waukesha, White Superior, Deutz, and Detroit Diesel. Generators include: Kato, Marathon, Generac, Kohler, Coleman, Leroy Somer, and Onan.  Proficient with training operators and field engineers over the course of my career. Lately I’ve been training Caterpillar (corporate) individuals from around the country on Advanced Electrical Systems and Customer Service Agreements. I’ve been given many commendations on the Field Training that I provide during and after a Switchgear startup or commissioning.

OUTSTANDING PERSONAL ACCOMPLISHMENTS

 Designed and built the first Steam Turbine Simulator outside of Woodward for Testing and Programming both the Woodward Peak 150 and the 505.  Received Employee of the Month during June of 2003 at DTE Energy Technologies.  Received Employee of the Quarter during Jan-Mar of 2004 with DTE Energy Technologies.  Was awarded a Meritorious Promotion to Corporal in the Marine Corps after a two month long Non- Commissioned Officer Group Board, the promotion was won out of approximately 800 participants.  Upgraded all PLC’s and Communications (to new) in a Prime Power site with 6 gens on Grand Turk Island, while maintaining power to the island the whole time.  I’ve run 18 full Marathons, dozens of Half Marathons, and Triathlons, and one Half Ironman.

EMPLOYMENT HISTORY

Intelligent Switchgear Organization Senior Product Support Engineer 2008-present Alpharetta GA / Byron, MI Peaker Services Engineering Technician 2005 - 2008 Brighton, MI DTE Energy Technologies Senior Service Specialist 2001 - 2005 Farmington Hills, MI Defiance Testing and Engineering Test Technician II 1996 - 2001 Troy, MI University Inn Head Manager 1994 - 1996 Cullowhee, NC US Marine Corps Journeyman Electrician, Journeyman Generator specialist 1988 - 1994 Jacksonville NC, Camp Pendleton CA

ACADEMIC BACKGROUND

Byron Area High, Diploma Received Byron MI Marine Corps Engineer School, Diploma Received Jacksonville NC Macomb Community College, Business Management Sterling Heights MI Oakland Community College, Transferred into Electrical Engineering Auburn Hills MI

I have taken several technical training courses through Waukesha, Duetz, and Woodward, Eaton, and ISO. I have taken numerous safety courses and programs throughout my career; I’m currently certified in NFPA 70E, CPR, and OSHA 10.

HOBBIES AND INTERESTS Photography Running Marathons, Triathlons, and Adventure Races

REFERENCES AND LETTERS OF RECOMMENDATION Available upon request

CREATIVE POWER CSOLUTIONS-<>==;;;)

February 17, 2021

Certification for UPS Services and Repairs

Creative Power Solutions technicians are factory certified to service the following brands of UPS’s:

Powerware Toshiba Liebert APC Gamatronic Staco Xtreme Power

Karys Blake/ President Creative Power Solutions

P.O. Box 1015 Groveland, FL 34736 (352) 429-5086 Larry R. Blake

271 Sc;>:?'I St"'tt': Gro,,e.':nCI fl~ ~:.!/4G =C>h~c.:n 11 $!.?-:IS> l 4!lt$ !b1$t t;Z-<::t~~~ 'I-.W

Professional Experience

2007 - Present Creative Power Solutions Groveland, FL Vice Pr~ident Responsible for field technicians, manage accounts some sales and technic.al support for all technicians. In addition to the above I managed major projects for Texas Instruments and Embarq.

2003·2007 Titan Specialized Services Murfreesboro, TN National Sales/ Service Director Responsible for Ten Field technicians and two sales people, new account sales and technical support for all technicians. In addition to the above I managed major projects for Texas Instruments and Sprint. Personally repair problems units for US Air Force, Cape Canaven:il, Okinawa, and the US Navy. New customers include Tl, State of Flotida Shated Resource Center, Sax 5th Ave., Embarq~ and Blue Cross Blue Shield. Powetwate was ntan's largest customer; w e performed third party service work.

Page 1 of4 1999-2003 Convergys IMG lake Mary, FL Chief Engineer Responsible for two data centers (200,000 sq.ft) and all raised floor areas of th~ organi2:ations 15 location.s throughout the United States. Staff of approximately two professionals and 10 technicians and multiple contractors. Responsible for the infrastructure upgrade of two 7 x 24 data centers wh ile on line. The projects were completed without down time. Identified the existing single points of fai lure to senior management. Researched equipment and designs. Based o n operational requirements I designed and isolated redundant system to provide an N+l or better reliability that can be maintained without intertuption to operation. Provided one-lines and created a det.Jiled two year construction schedule. Prepared construction budgets and construction management. Maintenance and repair of 14 UPS vnits and gear. Complete project management 8A at Washington's University. 1997-1999 Electro-Test, Inc. Fort Myers, FL Division Manager/Sales Manager Prepare maintenance programs for customer sites. Recommend engineering upgrades and prepare peke quotdtions; schedule and coordinate projects; manage office and Engineering staff; locate and develop new accounts. Supervised and managed 12 technicians.

1995 - 1997 Southeast Testing, Inc. Fort Myel'S, Ft President Oversee all aspects of business iocluding Engineering recommendations, sales, field technicians, budgets, expenses, growth and development plans, safety and .technical training programs. Prepared electrical testing and maintenance programs for Sprint, Tropicana Cogeneration and proc-essing plant, Tiger Bay Cogeneration plant, Jackson and Sarasota Memorial hospitals.

1993 -1995 Blake Property Management Page, AZ owner Obtained a federal permit to provide preventive maintenancl?' services for a llcct of private and time-share houseboats in the Glenn c.anyon national rccrco.tion area.

Page2 of 4 1989 • 1993 Northeast Testing, Inc. Fort Myer<, FL Division Manager Service technician responsible for maintenance testing and repair of electrical power systems including switchgear, breakers, PLC, transformers, UPS svstems, Batteries, Relays. lransfer switches, generators. Managed engineering and field st::iff, performed administrative duties including developing training and sates programs.

1972 • 1989 Aetna Life and casualty Hartford, CT Superintendent of Central Services Supervisor of Electrical Maintenance Electrician Managed the electrical maintenance department, developed maintenance and electfical training programs for generators, UPS, transfer switches and power systems. Data center installation and maintenance procedures for the Hartford facilities. (L6 million square teet}. M anaged the electric.al construction department (central services), including the data-cabling department, the equipment maintenance department, and move crew. Managed consttuction and renovation projects including administrative and budget functions. Designed and installed the tirst fiber backbone networks. Provide construction services for 6.S million square f~t of office space and 200,000 square feet of data center.

Education Master Electrician Certified electrical contractor Electrical maintenance Apprenticeship at Pratt & Whitney aircraft Power Engineering Apprenticeship U.T.C. Biddle Ground testing Fire Alarm Systems General Electric low Medium Switch Gear General Electric Programmable Controllers ASCO Automatic transfer switches and paralleling gear Emerson (Liebert) Uninterruptible Power Systems AVO Mufti-amp Protectiv e relays C & 0 Batteries Transformer Maintenance High and medium voltage training cable testing and splicing Circuit Breaker M aintenance Stand by power svstems

Page 3 of4 BOMA [Building Operations and Management] Courses Employee Development Creative Writing Effective Management MGE UPS Cybcrex static switches Layer Zero static switches Project management 1, 2, and 3

Accreditations Electrical Contractor license- Connecticut CPR Certified Certified tr.liner in ground fault systems

Professional Memberships Alternate member of National Fire Protection Association Committee 70 B Electrical Equipment M aintenance lternative PoUJer Solu.tions~ Inc.

“committed to delivering a timely value-added service”

February 17, 2021

Subject: Maintenance Certification and Capabilities for Alternative Power Solutions

The individuals listed below are factory authorized Field Service technicians certified by manufactory to be qualified to perform maintenance and repair to listed products. Work Performed by these individuals carries the full warranty and liability offered by the Manufacturer's warranty agreement for field service and aftermarket modifications and/or repairs. We also maintain the following units on a regular basis.

Manufacturers Serviced APS Technicians & Years’ Experience • Asco Power • Brandenstein, Rick – 29 Years’ Experience • Caterpillar/ Olympian • Keifer, Bob – 29 Years’ Experience • Cummins Power • Mazza, Tony - 6 Years’ Experience • Generac • Miranda, Jose G. - 4 Years’ Experience • HiPower Systems • Rivera, Efrain – 30 Years’ Experience • Kohler • Torres, Jose J. – 22 Years’ Experience • Perkins Power • Taylor Equipment • Thomson Power Technologies • Tradewinds Power

Efrain Rivera President Alternative Power Solutions

6438 University Blvd, Ste 15 Winter Park FL 32792* Office (407) 261-5543* Fax (407) 261-5546 Efrain Rivera 6438 University Blvd Ste 15, Winter Park, FL 32792 407-261-5543 [email protected] www.apowersolution.com October 22, 2020

Objective Professional History Resume

USAF: 1981-Power Production Journeyman Education Community College of the Air Force: 1983 - AA Asbury Theological Seminary: 2018 - MAL

Experience Power Production Specialist United States Air Force, September 1980 –September 1984

Veteran Status

Honorable DIscharge

Power Production Specialist/Technician: Certified on Power Plant Operation, Stanby and portable power systems and aircraft arresting barriers

Service Technician North Shore Generator, Bay Shore , NY October 1984 – May 1986

Field service technician, Residential and industrial standby power systems

Assistant Operations Manager Euclid Equipment, Wyandanch NY May 1986 – May 1987

Assistant to Operations manager in a manufacturing facility of power generation equipment

Direct Supervision of engine assembly and test cell dept.

Field Service Technician Diesel Power Systems, Hempstaed, NY May 1987 – October 1988

Field service technician emergency power systems and switchgear systems

Field Service Technician Cummins SE,Orlando, FL

April 1990 – March 1991 Field service technician emergency power systems and switchgear systems

Field Service Technician Tampa Armature Works, Orlando, FL March 1991 – November 1993 Field service technician emergency power systems and switchgear systems Special Projects in all SE territories including Caribbean Service Manager American Generator, Orlando, FL November 1993 – October 1997 Service Manager of Orlando Operations for Field Service Special Projects Coordinator and Sales

Service Manager

Zabatt Power Systems, Orlando, FL

October 1997 – February 1999

Branch Manager for Orlando Location ( New Op)

Power Systems business developer

Special Projects Coordinator and Sales

Vice President Sales and Service

American Generator, Orlando, FL

March 1999 – April 2001

Manage all service operations

Manage all sales operation

Service Sales

Tampa Armature Works, Orlando, FL

April 2001 – June 2001

Sales of Services in Central Fl and Support for all service operations

President Sales and Service

Alternative Power Solutions, Inc, Orlando, FL

June 2001-Present

Manage all service operations, all sales operation and personnel

Business Development and Compliance ~-R-ing Power Im Ring Power Corporation February 17, 2021 500 World Commerce Parkway St Augustine, Fl. 32092

Re: Business Continuity Plan:

Below you will find Ring Power’s qualifications to serve your power system needs. With statewide locations and a number of generator technicians located throughout Florida, we will be able to cover all service needs of your generator.

Ring Power’s Power Systems division has been in business since 1962 and has proven that we can provide unmatched service for your emergency generator needs. I have listed some items below in order to assist in your decision to continue having Ring Power maintain your emergency generators.

Ring Power’s Qualifications: Experienced since 1962 Locally owned and managed Factory trained technicians (minimum 40 hours per year) 7 full time trainers on staff 13 locations to serve Florida ( Own 150 rental generators and accessory items (more available through the Caterpillar network) Employ over 90 generator technicians – Experience ranging from 1 – 30 years with Ring Power 75 field service trucks designated to generator maintenance and repairs Provide 24/7 emergency service Capable of servicing all makes and models of engines and generators Battery charger and UPS repair and replacement In house fluid analysis laboratory Resistive/ reactive load bank capability to 18 Meg (ranging from 60kw to 3.3 Meg) In house full service machine shop Centralized paint refinishing facility Generator Switchgear Maintenance and Repair Fuel Quality Team - capable of tank testing, and maintenance NFPA 110 compliance, inspection & repairs In House fuel tank and enclosure manufacturer Parts and Service Sales Representatives throughout Florida

Ring Power currently maintains over 3,000 generator sets throughout the State of Florida including units for the Department of Corrections, Jacksonville Electric Authority, Jacksonville Aviation Authority, Tampa Aviation Authority, as well as multiple City and State facilities throughout Florida.

Please feel free to give me a call if you have any questions regarding Ring Power’s capabilities to serve the generators, fuel tanks and switchgear for the Greater Orlando Aviation Authority.

Best Regards,

Vicky Gallagher Product Support Sales Rep.

Ring Power Corporation FRED GIOE 751 1st Ave N Jacksonville Beach, FL. 32250 Mobile Phone: 904-540-1976 E-mail: [email protected]

WORK EXPERIENCE Petroleum Service Technician Ring Power Corp | St. Augustine, FL - Inspect, repair, clean diesel fuel tanks associated with power generation. Conduct site surveys and take corrective action in order to meet state regulations. - Required to maintain vehicle DOT logs, produce concise and accurate paper work and achieve the highest level of customer satisfaction.

Petroleum Service Technician Guardian Fueling Technologies | Jacksonville, FL - Calibrate fuel dispensers and correct any non-conformity violations as determined by the state. - Service fuel dispensers and verify accuracy of tank monitor readings. Inspect site and take preventive measures to avoid water intrusion into underground fuel tanks. Comply with state mandates and restore site to operational codes. - Knowledge of pipe fitting, submersible turbine motors, printed circuit boards, electronics, relays, capacitors, multiple stage hydraulic valves, Microsoft applications.

Petroleum Service Technician Southern Pump and Tank | Jacksonville, FL - Perform mechanical repairs to fuel dispensers - Conduct site inspections and preventive maintenance - Clean underground fuel storage tanks, remove contaminants, replace filters, purge fuel lines and collect samples for lab observation. Prepress Printsouth | Green Cove Springs, FL - Duties included layout, stripping negatives, plate making (burning) and proof reading. - Maintain inventory, prep plates for long term storage, filing and cataloging film.

Press Operator/ 2nd Operator/ Feeder Fort Dearborn Lithograph | Niles, IL -Primary experience in four to eight color work on sheet fed Mitsubishi presses -Duties include registration, color evaluation, -Experienced in high color inks, UV inks and coatings -ISO certified internal auditor

EDUCATION High School, College Prep St. Patrick High School | Chicago, IL Certification, Graphic Arts Triton College | Maywood, IL College course work for the Graphic Arts industry Certification, Fuel Dispenser Repair, Gilbarco | Sanford, FL Gilbarco Dispenser Certification Veeder-root Tank monitor Certification, Fuel Dispenser Repair Pneumercator Tank Monitor Dresser Wayne | Jacksonville, FL Dresser Wayne Basic Dispenser Certification

SKILLS Military Service. Navy Corpsman with 2nd Btn 24th Marines. Provided field medical

support. Previously certified EMT. Chicago, Il. Columbus Hospital

BIDDER: ______

* * * * * * * END OF BID FORM * * * * * * *

B17-21 SWITCHGEAR/ELECT SYS/GENERATORS MAINT BF-54 BASE REV 03/26/19 CONTRACT

THIS AGREEMENT made and entered into effective as of the 1st day of August , 2021, by and between the GREATER ORLANDO AVIATION AUTHORITY, a public and governmental body, existing under and by virtue of the laws of the State of Florida, hereinafter called Authority, and ELECTRIC SERVICES, INC., hereinafter called Contractor.

WITNESSETH, that the said Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the Authority, hereby covenants and agrees to provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair and all other items necessary or proper for, or incidental to, performing its obligations under Purchasing Bid 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at the Orlando International Airport and Orlando Executive Airport, in accordance with the Contract Documents which consist of the Contract, Bid Forms, the Instructions to Bidders, any Addenda issued prior to the execution of the Contract, the General Conditions, the Specifications, and the Invitation for Bids, each of which are incorporated herein by this reference.

If the Contractor shall fail to comply with any of the terms, conditions, provisions, or stipulations of the Contract Documents, then the Authority may avail itself of any or all remedies provided in the Contract Documents, or which are otherwise available by applicable law or in equity, and shall have the right and power to proceed in accordance with the provisions thereof.

An extension of time for performance shall be the Contractor’s sole and exclusive remedy for any delay of any kind or nature caused by Authority, and in no event shall Contractor be entitled to recover from Authority any indirect, incidental, special or consequential damages in any proceeding arising out of or relating to this Contract or the breach thereof.

It is also agreed and understood that the acceptance of the last payment pursuant to Section 2 of the General Conditions for work performed hereunder by the Contractor shall be considered as a release in full of all claims against Authority and its members, officers, agents and employees arising out of, or by reason of, the Contract obligations or work.

In consideration of the Contractor's obligations set forth in the Contract Documents, Authority agrees to pay to the Contractor upon satisfactory completion of such obligations, and subject to the contract provisions of Section 2 of the General Conditions, compensation as set forth in Section 2 of the General Conditions, subject to such additions and deductions as may be provided in the Contract Documents and any duly approved and executed amendments thereto.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-1 BASE REV 03/26/19

(Sign this page if the Contractor is a Sole Proprietorship or a Partnership)

IN WITNESS WHEREOF, the said GREATER ORLANDO AVIATION AUTHORITY has caused this Contract to be executed in its name by its Chairman, Vice Chairman, or Chief Executive Officer, attested by its Secretary or Assistant Secretary, and the said Contractor has hereunto set its hand and seal, all as of the day and year first above written.

"AUTHORITY"

GREATER ORLANDO AVIATION AUTHORITY

By:______[Official Seal] Its:______

Date Signed:______

Attest:

______Secretary

"CONTRACTOR" WITNESSED BY: ______(Name of Contractor)

______By:______(Seal) (Signature of Owner or General Partner)

______Its:______(Title)

______Name of Owner or General Partner Printed or Typed

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-2 BASE REV 03/26/19 (Sign this page If the Contractor is a Corporation or Other State-Chartered Business Entity)

IN WITNESS WHEREOF, the said GREATER ORLANDO AVIATION AUTHORITY has caused this Contract to be executed in its name by Its Chairman, Vice Chairman, or Chief Executive Officer, attested by Its Secretary or Assistant Secretary, and the said Contractor has caused this Contract to be executed In its name by ______,its ------'-' attested by ______, its _____ Secretary, and has caused the seal of said corporation or other business entity to be hereunto attached, all as of the day and year first above written.

"AUTHORITY"

GREATER ORLANDO [email protected]!Wilihl.ORITY ("1 nn · I\,, D ChiefExecutive Officer .~f II, -~May6202110:59AM By, Oocu$;p .... Its: ______

Date Signed: ______

Signed Electronically by Attest: Larissa Bou-Vazquez May 6, 2021 2:08 pm

Assistant Secretary

"CONTRACTOR"

ELECTRIC SERVICES, INC. (Name of Contractor)

By:,---"'::...«;:;;;fZ-£..f',-~;::;-~&""-­ (Signature of Officer) Its: //7.:!« -? ~,:j,,&.-,,.-< ,::, r. t=';k;:}_ (Title) (/.

Uftpo9 t, l?fr.-1/:-'6--/L '- Name of Officer Printed or Typed

Attest:

817-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-3 BASE REV 03/26/19 Executed In 3 Counterpart(s)

Performance Bond No.: 0K08775680 Performance Bond Expiration Date: August I, 2024

PERFORMANCE BOND FORM

GREATER ORLANDO AVIATION AUTHORITY

KNOW ALL MEN BY THESE PRESENTS that Electric Services, Inc., 1746 US Highway 441, Leesburg, FL 34748, Phone No. (352) 787-1322 , hereinafter called Principal, and Federal Insurance Company, 202B Hall's Mill Road, Whitehouse Station, NJ 08889, Phone No. (215) 640-1000 --~ a corporation organized under the laws of the State of ___...... ,'------and licensed to do business in the State of Florida, hereinafter called Surety, are held and firmly bound unto the Greater Orlando Aviation Authority: hereinafter called Authority, in the Penal Sum of One Million Dollars 1$1.000.0001. for the payment of which sum well and truly made, Principal and Surety bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has by written agreement entered into a Contract with Authority for Purchasing {Bid/Proposal) 17-21. Management of Electrical Switchgear Equipment. Generators. Uninterruptible Power Supplies {UPS) and Batteries, and Emergency Generator Fuel Delivery System {FDS) Testing, Maintenance and Repair Services. at Orlando International Airport and Orlando Executive Airport, in accordance with the Contract Documents which are incorporated therein by reference and made a part thereof, and which collectively are herein referred to as the Contract.

WHEREAS, Surety is authorized to do business in the State of Florida.

NOW, THEREFORE, the condition of this obligation is such that if Principal:

1. Promptly and faithfully performs each of its obligations under said Contract, including, but not limited to, any warranty provisions, in the time and manner prescribed in the Contract; and

2. Pays Authority all losses, damages (liquidated or actual, including, but not limited to, damages caused by delays in the performance of Principal, or latent defects in the goods or services furnished by Principal), expenses, costs and attorneys' fees including any attorney's fees, costs, and expenses for and in connection with all trial and appellate proceedings, that Authority sustains resulting directly or indirectly from any breach or default by Principal under the Contract; and

3. Pays Authority all losses, damages, expenses, costs, attorneys' fees and other legal costs (including, but not limited to, those for investigative and legal support services) including any attorney's fees, costs, and expenses for and in connection with all trial, appellate and bankruptcy proceedings, that the Authority sustains resulting directly and indirectly from conduct of the Principal, including, but not limited to, want of care or skill, negligence, patent infringement, or intentionally wrongful conduct on the part of the Principal, its officers, agents, employees or any other person or entity for whom the Principal is responsible, then this bond is void; otherwise it remains in full force and effect.

'One Jeff Fuqua Boulevard, Orlando, FL 32827, Phone no. (407) 825-2001

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-4 BASE REV 03/26/19 In the event that the Principal shall fail to perform any of the terms, covenants or conditions of the Contract during the period in which this Performance Bond is in effect, the Surety shall remain liable to the Authority for all such loss or damage (including, but not limited to, all reasonable attorneys' fees and other legal and court costs) resulting from or in connection with any failure to perform up to the amount of the Penal Sum.

In the event the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Authority harmless from any and all loss, damage, cost and expense, including, but not limited to, reasonable attorneys' fees and other legal and court costs, including any attorney's fees, costs, and expenses for all trial, appellate and bankruptcy proceedings, resulting directly or indirectly from or in connection with the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond.

The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Authority's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (i) amendments or modifications to the Contract entered into by Authority and Principal without the Surety's knowledge or consent, (ii) waivers of compliance with or any default under the Contract granted by Authority to Principal without the Surety's knowledge or consent, (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under the Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceeding, or (iv) any other action taken by Authority or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder.

The institution of suit upon this Bond is subject to the limitations period in accordance with Section 95.11, Florida Statutes.

Any changes in or under the Contract Documents (which include, but are not limited to, the Specifications) and compliance or noncompliance with any formalities connected with the Contract or the changes therein shall not affect Surety's obligation under this Bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall be increased or the term of this bond extended in accordance with any amendments or other modifications to the Contract Documents entered into by Authority and Principal.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-5 BASE REV 03126119 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the ~'ft.-day of ft-rn/1 , 20..:?::L_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned \ representative, pursuant to authority of its governing body.

Signed, sealed and delivered in the presence of:

Electric Services, Inc. PrinciRal Name of Contractor)

Federal Insurance Company {Jg_ Name of Su~ ,._ By: ~ -,aa@~ (Signature)

Its: Attorney-In-Fact & FL Licensed Resident Agent Witness (Title) Inquiries: (407) 786-7770

Address: 202B Hall's Mill Road

Whitehouse Station NJ 08889

Telephone No.: (215) 640-1000

Fax No.: (908) 903-3656

E-Mail Address: Gloria@tloridasuretybond s.com

Gloria A. Richards (Countersignature by Florida Licensed Agent)

NOTE: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached.

Attach a certified copy of Power-of-Attorney appointing individual Attorney-in-Fact for execution of Performance Bond on behalf of Surety.

IMPORTANT : Surety companies executing bonds must meet the requirements set forth in Section 6.7 of the Contract's General Conditions.

B17-2 1 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-6 BASE REV 03/26/19 OATH OF SECRETARY

GREATER ORLANDO AVIATION AUTHORITY

I, 0(lg)C e f /< e__~ , certify that I am the Secretary of the corporation named as Principalithe foregoing Performance and/or Payment Bonds; that vocf f. 7!!: rA..1-< ( who signed the said Bond(s) on behalf of the Principal was then - re.rl ~ ,. of said corporation and was authorized by the corporation to sign the Bond(s) on its beh If; t at I ow (~ her) signature, and (b§,_her) signature thereto is genuine, and that said Bonds was/were duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. - ~ ,' (; .·• ol"'l-POii'..q • •• ~" ,, : 0 .. C, ~ •• '!" - (cfoflPPretEt$e~l) L '-: z.~ : : ._'). C .f-\. : ::--, : ~ \ . 1965 . / f ~ ·•. /:'...... ,, , ·. f. 0/{101';...... , ' ' ,' ,, ,,,, * ,,,, ,, Attach a copy of the Authority's form of Certificate of lnsurai100 1 011 •~•'copy of Declarations Page(s) from Insurance Policy and/or Policy Binder indicating that Contractor has obtained all insurance required by the Contract Documents.

817-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-7 BASE REV 03/26/19 C.HUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know AD by These Presents. That PBDBRAL INSURANCB COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY. a New York corporation, and PACIFIC INDIMNl'IY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Teresa L Durham, Cheryl Foley, kim E. Nlv, Robert P. O'Llnn, sarah k. O'Llnn, Jeffrey W. Reich, Susan L. Reich, Gloria A. Richards and Lisa Roseland of Maitland, Florida------

each as their b\le and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver ror and on their behalf as surety thereon or otherwise, bonds and undertakings and other writing!' obligatory ln the n:iture thereof (Olher than ball bonds) given or executed In the course of bwlnes.s. and any lnslr\lmems amendlngorallertngthesame. and consents 10 the modification or alteration orany lnsttument referred to In said bonds or obligations. ID Wltneal Whereot said PBDBRAL INSURANCB COMPANY, VIGILANT INSURANCE COMPANY, and PACIPIC INDEMNITY OOMPANY have each executed and anested these presents and affixed their corporate seals on thls~ day or October, 2019.

STATEOFNEWJERSEY CountyorHunterdon ss. On this~ day of OCtober, 2019, before me, a Notal}' Public or New Jersey, personally came M.

Notarial SeaJ KATH&.R!NE J,ADELAAR NOTARY PUBLIC OP' NEW JBRSBY No, 231818a COl'nt'nt,&lon E,rplf'OII J!Jly 18, 2024

CBRTIPICATION Resolullom adopted by the Boards or Directors of FEDERAL INSURANCE COMPANY. VIGIi.ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOl.VED. that 1he followtng amhorlzatlons relate to 1he execution. for and on behalf or the Company. or bonds. undertaklnp. recognizances, contracrs and other wrfnen commltmeflts of'tlle company en1ered Into In the ordinary course orbuslness (each a "\\lrlmm COmmltmen1"): (ll Each or 1he Qlalrman, the President and the Vice Presidents or theC.ompany ls hereby authomed to execute any Written Commlonent for and on behalloftheC.Ompany,under the seal of the Compi1ny or otherwise. (2) Eadl duly appointed attomey-ln.faCI or 1he C.Ompany Is hereby authorlied 10 execute any Wrtnen Commitment for and on behalf of the Company, under the seal of die company or otherwise, 10 the ex1ent that such aci!on Is authorized by the granf of powers provided for In sudl person's written appolnunc:nf as such anomey,\n•faCL

(5) The signature ohny officer or other person eiteartlng any Written Commitment or appointment or delegation pursuant 10 1hll Resolution, and the seal orlhe company, may be affixed by facsimile on such Written Commlunent or wrttten appoln1men1 or delegation. FURTH EK RESOLVED. thal the foregoing Resolution sh.ill not be deemed 1obe an exclusive statement oflhe powers and authorlt:yoromcers. employees and other personstoac:r: for and on behalf of th, Company, and such Resoludon shall not limit or otherwtsuffect the exec'dse or any such power or authority 01herwlse validly grarned or vested." I, Dawn M, Chloros. Assistant Secretuy of FEDERAL INSURANCE COMPANY, VIGIi.ANT INSURA~'CE COMPANY, and PACIFIC INDEMNITY COMPANY (!he "Companles1 do hereby tenifythat 0) lhe foregoing Resolutiom adopted by the Board of Directors or the Companies are true, correa and In full rorceandelTect, OJ) the foregoing Power of Anomey Is true, correct and In full force and effect Given 8ii)'panlesa1WhltehouseStarion, M, th~

lktwn M. Chlf'lfl'l\ A~:mt Secresaif

IN ms EVRNT YOU WISH TO VERIFY rnE I\.UTHliNTICITY OF THIS BOND OR NOTIFY us Of ANY OTI-IER MA TJ'BR. Pl.BASS CONTACT us i\T; Tel hone(908 903·3493 Fax(90 903·3656 e-mal~ sure< ubb.com

FED- VIG.Pl (rev. 0!J.18)

IRREVOCABLE STAND-BY LETTER OF CREDIT

______[Date]

IRREVOCABLE LETTER OF CREDIT NO. ______

EXPIRY DATE: ______

AGGREGATE AMOUNT: $1,000,000

BENEFICIARY: Greater Orlando Aviation Authority One Jeff Fuqua Boulevard Orlando, FL 32827-4399

Dear Sir or Madam:

On behalf of ______[Company Name] (the "Company"), we hereby issue this irrevocable stand-by letter of credit in your favor up to the aggregate amount stated above, available by one or more sight drafts drawn by you on us.

Each draft hereunder must state "Drawn on ______[Bank Name] Irrevocable Letter of Credit No. ______, dated ______," and must be accompanied by a statement in the form attached hereto as Exhibit A (which is incorporated in this letter of credit by this reference). Such statement must be signed by the Chief Executive Officer of the Greater Orlando Aviation Authority (the "Authority"), or designee, and must provide the following:

A. Certification that the Company has failed to faithfully perform one or more of its obligations to the Authority under that certain Contract 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at Orlando International Airport and Orlando Executive Airport, as such may be amended from time to time, by and between the Company and the Authority (the "Agreement"); and

B. Certification of the amount of damages or expenses which, in his belief or determination, the Authority has suffered or incurred, or is likely to suffer or incur, as a result of such failure by the Company; or

C. Certification (1) that the Company has failed to provide to the Authority an acceptable surety bond or stand-by letter of credit to replace this letter of credit, on or before the date the same was due under the terms of the Agreement in accordance with such terms, and (2) certification of the amount of the required replacement surety bond or letter of credit.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-8 BASE REV 03/26/19

Irrevocable Stand-by Letter of Credit Page 2

Additionally, each draft drawn hereunder shall be paid from the funds of ______[Bank Name]. If a drawing is made by you hereunder at or prior to 11:00 a.m., local time, on a business day, payment shall be made to you or to your designee of the amount specified at our branch where such drawing is made, in immediately available funds, not later than 3:00 p.m., such local time, on the same business day or such later time and business day as you may specify. If a drawing is made by you after 11:00 a.m., such local time, on a business day, payment shall be made to you or to your designee of the amount specified, in immediately available funds, not later than 3:00 p.m., such local time, on the next business day thereafter, or such later time and business day as you may specify.

This letter of credit is subject to the Uniform Customs and Practice for Documentary Credits (2007 Rev.), International Chamber of Commerce Publication No. 600, except that, notwithstanding the provisions of Article 36 thereof to the contrary, if this letter of credit would have otherwise expired by its terms during a period when our business has been interrupted by Acts of God or other causes beyond our control, our obligations hereunder shall continue for thirty (30) days following the date of our resumption of normal business operations. As to any matters that may not be governed by the Uniform Customs and Practice for Documentary Credits, this Letter of Credit shall be governed by and construed in accordance with the laws of the State of Florida, including without limitation the Uniform Commercial Code as in effect in the State of Florida.

We hereby engage with you that all drafts drawn hereunder in compliance with the terms of this credit will be duly honored upon presentation to us as provided herein.

______(Bank Name)

By:______(Signature)

Address:______

______

Telephone No.:______

Fax No.:______

E-Mail Address:______

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-9 BASE REV 03/26/19

EXHIBIT A

GREATER ORLANDO AVIATION AUTHORITY STATEMENT FORM

To: ______[Bank Name]

Date: ______

Re: ______[Company Name]

Irrevocable Letter of Credit Number:______

The undersigned, who is the Chief Executive Officer of the Greater Orlando Aviation Authority (the "Authority"), or the duly authorized designee of same, hereby certifies to ______[Bank Name] that [A, and either B or C are required]:

A. ______[Company Name] (the "Company") has failed to faithfully perform one or more of its obligations to the Authority under that certain Contract 17-21, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services, at Orlando International Airport and Orlando Executive Airport, by and between the Company and the Authority (the "Agreement").

B. In the belief or determination of the undersigned, the amount of damages or expenses which the Authority has suffered or incurred or is likely to suffer or incur, as a result of such failure by the Company totals $______; or

C. The Company has failed to provide the Authority with an acceptable replacement surety bond or stand-by letter of credit on or before the date the same was due under the terms of the Agreement in accordance with such terms, and that the amount of the required replacement bond or letter of credit is $______.

Dated this _____ day of ______, 20____.

GREATER ORLANDO AVIATION AUTHORITY

By:______

Title:______

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-10 BASE REV 03/26/19 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ~ I 03/03/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Angie Carter Brown & Brown of Florida, Inc. PHONE (727) 461-6044 FAX (727) 442-4695 (A/C, No, Ext): I (A/C, No): E-MAIL Pinellas Division ADDRESS: [email protected] 83 Park Place Blvd, Suite 101 INSURER(S) AFFORDING COVERAGE NAIC #

Clearwater FL 33759 INSURER A : The Charter Oak Fire Insurance Company 25615

INSURED INSURER B : The Travelers Indemnity Company of America 25666

Electric Services, Inc. INSURER C : Travelers Property Casualty Company of America 25674

Strong Brothers , LLC INSURER D : Bridgefield Casualty Insurance Company 10335

1746 U.S. Highway 441 INSURER E : XL Specialty Insurance Company 37885

Leesburg FL 34748-7055 INSURER F : COVERAGES CERTIFICATE NUMBER: CL213334640 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY X EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100,000 I CLAIMS-MADE [8] OCCUR PREMISES (Ea occurrence) $ 5,000 - MED EXP (Any one person) $ A Y DT-CO-4P074247-COF-21 01/01/2021 01/01/2022 1,000,000 - PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO- 2,000,000 POLICY [8] JECT [8] LOC PRODUCTS - COMP/OP AGG $ ~ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 - (Ea accident) X ANY AUTO - BODILY INJURY (Per person) $ B OWNED SCHEDULED Y 810-4P052544-21-26-G 01/01/2021 01/01/2022 BODILY INJURY (Per accident) $ - AUTOS ONLY - AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) PIP-Basic $ 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB Y CUP-4P087323-21-26 01/01/2021 01/01/2022 5,000,000 ~ CLAIMS-MADE AGGREGATE $ 10,000 DED IXI RETENTION $ $ WORKERS COMPENSATION PER OTH- XI STATUTE I I ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? N N / A 19642274 04/01/2021 04/01/2022 1,000,000 (Mandatory in NH) • E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 Leased/Rented 100,000 Equipment Floater E UM00027825MA21A 01/01/2021 01/01/2022

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Contractors Pollution Liability - $2,000,000 Aggregate Arch Specialty Insurance Company - Effective 1/1/2020-1/1/2021 Policy Number: PDCPP0010104 - NAIC 21199 Certificate Holder is an additional insured with respect to General Liability and Automobile Liability Additional Insured on a primary non-contributory basis including completed operations with respect to General Liability and auto liability if required by written contract.. Umbrella follows form. A Waiver of Subrogation in favor of certificate holder applies to certificate holder with respect to Workers Compensation if required by written contract. General liability and auto liability Notice of cancellation is 30 days/10 days for non-payment. Workers Compensation Notice of cancellation is 60 days/10 days for

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greater Orlando Aviation Authority - Construction CFID #: 412215 Reference #:201808-CE2 c/o CertFocus AUTHORIZED REPRESENTATIVE PO BOX 140528 Kansas City MO 64131

© 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84)

WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT

We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.)

This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.

Schedule

* Blanket Waiver of Subrogation Applies*

This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.

Date Prepared: February 5, 2021

Carrier: Bridgefield Casualty Insurance Company

Effective Date of Endorsement: April 1, 2021

Policy Number: 196-42274 Countecs;gned by:~-=:::,

Insured: Electric Services, Inc.

WC 00 03 13 (Ed. 4-84)

"Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 1984 NCCI" COMMERCIAL AUTO

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT – FLORIDA

This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT

B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE-TRANSPORTATION EXPENSES - INCREASED LIMIT

C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS

D. EMPLOYEES AS INSURED K.AIRBAGS

E. SUPPLEMENTARY PAYMENTS- INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LIMITS LOSS

F. HIRED AUTO - LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE - INDEMNITY BASIS

G. WAIVER OF DEDUCTIBLE - GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS

PROVISIONS A. BROAD FORM NAMED INSURED This includes any person or organization who you are required under a written contract or The following is added to Paragraph A.1., Who Is agreement between you and that person or An Insured, of SECTION II - LIABILITY organization, that is signed by you before the COVERAGE: "bodily injury" or "property damage" occurs and Any organization you newly acquire or form that is in effect during the policy period, to name during the policy period over which you maintain as an additional insured for Liability Coverage, 50% or more ownership interest and that is not but only for damages to which this insurance separately insured for Business Auto Coverage. applies and only to the extent of that person's or organization's liability for the conduct of another Coverage under this provision is afforded only "insured". until the 180th day after you acquire or form the organization or the end of the policy period, C. EMPLOYEE HIRED AUTO whichever is earlier. 1. The following is added to Paragraph A.1., B. BLANKET ADDITIONAL INSURED Who Is An Insured, of SECTION II - LIABILITY COVERAGE: The following is added to Paragraph c. in A.1., An "employee" of yours is an "insured" while Who Is An Insured, of SECTION II - LIABILITY operating an "auto" hired or rented under a COVERAGE: contract or agreement in that "employee's"

CA F219 0817 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO

name, with your permission, while performing United States of America applies to and duties related to the conduct of your prohibits the transaction of business with or business. within such country or jurisdiction, for Liability Coverage for any covered "auto" that you The following replaces Paragraph in 2. b. B.5., lease, hire, rent or borrow without a driver for Other Insurance, of SECTION IV - a period of 30 days or less and that is not an BUSINESS AUTO CONDITIONS: "auto" you lease, hire, rent or borrow from b. For Hired Auto Physical Damage any of your "employees", partners (if you are Coverage, the following are deemed to be a partnership), members (if you are a limited covered "autos" you own: liability company) or members of their (1) Any covered "auto" you lease, hire, households. rent or borrow; and (a) With respect to any claim made or "suit" (2) Any covered "auto" hired or rented by brought outside the United States of your "employee" under a contract in America, the territories and possessions that individual "employee's" name, of the United States of America, Puerto with your permission, while Rico and Canada: performing duties related to the conduct of your business. (i) You must arrange to defend the "insured" against, and investigate or However, any "auto" that is leased, hired, settle any such claim or "suit" and rented or borrowed with a driver is not a keep us advised of all proceedings covered "auto". and actions. D. EMPLOYEES AS INSURED (ii) Neither you nor any other involved The following is added to Paragraph A.1., Who Is "insured" will make any settlement An Insured, of SECTION II - LIABILITY without our consent. COVERAGE: We may, at our discretion, participate Any "employee" of yours is an "insured" while (iii) using a covered "auto" you don't own, hire or in defending the "insured" against, or borrow in your business or your personal affairs. in the settlement of, any claim or "suit". E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS (iv) We will reimburse the "insured" for 1. The following replaces Paragraph A.2.a.(2), sums that the "insured" legally must of SECTION II - LIABILITY COVERAGE: pay as damages because of "bodily injury" or "property damage" to which (2) Up to $3,000 for cost of bail bonds this insurance applies, that the (including bonds for related traffic law "insured" pays with our consent, but violations) required because of an "accident" we cover. We do not have to only up to the limit described in furnish these bonds. Paragraph C., Limit Of Insurance, of SECTION II LIABILITY 2. The following replaces Paragraph A.2.a.(4), COVERAGE; of SECTION II - LIABILITY COVERAGE: (v) We will reimburse the "insured" for the (4) All reasonable expenses incurred by the reasonable expenses incurred with "insured" at our request, including actual our consent for your investigation of loss of earnings up to $500 a day such claims and your defense of the because of time off from work. "insured" against any such "suit", but F. HIRED AUTO - LIMITED WORLDWIDE only up to and included within the COVERAGE - INDEMNITY BASIS limit described in Paragraph C., Limit The following replaces Subparagraph (5) in Of Insurance, of SECTION II - Paragraph B.7., Policy Period, Coverage LIABILITY COVERAGE, and not in Territory, of SECTION IV - BUSINESS AUTO addition to such limit. Our duty to CONDITIONS: make such payments ends when we have used up the applicable limit of (5) Anywhere in the world, except any country or insurance in payments for damages, jurisdiction while any trade sanction, settlements or defense expenses. embargo, or similar regulation imposed by the

Page 2 of 4 © 2016 The Travelers Indemnity Company. All rights reserved. CA F219 0817 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO

(b) This insurance is excess over any valid We will pay up to $50 per day to a maximum of and collectible other insurance available $1,500 for temporary transportation expense to the "insured" whether primary, excess incurred by you because of the total theft of a contingent or on any other basis. covered "auto" of the private passenger type. (c) This insurance is not a substitute for J. PERSONAL EFFECTS required or compulsory insurance in any The following is added to Paragraph A.4., country outside the United States, its Coverage Extensions, of SECTION Ill - territories and possessions, Puerto Rico PHYSICAL DAMAGE COVERAGE: and Canada. Personal Effects You agree to maintain all required or We will pay up to $400 for "loss" to wearing compulsory insurance in any such apparel and other personal effects which are: country up to the minimum limits required by local law. Your failure to comply with (1) Owned by an "insured"; and compulsory insurance requirements will (2) In or on your covered "auto". not invalidate the coverage afforded by This coverage applies only in the event of a total this policy, but we will only be liable to the theft of your covered "auto". same extent we would have been liable No deductibles apply to this Personal Effects had you complied with the compulsory coverage. insurance requirements. K. AIRBAGS (d) It is understood that we are not an admitted or authorized insurer outside the The following is added to Paragraph B.3., United States of America, its territories Exclusions, of SECTION Ill - PHYSICAL and possessions, Puerto Rico and DAMAGE COVERAGE: Canada. We assume no responsibility for Exclusion 3.a. does not apply to "loss" to one or the furnishing of certificates of insurance, more airbags in a covered "auto" you own that or for compliance in any way with the inflate due to a cause other than a cause of "loss" laws of other countries relating to set forth in Paragraphs A.1.b. and A.1.c., but insurance. only: a. If that "auto" is a covered "auto" for G. WAIVER OF DEDUCTIBLE - GLASS Comprehensive Coverage under this policy; The following is added to Paragraph D., b. The airbags are not covered under any Deductible, of SECTION Ill - PHYSICAL warranty; and DAMAGE COVERAGE: c. The airbags were not intentionally inflated. No deductible applies under Specified Causes of Loss or Comprehensive coverage for "loss" to We will pay up to a maximum of $1,000 for any glass used in the windshield. one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF LOSS USE - INCREASED LIMIT The following is added to Paragraph A.2.a., of The following replaces the last sentence of SECTION IV - BUSINESS AUTO CONDITIONS: Paragraph A.4.b., Loss Of Use Expenses, of SECTION Ill PHYSICAL DAMAGE Your duty to give us or our authorized COVERAGE: representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is However, the most we will pay for any expenses known to: for loss of use is $65 per day, to a maximum of $750 for any one "accident". (a) You (if you are an individual); I. PHYSICAL DAMAGE - TRANSPORTATION (b) A partner (if you are a partnership); EXPENSES - INCREASED LIMIT (c) A member (if you are a limited liability The following replaces the first sentence in company); Paragraph A.4.a., Transportation Expenses, of (d) An executive officer, director or insurance SECTION Ill PHYSICAL DAMAGE manager (if you are a corporation or other COVERAGE: organization); or

CA F219 0817 © 2016 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE

This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM

PROVISIONS 2. The following is added to Paragraph B.S., Other 1. The following is added to Paragraph A.1.c., Who Insurance of SECTION IV - BUSINESS AUTO Is An Insured, of SECTION II - LIABILITY CONDITIONS: COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement between you and that person or applicable other insurance under which an organization, that is signed by you before the additional insured person or organization is the "bodily injury" or "property damage" occurs and first named insured when the written contract or that is in effect during the policy period, to name agreement between you and that person or as an additional insured for Liability Coverage, organization, that is signed by you before the but only for damages to which this insurance "bodily injury" or "property damage" occurs and applies and only to the extent of that person's or that is in effect during the policy period, requires organization's liability for the conduct of another this insurance to be primary and non-contributory. "insured".

CA T4 74 0817 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMRCIEAELG NERALL IABI LITY

THIS ENDORSEMENT CHANGES THEPOLICY. PLEASE READRUIT CA EF LLY. BLANKET ADDITIONAL INSURED –AUTOMATTIC STA US IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS)

This en dorseme nt m odifie s in surance provi ded under t he following: COMMRCIEAELG NERALL IABI LITY COVERAGE PART

The following is added to SEC TIO N II – WHO IS AN (a) The Additional Insured – Owners, Les- INSURED: sees or Contra ctors – Scheduled Person Anyp erson or organization that: or Organizationendorsem ent CG 20 10 07 04 or CG 20 10 04 13, the Additional a. You agree in a writt en contract orag r eement to Insured – Owners, Lessee s or Con tra c- inclu de as an a dditio n al insured on this Cove rage tors – Comp let ed Operations endorse- Part; and ment CG 20 37 07 04 or CG 20 37 04 13, b. Has not been added as an additional ins ured for or both of such endorsements with ei ther the same project by at ta chment of an endorse- of t ho se ed ition dates ; or mentunder thi s Coverage Part which includes (b) Eit her or both ofthe fol lowing: the Addi- such person or organizat i on in the endorseme nt's tional Insured – Owners, Lessees or Con- schedule; trac tors – Scheduled Person Or Organi- is an insured, but: zation endorsem ent CG 20 10, or the Ad- a. Only with re s pe ct to liab ility for "bodily injury" or dit ional Insured – Owners, Lessee s or "property damage" that o ccur s, or for "personal Con tractors – Comp let ed Operations en- injury" caused by an offens e that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date o f such endorsement spe ci fied; agr eement and while that part of the contract or the person or o r ganizat i on i san addit ional in- agr eem ent is in e ffe ct ; and sured only ifthe in j ury or damage is caused, b. Only a s de scribed in Paragraph (1), (2) or (3) be- in whole or in part,by a cts or omissions o f low, whichever applie s: you or yoursubcont ractor in the per fo rmance (1) If the written contr act or ag r eement specifi ca l- of "your work" to which the writ ten contr act o r ly requires you to provide addi tional insured agr eement app lies; or coverage to that person or organiz ation by (3) If neither Paragraph (1) nor (2) above applie s: the use of: (a) The person or or ganizationis a n addi- (a) The Additional Insured – Owners, Les- tional i nsured only if, and to the extent sees orCont r actors – (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or act sor omi ssions o f you or your subcon- (b) Eit her or both ofthe fol lowing: the Addi- trac torin the pe rfo rmance of "your work" tional Insured – Owners, Lessees or Con- to which the wri tten contract or agree- trac tors – Scheduled Person Or Organi- me nt applies; and zation endorsement CG 20 10 10 01, or (b) Such person o r organization does not the Additional Insured – Owners, Lessee s qualify a san addi tional insured with re- or Contrac tors – Comp leted Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or o r ganizat i on i san addit ional in- The insurance provi ded to such additional insured is sured only if the injury or damage arise s out subject to the fo llowing provision s: of "your work" to which the writ ten contr act o r a. If the Limit so f Insurance ofthi s Coverage Part agr eement app lies; shown in the Declarat ion sex ceed the m i nimu m (2) If the written contr act or ag r eement specifi ca l- lim it s required by the written contract o r agree- ly requires you to provide addi t ional insured ment, the in surance provided to the additional i n- coverage to that person or organiz ation by sured will be lim ited to such mi nimu m required the use of: lim it s . For the purposes o fde term ining whether

CGD 6 04 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Pa e 1 of 2g COMMRCIEAELG NERALL IABI LITY

this lim i tation applies, the min im um limits required result in a claim. To the extent po ssible , such by the written contract or agreement wil l be con- notice should include: sidered to include the mi nimu m limit so f any Um- (a) How, when and where the "occurrence " brella or Ex c ess liability coverage required fo r the or offense took p lace; additional insured by that written contract or (b) The names and addresse s o f any injured agr eement.Thi s prov ision wil lnot increa se the persons and witnesse s; and lim it so fin surance described in Section III – Lim tis Of I surancen . (c) The nature and location o f any injury or damage aris ing out ofthe "o ccurrence " or b. The insuran ce prov ided to such additional insured offense. does not apply to : (2) If a claim is made or "suit " i s brought against (1) Any "bodil y injury" , "property damage" or the additional i nsured : "personal injury" arising out ofthe prov id ing, or failure to prov ide, any pro f e ssional archi- (a) Immediat ely re cord the specifics of the tec tural, engineering or surve yin g service s, claim or "suit " and the date receive d; and inclu ding: (b) Noti f y us a ssoon a spra c ticable and see (a) The preparing, approvi ng, or fa il ing to to itthat we re ceive written not ice o f the prepare o r approve, ma ps, shop draw- claim or "suit "a ssoon a s practicable. ings, opin ion s, reports, surveys, fiel d or- (3) Immediately send us copieso f a ll legal pa- ders or change orde rs, o r the preparin g, pers received in connection wi th the claim or approving, or failing to prepare or ap- "suit", cooper ate with us in the inve stigation prove , drawings and speci f i ca tion s ; and or settlement of the claim or defense against ()b Supervsi ory, inspe ct ion, archi t ectural or the "suit", and otherwise comply with all policy engineering act i v i t ie s. condi ion .ts (2) Any "bodily injury" or "property damage" (4) Tender the defen s e and indemnity o f any caused by "your work" and included in the claim or "sui t " to any provi der o f o ther insur- "products- comp leted oper ations hazard" un- ance whi ch wou l d cove r such additional in- less the wri tten con tra ct or agr eement specif i- sured for a loss we cover. Howev er, this co n- cally require s you to provide such coverage dit ion does no t a ffe ct whether the insurance for that additional ins ured during the policy provi ded to such additional insured is primary period. to ot her insurance availa ble to such additional c. The additional insured must com ply with the fol- insured whic h covers that person ororganiza - lowing duties: tion as a named ins ured a s described in Par- (1) Give us written notice a ssoon a spra cticable agraph 4., Other Insurance , o fSe ction IV – of an "occurrence "or an o ffense which may Commercial General Liability Condition s.

Pa e 2 of 2g © 2017 The Travelers Indemnity Company. All rights reserved. CGD 6 04 02 19 COMMRCIEAELG NERALL IABI LITY

THIS ENDORSEMENT CHANGES THEPOLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS

This en dorseme nt m odifie s in surance provi ded under t he following: COMMRCIEAELG NERALL IABI LITY COVERAGE PART

GENERAL DESCRIPTF ION O COV ERAGE – This endorsement broadens coverage. Howeve r, coverage for any injury, damage or medical expenses described in any ofthe prov ision so fth is en dorseme nt may b e excluded or lim ited by another endorsement to this Coverage Part, and these coverage broadening provisions do no t apply to the exten ttha t coverage is excluded or limited by such an endorsement. The fo llow ing listing is a general coverage descript i on only .Read al lthe prov isions o fthi s endorsement and the rest o f your policy car efull y to determ ine r igh ts, dut i es, and wha ti sand is not covered.

A. Who Is An Insured – Unnamed Subsidi arie s C. Incidental Medical Malpractice B. Blan ket Additional Insured – Gove rnme ntal D. Blan ket Waiver Of Subr ogation Entit ie s – Per mit sOr Au thorizat ions Re lating To E. Contractua lLiab il ity – Rai lroad s Operations F. Dam age To Premise sRen tedT o You

PROVSISION a. An organizati on o t herthan a pa r tnership, joint A. WHO IS AN INSURED – UNNAMED venture or lim ited liab il ity company; or SUBSI DIARIES b. A rust;t The following is add ed to SECTION II – WHO IS asindi ca ted in i t s name or the documents tha t AN INSURED: gove rn its stru c ture. Any of you r subsidiar ie s, o t her than a partnership , BBA. L NKET ADDITIONAL INSURED – join t venture or limi ted liabil ity comp any, that is GOVERMATN ENT L EN ITI ES –PESRMIT OR not shown as a Named Insured in the AUTHRO IZATIONRLSE ANTI G TO OPERATIONS Declarations is a Named Insured if: The following is add ed to SECTION II – WHO IS a. You are the sol e owner o f, or maintain an AN INSURED: ownership interest o f more than 50% in, such subsidiary on the fi rst day ofthe pol icy period; Any gove r nment al enti ty tha tha s issued a permit and or authorization with res pe ct to oper ations per fo rmed by you or on your behalf and that you b. Suc h subsidiary isnot an in s ured under are required by any ordinance, law, building code similar ot her in surance. or written contract or agreement to incl ude as an No such subsidiary is an insured for"bodily inju ry" additional in sured on this Coverage Part is an or "property damage" that o ccurred, or "personal i nsured, but only with re s pect to liabi li ty for "bodily and adv ertising injury" caused by an offense injur y", "prope rty dama ge" or "personal and com itted:m adve rtising injury" aris ing ou to f such operations. a. Befor e you maintained an ownership interest The insuran ce prov ided to such gove r nment al of more than 50% in such sub sidiary; or entity doe snot apply to: b. After the date, ifany , during the policy period a. Any "bodil y injury" , "property damage" or that you no longer mai ntain anownershi p "personal and advertising injury" arising out of interest o f more than 50% in such subsidiary. operations performed for the gove r nment al entity ; or For purposes o f Paragraph 1. ofSe ction II – Who b. Is An Insured, each such subsidiary will be Any "bodily injury" or "property damage" inclu ded in the "products-completed deemed to b e designated in the Declaration sa s: operation s hazard".

CGD 3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Pa e 1 of 3g Includes copyrighted material of Insurance Services Office,Inc., with its permission. COMMRCIEAELG NERALL IABI LITY

C. INCTMIDEN AL EDICALMC ALPRACTI E pharmac eut ical s commit ted by , or with the 1. The following replace s Paragraph b. of the knowledge or consent of, the in sured . defin ition o f"o ccurrence " in the 5. The foll owing i s ad ded to the DEFINI TIONS DEFINI TIONS Section: Se tion:c b. An act or omission committed in provi ding "Incidental m edical service s" mea ns: or fail ing to prov ide "incidental med ical a. service s ", first aid or "Good Samaritan Medical ,surgi c al , dental , laboratory, x -ray service s" to a person, unless youare i n or nursing servci e or treatment, advc i e or the business or o ccupat ion o fprov i ding instruction, or the related furnishing of profe ssional hea lth care se rvcie s. food or bev e rages; or 2. The following repla ces the la st paragraph of b. The furnis hing or dispensing o f drugs or Par ag raph 2.a.(1) of SECTION II – WHO IS medical ,dental , or surgic al supplie s or AN INSURED: appl ances.i Unless you ar e in the business or occupation 6. The following is added to Paragraph 4.b., ofprov idin g prof e ssional health care se rvice s, Exc ess In surance, of SECTION IV – Par ag raphs (1)( a), (b), (c) and (d) above do COMMERCIAL GENER AL LIABIL ITY not apply to "bodily injury" arising out of CONDIIT ONS: provi ding or fai ling t o provide: This in surance isex ce ss over any v ali dan d (a) "Incidental me dical servi ce s" by any o f colle ctible other insurance , whether primary, your "em ployees" who is a nurse, nurse exce ss, contingent or on any other basis, that assistant, eme rgency medical techni c ian is available to any o f your "emp loy ees" for or parame dic; or "bodily injury"that ari se sou to fprov i ding or (b) First aid or "Good Samaritan se rvice s" by fail ing to provide "incidental medic al servc ie s" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Par ag raph 2.a.( 1) ofSe ct ion II – Who Is An volunteer doctor. Any such "employees" Insured. or "volu n teer workers" provi ding or fail ing DBA. L NKET WAIVER OFR SUB OGATION to provide fir st aid or "Good Samaritan service s" during theirwork hou rs fo r you The following is ad ded to Paragraph 8., Tran sfer will be deemed to be act ing wi thin the OfRigh ts O f Recov ery Against Others To Us, scope of their emp loym ent by yo u or of SECTION IV – COMMERCIAL GENERAL per fo r ming dutiesrela ted to the conduct LAI BILTNI Y CO DTIIONS: of your business. If the insured has agree d in a contract o r 3. The following replace sthe la st sentence of agr eement to waivethat i nsured's righ to f Par ag raph 5. of SECTION III – LIMITS OF recove ry against any person or o r ganizat ion, we INSURCAN E: waive our right of rec overy against such person o r For the purpose s o f determining the organiz ation, but only for payments we make appli cable Ea c h Occurrence Limit, al l related be ause o :cf act sor om issions commit ted in providing or a. "Bodily i njury" o r "property damage" that fail ing to provide "incid ental me d ical occurs; or service s ", first aid or "Good Samaritan service s" to any one person will be deemed to b. "Personal and adv ertising injury" ca used by be one "occurrence". an offense that i s committed ; 4. The following exclu s ion i s added to subsequent to the execution ofthe contract or Par ag raph 2., Exclusi ons, of SECTION I – agr eem ent. COVERAGES – COVERAGEA – BODILY INJURYAND PROPEY RT DAMAGE E. CONTL RACTUAL IABILITY – RAILROADS LAI BILTI Y: 1. The following replace s Paragraph c. of the Sale Of Pharmaceut icals defin ition o f "insured contr act" in the DEFINI TIONS Section: "Bodily injury" or "property damage" arising outo fthe v iola tion o f a penal statute or c. Anyeas eme ntorlicense agreement; ordinance relating to the sale of

Pa e 2 of 3g © 2017 The Travelers Indemnity Company. All rights reserved. CGD 3 16 02 19 Includes copyrighted material ofI nsurance Services Office , Inc., with its permission. COMMRCIEAELGNERAL LIABILITY

2. Par ag raph f.(1) ofthe de finit ion of "insured a. Any premise swhi le rented to you or contract " in the DEFINI TIONS Sec tion is temporaril y o ccupied by you with permission deleted. of t he owner; or F. DAMAGE TO PREMISES RT EN ED TO YOU b. The contentso fany premi se swhi le such The following repla ce sthe de finition of"prem ise s premise si s rented to you, if you rent such dama e"in theg DEFII NIT ONS Sec tion : premise s for a period of seven or fewer conse utive days.c "Premise s damage" mea ns "property damage" to:

CGD 3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Pa e 3 of 3g Includes copyrighted material ofI nsurance Services Office , Inc., with its permission. COMMRCIEAELG NERALL IABI LITY

THIS ENDORSEMENT CHANGES THEPOLICY. PLEASE READRUIT CA EF LLY. BLANKET ADDITIONAL INSURED –AUTOMATTIC STA US IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS)

This en dorseme nt m odifie s in surance provi ded under t he following: COMMRCIEAELG NERALL IABI LITY COVERAGE PART

The following is added to SEC TIO N II – WHO IS AN (a) The Additional Insured – Owners, Les- INSURED: sees or Contra ctors – Scheduled Person Anyp erson or organization that: or Organizationendorsem ent CG 20 10 07 04 or CG 20 10 04 13, the Additional a. You agree in a writt en contract orag r eement to Insured – Owners, Lessee s or Con tra c- inclu de as an a dditio n al insured on this Cove rage tors – Comp let ed Operations endorse- Part; and ment CG 20 37 07 04 or CG 20 37 04 13, b. Has not been added as an additional ins ured for or both of such endorsements with ei ther the same project by at ta chment of an endorse- of t ho se ed ition dates ; or mentunder thi s Coverage Part which includes (b) Eit her or both ofthe fol lowing: the Addi- such person or organizat i on in the endorseme nt's tional Insured – Owners, Lessees or Con- schedule; trac tors – Scheduled Person Or Organi- is an insured, but: zation endorsem ent CG 20 10, or the Ad- a. Only with re s pe ct to liab ility for "bodily injury" or dit ional Insured – Owners, Lessee s or "property damage" that o ccur s, or for "personal Con tractors – Comp let ed Operations en- injury" caused by an offens e that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date o f such endorsement spe ci fied; agr eement and while that part of the contract or the person or o r ganizat i on i san addit ional in- agr eem ent is in e ffe ct ; and sured only ifthe in j ury or damage is caused, b. Only a s de scribed in Paragraph (1), (2) or (3) be- in whole or in part,by a cts or omissions o f low, whichever applie s: you or yoursubcont ractor in the per fo rmance (1) If the written contr act or ag r eement specifi ca l- of "your work" to which the writ ten contr act o r ly requires you to provide addi tional insured agr eement app lies; or coverage to that person or organiz ation by (3) If neither Paragraph (1) nor (2) above applie s: the use of: (a) The person or or ganizationis a n addi- (a) The Additional Insured – Owners, Les- tional i nsured only if, and to the extent sees orCont r actors – (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or act sor omi ssions o f you or your subcon- (b) Eit her or both ofthe fol lowing: the Addi- trac torin the pe rfo rmance of "your work" tional Insured – Owners, Lessees or Con- to which the wri tten contract or agree- trac tors – Scheduled Person Or Organi- me nt applies; and zation endorsement CG 20 10 10 01, or (b) Such person o r organization does not the Additional Insured – Owners, Lessee s qualify a san addi tional insured with re- or Contrac tors – Comp leted Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or o r ganizat i on i san addit ional in- The insurance provi ded to such additional insured is sured only if the injury or damage arise s out subject to the fo llowing provision s: of "your work" to which the writ ten contr act o r a. If the Limit so f Insurance ofthi s Coverage Part agr eement app lies; shown in the Declarat ion sex ceed the m i nimu m (2) If the written contr act or ag r eement specifi ca l- lim it s required by the written contract o r agree- ly requires you to provide addi t ional insured ment, the in surance provided to the additional i n- coverage to that person or organiz ation by sured will be lim ited to such mi nimu m required the use of: lim it s . For the purposes o fde term ining whether

CGD 6 04 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Pa e 1 of 2g ** * * * * * END OF CONTRACT * * * * * * *

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS C-12 BASE REV 03/26/19

GENERAL CONDITIONS

1. SCOPE OF WORK:

This Contract will be to provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and) in accordance with the Contract Documents.at the Orlando International Airport (“OIA”) and Orlando Executive Airport (“OEA”) in accordance with the Contract Documents. All work shall be performed in accordance with the Specifications attached hereto.

2. COMPENSATION - INVOICE AND PAYMENT FOR SERVICES:

2.1 The Authority shall pay the Contractor, subject to authorized deductions, the hourly rates as set forth on Pages BF-14 through BF-49 for the switchgear electrical equipment maintenance and repair services provided in the Specification, authorized by the Authority in writing, and actually performed by the Contractor to the satisfaction of the Authority as required by the Specification. For each such hourly labor rates, the Contractor shall invoice the Authority by the tenth (10th) day of each month following the end of the month in which services were performed under the Contract. The Contractor’s invoice shall generally describe the services rendered by work area and location, type of service, date rendered, and shall contain such other information and is accompanied by such supporting documentation and other materials as the Authority shall request. The forms to be used will be provided by the Contractor, with approval of the Authority.

2.2 The Authority shall pay the Contractor, subject to authorized deductions, the unit price for: (i) the monthly inspections of generators; (ii) the intermediate (quarterly and annual) inspection of generators; (iii) the annual inspection of generators; (iv) the two (2) hour load bank; (v) the testing and inspection of fuel tanks; (vi) cleaning of fuel tanks headings; and (vii) transfer of fuel as set forth on Pages BF-14 through BF-49 for the switchgear, electrical systems and generators maintenance and repair services provided in the Specification, authorized by the Authority in writing, and actually performed by the Contractor to the satisfaction of the Authority as required by the Specification. For each such unit price, the Contractor shall invoice the Authority by the tenth (10th) day of each month following the end of the month in which services were performed under the Contract. The Contractor’s invoice shall generally describe the services rendered by work area and location, type of service, date rendered, and shall contain such other information and is accompanied by such supporting documentation and other materials as the Authority shall request. The forms to be used will be provided by the Contractor, with approval of the Authority.

2.3 The Authority shall pay the Contractor, subject to authorized deductions, the additional work hours as set forth on Pages BF-14 through BF-49 for the switchgear electrical equipment maintenance and repair services provided in the Specification, authorized by the Authority in writing, and actually performed by the Contractor to the satisfaction of the Authority as required by the Specification. For each such hourly labor rates, the Contractor shall invoice the Authority by the tenth (10th) day of each month following the end of the month in which services were performed under the Contract. The Contractor’s invoice shall generally describe the services rendered by work area and location, type of service, date rendered, and shall contain such other information and is accompanied by such supporting

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-1 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

documentation and other materials as the Authority shall request. The forms to be used will be provided by the Contractor, with approval of the Authority.

2.4 The Authority shall pay the Contractor, subject to authorized deductions, its actual invoice cost for Contractor-provided parts, materials, equipment rental, and other reimbursable items as provided in the Bid Forms and the Specification provided by Contractor and approved in writing by the AAR in advance of such purchase. The Authority will not pay for sales tax or pick-up fees. For such approved purchases, the Authority shall also pay the Contractor the Contractor’s percentage markup on those items as set forth in the Bid Forms. The Authority will reimburse the Contractor for reasonable freight and shipping charges incurred with respect to any such reimbursable items, at actual cost, for which parts, materials, equipment rental and other reimbursable items are approved in writing by the Authority in advance of such shipment. The cost of overnight delivery shall be approved in writing in advance by the AAR. For the payment of all items in this Section 2.5, the Contractor shall invoice the Authority by the tenth (10th) day of each month following the end of each month such reimbursable items were used or installed, accompanied by such supporting documentation and other backup material as the Authority may reasonably require.

2.5 The Authority shall, at regular intervals, monitor the performance of Contractor to determine whether the work to be performed under the Contract has in fact been accomplished to Authority’s satisfaction and/or completed in a timely manner.

2.6 The Authority shall notify the Contractor of any specific services that are unsatisfactory to the Authority, and if the Contractor has not addressed such item or items set forth in the notice to the Authority’s satisfaction within ten (10) calendar days after Authority’s notice, the Authority in addition to all other rights provided under this Contract or by law or equity, may either remedy such unsatisfactory services itself or through a third party and the cost of providing the remedial services shall be deducted from the Contractor’s invoice.

2.7 The Authority shall pay the undisputed amount of Contractor’s (hereinafter includes “Consultant”) invoice, as it may be reduced to reflect unsubstantiated or unsatisfactory services. Items in dispute shall be paid upon the resolution of the dispute. No verification or payment of any amounts invoiced shall preclude the Authority from later recovering any money paid in excess of that due under the terms of this Contract.

2.8 Contractor shall be obligated to pay promptly all proper charges and costs incurred by Contractor for labor and materials used for the work performed hereunder. The Authority shall have the right, but not the obligation, to pay directly to third parties (including subcontractors) all past due amounts owed by Contractor to third parties for labor and materials used for the work hereunder, based on invoices submitted by such third party, and all such amounts paid by the Authority shall be applied toward, and shall reduce, amounts owed to Contractor hereunder.

2.9 The Contractor shall submit all invoices to: Greater Orlando Aviation Authority, Finance Manager, P.O. Box 620125, Orlando, Florida 32862-0125.

3. COMPLIANCE WITH LAWS AND REGULATIONS:

3.1 The Contractor shall perform its obligations and functions hereunder in compliance with the applicable laws of the United States, the State of Florida, Orange County, the City of Orlando, any applicable rules, regulations or directives of any agency thereof, and the applicable regulations of the Authority. OSHA rules and regulations shall be followed at all

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-2 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

times. The Authority shall have the right (but not the obligation) to contest or challenge by any means whatsoever any law, regulation, rule or directive which in any way affects or otherwise impacts upon the Contractor's performance of its obligations and functions hereunder; the Contractor shall cooperate to the fullest extent and take whatever action (including becoming a party in any litigation) the Authority should reasonably request in connection with any such challenge or contest by the Authority.

3.2 The Contractor shall obtain and keep current all licenses, permits and authorizations, whether municipal, county, state or federal, required for the performance of its obligations and functions hereunder and shall pay promptly when due all fees therefor.

3.3 The Contractor shall abide by all applicable state and federal regulations pertaining to wages and hours of an employee.

4. CONTRACTOR'S LIABILITY:

The Contractor shall be responsible for the prompt payment of any fines imposed on Authority or Contractor by the Transportation Security Administration (“TSA”) or any other federal, state or local governmental agency as a result of Contractor's, or its subcontractor's (or the officers’, directors’, employees’ or agents’ of either), failure to comply with the requirements of any law or any governmental agency rule, regulation, order or permit. The liability of the Contractor under this Section 4 is in addition to and in no way a limitation upon any other liabilities and responsibilities which may be imposed by applicable law or by the indemnification provisions of Section 5 hereof, and such liability shall survive the expiration or earlier termination of this Contract.

5. INDEMNIFICATION AND INSURANCE:

5.1 Contractor shall indemnify, defend and hold completely harmless the Authority and the City of Orlando, Florida ("City"), and the members (including, without limitation, members of the Authority's Board and the City's Council, and members of the citizens’ advisory committees of each), officers, employees and agents of each, from and against any and all liabilities (including statutory liability and liability under Workers' Compensation Laws), losses, suits, claims, demands, judgments, fines, damages, costs and expenses (including all costs for investigation and defense thereof, including, but not limited to, court costs, paralegal and expert fees and reasonable attorneys' fees) which may be incurred by, charged to or recovered from any of the foregoing (i) by reason or on account of damage to or destruction or loss of any property of Authority or the City, or any property of, injury to or death of any person resulting from or arising out of or in connection with the performance of this Contract, or the acts or omissions of Contractor's directors, officers, agents, employees, subcontractors, licensees or invitees, regardless of where the damage, destruction, injury or death occurred, unless such liability, loss, suit, claim, demand, judgment, fine, damage, cost or expense was proximately caused solely by Authority's negligence or by the joint negligence of Authority and any person other than Contractor or Contractor's directors, officers, agents, employees, subcontractors, licensees, or invitees, or (ii) arising out of or in connection with the failure of Contractor to keep, observe or perform any of the covenants or agreements in this Contract which are required to be kept, observed or performed by Contractor, or (iii) arising out of or in connection with any claim, suit, assessment or judgment prohibited by Section 5.4 below by or in favor of any person described in Section 5.5 below, or (iv) arising out of or in connection with any action by Contractor or its directors, officers, agents, employees, subcontractors, licensees or invitees. Authority agrees to give Contractor reasonable notice of any suit or claim for which indemnification will be sought hereunder, to allow Contractor or its insurer to compromise

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-3 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

and defend the same to the extent of its interests, and to reasonably cooperate with the defense of any such suit or claim. In carrying out its obligations under this section, Contractor shall engage counsel reasonably acceptable to Authority. In any suit, action, proceeding, claim or demand brought in respect of which the Authority may pursue indemnity, the Authority shall have the right to retain its own counsel. The fees and expenses of such counsel shall be at the expense of the Authority unless the Contractor and the Authority shall have mutually agreed to another arrangement. In the event Contractor fails, within a reasonable time to retain counsel satisfactory to the Authority, the Authority may retain counsel and Contractor shall be responsible for such legal fees, costs and expenses. In the event, the Authority and the Contractor are both named parties in any such proceeding and, in the sole judgment of the Authority, representation of both the Authority and the Contractor by the same counsel would be inappropriate due to actual or potential differing interests between them then Authority shall obtain its own counsel and Contractor shall be responsible for such legal fees, costs and expenses. The indemnification provisions of this Section 5 shall survive the expiration or earlier termination of this Contract with respect to any acts or omissions occurring during the term of the Contract.

5.2 Not applicable.

5.3 The Contractor shall assume all responsibility for loss caused by neglect or violation of any state, federal, municipal or agency law, rule, regulation or order. The Contractor shall give to the proper authorities all required notices relating to its performance, obtain all official permits and licenses, and pay all proper fees and taxes. It shall promptly undertake proper monetary restitution with respect to any injury that may occur to any building, structure or utility in consequence of its work. The Contractor will notify the Authority in writing of any claim made or suit instituted against the Contractor because of its activities in performance of the Contract.

5.4 No recourse under or upon any obligation, covenant or agreement contained in this Contract, or any other agreement or document pertaining to the work or services of the Contractor hereunder, as such may from time to time be altered or amended in accordance with the provisions hereof, or any judgment obtained against Authority, or the City, or by the enforcement of any assessment or by any legal or equitable proceeding by virtue of any statute or otherwise, under or independent of this Contract, shall be had against any member (including, without limitation, members of the Authority's Board or the City's Council, or members of the citizens advisory committees of each), any officer, employee or agent, as such, past, present, or future of Authority or City, either directly or through the Authority or the City or otherwise for any claim arising out of or in connection with this Contract or the work or services conducted pursuant to it, or for any sum that may be due and unpaid by Authority. Any and all personal liability of every nature, whether at common law or in equity, or by statute or by constitution or otherwise, of any such member, officer, employee, or agent, as such, to respond by reason of any act or omission on his or her part or otherwise for any claim arising out of or in connection with this Contract or the work or services conducted pursuant to it, or for the payment for or to Authority, or any receiver therefore or otherwise, of any sum that may remain due and unpaid by the Authority, is expressly waived and released as a condition of and in consideration of the execution of this Contract and the, promises made to Contractor pursuant to this Contract.

5.5 In any and all claims against the Authority or the City, or any of their officers, members, agents, servants or employees, by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation of Contractor under this Section 5 shall not be

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-4 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

limited in any way by any limitation on the amount or type of damages, compensation or benefit payable by or for the Contractor or any subcontractor under Workers' Compensation Acts, disability benefit acts or other employee benefit acts.

5.6 No provisions of Section 5 herein shall be construed to negate, abridge, or otherwise reduce any other right of indemnity that Authority may have as to any party or person described therein.

5.7 Insurance – The Authority is currently contracted with CertFocus/Vertikal for the management of all insurance certificates related to Authority Contracts. Contractors who enter into a Contract with the Authority will be contacted directly by CertFocus/Vertikal for insurance certificates and related matters such as expired certificates. An introductory letter will be sent regarding CertFocus/Vertikal instructing each Contractor of the proper procedures for processing updated insurance certificates as well as any other insurance related matter that may arise over the term of the Contract. Contractors are to respond to CertFocus/Vertikal as directed in the introductory letter as well as any further instructions they may receive from CertFocus/Vertikal.

5.7.1 General Liability and Automobile Liability. Contractor shall purchase and maintain in force during the term of the Contract, at its own cost and expense, to protect the Contractor, the Authority and the City, and the members (including, without limitation, all members of the governing Board of the Authority, the City’s Council and the citizens’ advisory committees of each), officers, agents, and employees of each, from and against any and all liabilities arising out of or in connection with the Contractor’s performance of the Contract work:

(1) Commercial general liability insurance with coverage of not less than FIVE MILLION DOLLARS ($5,000,000.00) combined single limit per occurrence, and with contractual liability coverage for Contractor’s covenants to and indemnification of Authority and the City under the Contract, and

(2) Automobile liability insurance with policy limits of not less FIVE MILLION DOLLARS ($5,000,000.00) combined single limit per accident or occurrence covering each motor vehicle operated on Authority property. Contractor acknowledges and agrees that, if the Contractor’s employee operates a vehicle in the Authority’s Aircraft Operations Area (AOA), then all such operations are within its employee’s scope of employment regardless of who owns the vehicle.

5.7.1.1 Self-Insured Retention and Deductibles. Contractor’s insurance policies shall not be subject to a self-insured retention or deductible exceeding $10,000, if the value of the Contract is less than $1,000,000, and not be subject to a self-insured retention or deductible exceeding $100,000, if the Contract is $1,000,000 or more, unless approved by the Authority’s Chief Executive Officer. The above deductible limits may be exceeded if the Contractor’s insurer is required to pay claims from the first dollar at 100% of the claim value without any requirement that Contractor pay the deductible prior to its insurer’s payment of the claim.

5.7.1.2 Additional Insured Endorsement. Contractor agrees and shall cause the Authority and the City and their members (including, without limitation, members of the Authority’s Board and the City’s Council and

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-5 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

members of the citizens’ advisory committees of each), officers, employees, and agents to be named as additional insureds under such policy or policies of commercial general and automobile liability insurance.

5.7.2 Workers’ Compensation and Employer’s Liability. If Contractor has any employee working on Authority property, Contractor shall procure and maintain in force during the term of the Contract (i) workers’ compensation insurance, and (ii) employer’s liability insurance. The policy limits of the Contractor’s employer’s liability insurance shall not be less than $100,000 for “each accident,” $500,000 for “disease policy limit,” and $100,000 for “disease each employee.” If the Contractor is self-insured, the Contractor shall provide proof of self-insurance and authorization to self-insure as required by applicable state laws and regulations. The Authority will not accept State of Florida exemptions.

5.7.3 Professional Liability Insurance. Not applicable.

5.7.4 Garage Liability Insurance. Not applicable.

5.7.5 Garage Keeper’s Legal Liability Insurance. Not applicable.

5.7.6 Crime Coverage. Not applicable.

5.7.7 Pollution Liability Insurance. Contractor shall purchase and maintain at its own cost during the term of the Contract, pollution liability insurance for bodily injury, property damage, and cleanup costs. The Authority shall be named as an additional insured on this policy. The limits of coverage shall not be less than ONE MILLION DOLLARS ($1,000,000.00) per claim, with a ONE MILLION DOLLARS ($1,000,000.00) aggregate, subject to a deductible/SIR of ONE HUNDRED THOUSAND DOLLARS ($100,000.00) per claim. The aggregate limit must be specific to this Contract.

5.7.8 Equipment Installation Insurance. Not applicable.

5.7.9 Fiduciary Liability Insurance. Not applicable.

5.7.10 Other Insurance Requirements. All insurance policies required by this Section 5.7 shall provide that they are primary insurance as respects any other valid insurance Authority may possess, and that any other insurance Authority does possess shall be considered excess insurance only. All such insurance shall be carried with a company or companies which meet the requirements of Section 6.8 of these General Conditions, and said policies shall be in a form satisfactory to Authority. A properly completed and executed Certificate of Insurance on a form provided or approved by Authority (such as a current ACORD certificate of insurance) evidencing the insurance coverages required by this Section shall be furnished to the Authority upon the Contractor’s execution of the Contract. The Contractor shall provide the Authority with at least thirty (30) days’ prior written notice of any adverse material change in the Contractor’s required insurance coverage. For purposes of this Section 5.7.10, an “adverse material change” shall mean any reduction in the limits of the insurer’s liability, any reduction, non-renewal or cancellation of any insurance coverage, or any increase in the Contractor’s self- insured retention. Prior to the expiration of any such policy, Contractor shall file with Authority a certificate of insurance showing that such insurance coverage has

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-6 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

been renewed. If the insurance coverage is canceled or reduced, Contractor shall, within five (5) days after such cancellation or reduction in coverage, file with Authority a certificate showing that the required insurance has been reinstated or provided through another insurance company or companies approved by Authority. If Contractor fails to obtain or have such insurance reinstated, Authority may, if it so elects, and without waiving any other remedy it may have against Contractor, immediately terminate this Contract upon written notice to Contractor. The Authority’s Chief Executive Officer shall have the right to alter the monetary limits or coverages herein specified from time to time during the term of this Contract, and Contractor shall comply with all reasonable requests of the Chief Executive Officer with respect thereto.

6. SURETY BONDS/LETTERS OF CREDIT/LIABILITY INSURANCE:

6.1 Prior to Authority’s execution of the Contract and within ten (10) business days of the award, the Contractor shall furnish to Authority a Performance Bond, and a Payment Bond if required by these Bid or Proposal Documents, completed on the Authority’s forms provided in the Contract Documents. Such Performance Bond shall be current and in compliance at all times during the initial term of the Contract in a penal sum equal to One Million Dollars ($1,000,000).

6.2 The Contractor may elect to provide Authority, in lieu of the required Performance Bond (but not the Payment Bond if required by general law), a letter of credit in an amount equal to One Million Dollars ($1,000,000) The Contractor shall provide Authority with a Letter of Credit that remains in effect for at least one year after the expiration or earlier termination of the term of the Contract including any renewal or other extended term. If the Contractor fails to perform any obligation required of it under the terms of the Contract including, but not limited to, providing Authority with an acceptable renewal or replacement letter of credit within the required time limits, the Authority shall be entitled, in addition to any other remedies, to draw the full amount of the funds available under any Letter of Credit provided by Contractor to Authority and to hold such funds until such time as the Authority in its discretion shall determine the amount of damages, costs and expenses owing to it from the Contractor. The Authority shall retain from such funds an amount equal to its actual or anticipated damages, costs and expenses, and shall thereafter return the remaining amount of the funds, if any, to the Contractor.

6.3 Prior to the commencement of any renewal or extended term of the Contract, Contractor, at it own expense, shall provide to the Authority an acceptable renewal or replacement Performance Bond or Letter of Credit, rider to an existing Performance Bond or Letter of Credit, or continuation amendment to an existing Performance Bond or Letter of Credit that complies with the requirements of this Section 6.

6.4 Except as provided in this Section 6.4, the Authority will not accept any change or modification to the forms of Performance Bond or Letter of Credit attached to these Bid Documents. The sole change to the forms of Performance Bond and Letter of Credit that the Authority will accept is that the Contractor may provide a Performance Bond or a Letter of Credit that is for a period of less than the full initial term of the Contract but which still has an effective term of not less than twelve (12) months. If the Contractor provides Authority an acceptable Performance Bond or Letter of Credit which has an effective period less than the full initial term of the Contract, the Contractor shall, at least sixty (60) calendar days prior to the date on which the then current Performance Bond or Letter of Credit expires, provide a renewal or replacement Performance Bond or Letter of Credit that complies with the requirements of the Contract. The Authority shall release any existing

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-7 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

Letter of Credit provided by the Contractor upon the Authority’s receipt and approval of a renewal or replacement Letter of Credit that complies with the requirements of this Contract.

6.5 If the Contractor is required to provide any renewal or replacement Performance Bond or Letter of Credit, rider to an existing Performance Bond or Letter of Credit, or continuation amendment to an existing Performance Bond or Letter of Credit (collectively, the “Replacement”), Contractor shall, at the discretion of the Authority, calculate the penal sum/amount (the “Amount”) of any such Replacement as follows:

6.5.1 If the Replacement is provided in connection with the expiration of an existing Performance Bond or Letter of Credit prior to expiration of the initial term of the Contract but not in connection with an amendment to the Contract where the compensation to be paid to Contractor is increased, the Replacement shall be in an Amount equal to the Amount of the then current Performance Bond or Letter of Credit.

6.5.2 If the Replacement is provided in connection with an amendment of the Contract where the compensation to be paid to the Contractor during the period covered by the then current Performance Bond or Letter of Credit is increased for any reason, the Replacement shall be in an Amount equal to the Amount of the then current Performance Bond or Letter of Credit plus an amount that bears the same ratio to the increased compensation to be paid to the Contractor that the Amount of the then current Performance Bond or Letter of Credit bears to the total compensation to be paid to the Contractor prior to such amendment to the Contract.

6.5.3 If the Replacement is provided in connection with the renewal or extension of the Contract and the required Amount of the Performance Bond or Letter of Credit for the initial term of the Contract is stated as a fixed Amount, the Replacement shall be in an Amount equal to the lesser of either (i) the Amount required during the initial term of the Contract; or (ii) an Amount that bears the same ratio to the total estimated compensation to be paid to the Contractor during the renewal term that the Amount required during the initial term of the Contract bore to the total estimated compensation to be paid to the Contractor during the initial term of the Contract.

6.5.4 If the Replacement is provided in connection with the renewal or extension of the Contract and the required Amount of the Performance Bond or Letter of Credit for the initial term of the Contract is stated as a fraction or percentage of the Contract price, the Replacement shall be in an Amount equal to the same annualized percentage of the total estimated compensation (including any reimbursable expenses) to be paid to the Contractor during the renewal term (i.e., if the initial Performance Bond or Letter of Credit is 1/6 of the total three year Contract cost, then the Replacement will be one-half of the total estimated compensation to be paid to the Contractor during the renewal year).

6.6 Failure to timely submit an acceptable Performance Bond or Letter of Credit prior to commencement of the Contract in addition to all other rights available to the Authority under law, shall give the Authority the right to withdraw the Notice of Intent to Award, without the need for providing the Contractor advance notice or the opportunity to cure. Failure to timely submit any required renewal or replacement Performance Bond or Letter of Credit, rider to an existing Performance Bond or Letter of Credit, or continuation amendment to an existing Performance Bond or Letter of Credit that meets the requirements of this Section 6 constitutes a default under the terms of this Contract and, in addition to all other rights

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-8 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

available to the Authority under law, shall give the Authority the right to immediately terminate the Contract without providing the Contractor advance notice or the opportunity to cure. In connection with any such default, the Authority shall have the right to claim against the Contractor’s then current Performance Bond or Letter of Credit for all of Authority’s losses, costs, damages or expenses. The provision of this Paragraph shall survive the expiration or earlier termination of the Contract.

6.7 Surety Bonds delivered to Authority in satisfaction of any requirement under this Contract must meet the following criteria:

6.7.1 Bid Bonds provided to the Authority in connection with Contracts shall be duly issued by an insurer or corporate surety (a) on a bond form provided by Authority, or on a form substantially the same as Authority's form; b) obligating the surety for at least ninety (90) days following the date on which Bids are publicly opened; and (c) by an insurer or corporate surety that is authorized to conduct insurance business in the State of Florida.

6.7.2 Performance and Payment Bonds provided to the Authority in connection with contracts having a value of $500,000.00 or less shall be duly issued by an insurer or corporate surety which:

6.7.2.1 Is authorized to conduct insurance business in the State of Florida;

6.7.2.2 Currently holds a certificate of authority authorizing it to write surety bonds in the State of Florida; and

6.7.2.3 Is otherwise in compliance with the provisions of the Florida Insurance Code.

6.7.3 Performance and Payment Bonds provided to the Authority in connection with Contracts having a value in excess of $500,000.00 shall be duly issued by an insurer or corporate surety which:

6.7.3.1 Is authorized to conduct insurance business in the State of Florida;

6.7.3.2 Holds a currently valid certificate of authority by the U.S. Department of Treasury pursuant to 31 U.S.C. ss 9304-9308; and

6.7.3.3 Has no less than a "B+" Financial Rating and a Financial Size Category of "Class VI" or higher according to the most current edition of Best's Insurance Reports.

6.7.3.4 Notwithstanding the provisions of (c) above, an insurer or corporate surety which is not rated by Best's Insurance Reports may be accepted by Authority, but only if approved by Authority's Risk Manager and Department Director following a review or investigation of the insurance company's financial and performance standing, including without limitation, its capital adequacy, assets, earnings, of the insurance company’s financial and performance standing, including without limitation, its capital adequacy, assets, earnings, liquidity and such other factors as the Authority's Risk Manager may deem appropriate.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-9 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

6.8 Liability Insurance Companies furnishing insurance coverages required by these General Conditions shall (a) be currently licensed to conduct insurance business in the State of Florida, and (b) must have no less than a "B+" Financial Rating and a Financial Size Category of "Class VI" or higher according to the most current edition of Best's Insurance Reports.

6.9 In the event that Authority requests Contractor to purchase materials or as a condition to approval of a subcontractor in accordance with Section 8 of the General Conditions, the Authority shall have the right to require Contractor to provide a payment bond in accordance with Section 255.05, Florida Statutes.

6.10 Letters of Credit shall be issued by a bank with an office located in the State of Florida and reasonably acceptable to the Authority’s Chief Executive Officer.

7. CONTRACT ADJUSTMENTS:

7.1 Notwithstanding any provision herein to the contrary, the Authority reserves the right to modify at any time the nature, method, scope, frequency, or timing of the Contractor's obligations under this Contract (Contract Adjustments) in whatever manner it determines to be reasonably necessary for the proper completion of the Contractor’s work hereunder. Both parties agree that, should any Contract Adjustments be made, the Contractor's compensation and the amount of the Performance Bond or Letter of Credit required, will be adjusted accordingly, in such amount or amounts as will be mutually agreed to by means of good faith negotiation by the Authority and the Contractor and, to the extent possible, by reference to any unit costs already established in the Bid. Without exception, all deletions or additions to the scope of work will be set forth in a written Amendment to this Contract.

7.2 Notwithstanding the foregoing, the Authority shall have the right to terminate this Contract pursuant to the provisions of Section 9.2 herein should the Contractor and the Authority fail to reach agreement on the adjusted compensation, or the amount of the Performance Bond or Letter of Credit, within thirty (30) days after the date of the Contract Adjustment.

7.3 Notwithstanding the foregoing, there shall be no upward adjustment of the compensation on account of any Contract Adjustment made necessary or appropriate as a result of the mismanagement, improper act, or other failure of the Contractor, its employees, agents, or its subcontractors to properly perform its obligations and functions under this Contract.

8. SUBCONTRACTORS:

8.1 The Contractor shall perform all of its obligations and functions under this Contract by means of its own employees, or by a duly qualified subcontractor which is approved in advance by Authority. Such subcontractor which is an affiliate, parent, or subsidiary company; or had principal owners, relatives, close kin, management, or employees common to the Contractor; or any other party that has the ability to significantly influence the management or daily business operations of the subcontractor must be disclosed in writing to the Chief Executive Officer. Goods and services provided by subcontractors which are reimbursed by the Authority must be bona fide arm’s-lengths transactions. In the event a subcontractor is employed, the Contractor shall continuously monitor the subcontractor's performance, shall remain fully responsible to ensure that the subcontractor performs as required and itself perform or remedy any obligations or functions which the subcontractor fails to perform properly. Nothing contained herein shall be construed to prevent a Contractor from using the services of a common carrier for delivering goods to the Authority.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-10 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

8.2 This Contract shall be referred to and incorporated within any contractual arrangement between the Contractor and a subcontractor and, in such contractual arrangement, the subcontractor shall give its express written consent to the provisions of this Section 8. To the extent feasible, the provisions of this Contract shall apply to any such subcontractor in the same manner as they apply to the Contractor. However, such application shall neither make any subcontractor a party to this Contract, nor make such subcontractor a third party beneficiary hereof.

8.3 In the event that the Contractor employs a subcontractor, then Authority may require that copies of invoices for all work (including invoices submitted to the Contractor for work performed by a subcontractor) shall be submitted to the Authority by the Contractor and the Authority shall pay all compensation to the Contractor. It shall be the sole responsibility of the Contractor to deal with a subcontractor with respect to the collecting and submission of invoices and the payment of compensation. In no event shall the Authority have any obligation or liability hereunder to any subcontractor, including, in particular, any obligations of payment.

8.4 If the Contractor has qualified as an MWBE or LDB program participant with respect to this Contract, Contractor may not subcontract the performance of services hereunder to an entity that has not received MWBE or LDB certification, unless the MWBE and LDB Participation Goals are separately met by a qualified portion of the Contract being performed by the Contractor or by one or more other subcontractors that are MWBE and/or LDB certified.

9. DEFAULT AND TERMINATION:

9.1 In the event that:

9.1.1 the Contractor shall repeatedly fail (defined for this purpose as at least three (3) failures within any consecutive twelve (12) month period) to keep, perform or observe any of the promises, covenants or agreements set forth in this Contract provided that notice of the first two (2) failures shall have been given to Contractor, but regardless whether or not Contractor shall have remedied any such failure); or

9.1.2 the Contractor shall fail to keep, perform or observe any promise, covenant, or agreement set forth in this Contract, and such failure shall continue for a period of more than five (5) days after delivery to the Contractor of a written notice of such breach or default; or

9.1.3 the Contractor's occupational or business license shall terminate or Contractor shall fail to provide Authority with any bond, letter of credit, or evidence of insurance as required by the Contract Documents, for any reason; or

9.1.4 the Contractor fails for any reason to provide the Authority with an acceptable renewal or replacement bond or letter of credit within the time period specified by a provision of this Contract; or

9.1.5 the Contractor shall become insolvent, or shall take the benefit of any present or future insolvency statute, or shall make a general assignment for the benefit of creditors, or file a voluntary petition in bankruptcy or a petition or answer seeking an arrangement for its reorganization, or the readjustment of its indebtedness under the Federal Bankruptcy laws, or under any other law or statute of the United

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-11 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

States or any State thereof, or shall consent to the appointment of a receiver, trustee or liquidator of all or substantially all of its property; or

9.1.6 the Contractor shall have a petition under any part of the Federal Bankruptcy laws, or an action under any present or future insolvency laws or statute, filed against it, which petition is not dismissed within thirty (30) days after the filing thereof; or

9.1.7 there is any assignment by the Contractor of this Contract or any of Contractor’s rights and obligations hereunder for which the Authority has not consented in writing; or

9.1.8 the Contractor shall default on any other agreement entered into by and between Contractor and the Authority,

then, in its discretion, the Authority shall have the right to terminate this Contract for default, which termination shall be effective upon delivery of written notice of such termination to the Contractor. In the event that the Authority terminates this Contract for default, or the Contractor abandons or wrongfully terminates the Contract, the Contractor shall be paid for compensation earned to the date of termination or abandonment (but Authority shall have the right to reduce by off-set any amounts owed to Contractor hereunder or under any other Contract or obligation by the amount of the Authority’s damages and any amounts owed by Contractor to Authority), but Contractor shall not be compensated for any profits earned or claimed after the receipt of the Authority's notice of termination by default or after abandonment or wrongful termination. The Authority's election to terminate or not to terminate this Contract in part or whole for Contractor's default shall in no way be construed to limit Authority's right to pursue and exercise any other right or remedy available to it pursuant to the terms of the Contract or otherwise provided by law or equity.

9.2 Notwithstanding anything else herein contained, the Authority may terminate this Contract in whole or in part at any time for its convenience by giving the Contractor thirty (30) days written notice. In that event, the Contractor shall proceed to complete any part of the work, as directed by the Authority, and shall settle all its claims and obligations under the Contract, as directed by the Authority. The Contractor shall be compensated by the Authority in accordance with the provisions hereof, including in particular Section 2 of these General Conditions, provided, however, that in no event shall Contractor be entitled to compensation for work not performed or for anticipatory profits. Contractor shall justify its claims, as requested by the Authority, with accurate records and data.

10. AUTHORITY'S AUTHORIZED REPRESENTATIVE:

During the term of this Contract, the Authority's Chief Executive Officer or designee may from time to time designate an individual to serve as Authority's Authorized Representative (AAR) (and an Assistant AAR designated to serve in that capacity in the absence of the AAR) who shall have such authority to act on the Authority's behalf as the Authority's Chief Executive Officer may from time to time actually delegate to such person, but in no event shall the AAR have authority to modify or terminate this Contract, or make final decisions with respect to amendments, time extensions, assignments, cost or payment adjustments or payment disputes.

11. ASSIGNMENT:

Neither this Contract nor any of the Contractor's rights or obligations hereunder may be assigned by the Contractor without the Authority's prior written consent, which consent may be granted or withheld in the Authority's sole discretion. Any transfer of this Contract by merger, consolidation

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-12 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

or liquidation, or (unless the stock of the Contractor is traded on a national stock exchange or in a generally recognized over the counter securities market) any change in ownership of or power to vote a majority of the outstanding voting stock or ownership interests of the Contractor shall constitute an assignment of this Contract for purposes of this Section. In the event the Contractor assigns or subcontracts or attempts to assign or subcontract any right or obligation arising under this Contract without the Authority's prior written consent, the Authority shall be entitled to terminate this Contract pursuant to the provisions of Section 9 hereof.

12. NOTICES:

12.1 All notices or other writings which the Authority is required or permitted to give to the Contractor may be hand delivered, mailed via U.S. Certified Mail, or sent next-day delivery by a nationally-recognized overnight delivery service to the Contractor's address set forth in the Bid. Any such notice shall be deemed to have been delivered upon actual delivery, or one (1) day following submission to a nationally-recognized overnight delivery service for next day delivery to Contractor, or three (3) days following submission to Contractor by U.S. Certified Mail.

12.2 All notices or other writings which the Contractor is required or permitted to give to the Authority may be hand delivered to the Chief Executive Officer, mailed via U.S. Certified Mail, or sent next-day delivery by a nationally-recognized overnight delivery service. Any such notice shall be deemed to have been delivered upon actual delivery, or one (1) day following submission to a nationally-recognized overnight delivery service for next day delivery to Authority, or three (3) days following submission to Authority by U.S. Certified Mail. Any such notice shall be sent to:

The Greater Orlando Aviation Authority ATTN: Chief Executive Officer Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

12.3 Either party may change its notice address by written notice to the other given as provided in this section.

13. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS:

13.1 During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows:

13.1.1 Compliance with Regulations. The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.

13.1.2 Non-discrimination. The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-13 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

13.1.3 Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin.

13.1.4 Information and Reports. The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information.

13.1.5 Sanctions for Noncompliance. In the event of a contractor’s noncompliance with the Nondiscrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to:

13.1.5.1 Withholding payments to the contractor under the contract until the contractor complies; and/or

13.1.5.2 Cancelling, terminating, or suspending a contract, in whole or in part.

13.1.6 Incorporation of Provisions. The contractor will include the provisions of paragraphs 13.1.1 through 13.1.6 in every subcontract, including procurements of materials and leases of equipment, Required Contact Provisions Issued on January 29, 2016 Page 19 AIP Grants and Obligated Sponsors Airports (ARP) unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States.

13.2 The Contractor assures Authority that it will comply with the pertinent statutes, Executive Orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, marital status, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision shall bind the Contractor from the period beginning with the initial solicitation through the completion of the Contract.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-14 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

14. TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES:

14.1 During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to:

14.1.1 Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 14.1.2 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); 14.1.3 The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); 14.1.4 Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; 14.1.5 The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 14.1.6 Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); 14.1.7 The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not); 14.1.8 Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; 14.1.9 The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 14.1.10 Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 14.1.11 Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 14.1.12 Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-15 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

15. FEDERAL FAIR LABOR STANDARDS ACT:

All contracts and subcontracts that result from this contract incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.

16. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970:

All contracts and subcontracts that result from this contract incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Consultant must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Consultant retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Consultant must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration.

17. WHISTLE BLOWER REPORTING LINE:

The Authority is committed to the highest level of integrity in its operations and is fully committed to protecting the organization, its operations, and its assets against fraud, waste or abuse. The Authority has established a Whistle Blower Reporting Line with a third-party service provider as a means for employees, contractors, vendors, tenants and the general public to report suspected fraud, waste or abuse in connection with Authority operations. Should Contractor suspect any fraud, waste or abuse in connection with any work under this Contract, including any work of its subcontractors or laborers, it shall promptly report such activity at (877) 370-6354, through email: [email protected], or through the online reporting form at www.integritycounts.ca/org/GOAA. The Contractor shall include this reporting requirement in all subcontracts and vendor agreements. The Contractor is further encouraged to report any suspected fraud, waste or abuse it suspects in connection with any other airport operation or project.

18. COPYING DOCUMENTS:

Contractor hereby grants the Authority and its agents permission to copy and distribute any and all materials and documents contained in, comprising, or which are otherwise submitted to Authority with or in connection with the Contractor’s Bid or which are contained in the Contract Documents (the “Submittals”). The permission granted by the Contractor shall be on behalf of the Contractor and any and all other parties who claim any rights to any of the materials or documents comprising the Submittals. Such permission specifically authorizes the Authority and its agents to make and distribute such copies of the Submittals or portions thereof as may be deemed necessary or appropriate by Authority for its own internal purposes or for responding to requests for copies from any member of the public regardless of whether the request is specifically characterized as a public records request pursuant to Chapter 119, Florida Statutes. This provision shall survive the expiration or termination of the Contract.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-16 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

19. GENERAL PROVISIONS:

19.1 The Contract Documents consist of the Contract, the Bid Forms, the Instructions to Bidders, the Invitation for Bids, all Addenda issued prior to execution of this Contract, these General Conditions and the Specifications. Together, these documents comprise the Contract and all the documents are fully a part of the Contract as if attached to the Contract or repeated therein. Precedence of the Contract Documents shall be as follows: (i) addenda to the Contract Documents, (ii) the Contract, (iii) the General Conditions (iv) the Bid Forms, (v) the Instructions to Bidders, (vi) the Specifications, and (vii) the Invitation.

19.2 This Contract represents the entire agreement between the parties in relation to the subject matter hereof and supersedes all prior agreements and understandings between such parties relating to such subject matter, and there are no contemporaneous written or oral agreements, terms or representations made by any party other than those contained herein. No verbal or written representations shall be relied upon outside the Contract terms and amendments. Without exception, all deletions or additions to the scope of work will be set forth in a written amendment to this Contract. No amendment, modification, or waiver of this Contract, or any part thereof, shall be valid or effective unless in writing signed by the party or parties sought to be bound or charged therewith; and no waiver of any breach or condition of this Contract shall be deemed to be a waiver of any other subsequent breach or condition, whether of a like or different nature.

19.3 The Contractor shall, during the term of this Contract, repair any damage caused to real or personal property of the Authority and/or its tenants, wherever situated on the Airport, caused by the intentional, reckless, or negligent acts or omissions of the Contractor's officers, agents, or employees, and any subcontractors and their officers, agents, or employees, or, at the option of the Authority, the Contractor shall reimburse the Authority for the cost of repairs thereto and replacement thereof accomplished by or on behalf of the Authority.

19.4 Contractor warrants to the Authority that no work performed or materials purchased pursuant to the Contract, whether by, from, or through the Contractor or a subcontractor, shall cause any claim, lien or encumbrance to be made against any property of the Authority, and the Contractor shall indemnify and save the Authority harmless from and against any and all losses, damages and costs, including attorneys’ fees, with respect thereto. If any such claim, lien or encumbrance shall be filed, the Contractor shall, within thirty (30) days after notice of the filing thereof, cause the same to be discharged of record by payment, deposit, bond, order of a court of competent jurisdiction or otherwise. This provision shall survive the expiration or termination of the Contract.

19.5 The language of this Contract shall be construed according to its fair meaning, and not strictly for or against either the Authority or the Contractor. This Contract shall be deemed to be made, construed and performed according to the laws of the State of Florida. Any suit or proceeding initiated for the purpose of interpreting or enforcing any provision of this Contract or any matter in connection therewith shall be brought exclusively in a court of competent jurisdiction in Orange County, Florida, and Contractor waives any venue objection, including, but not limited to, any objection that a suit has been brought in an inconvenient forum. Contractor agrees to submit to the jurisdiction of the Florida courts and irrevocably agrees to accept service of process by U.S. mail.

19.6 The section headings herein are for the convenience of the Authority and the Contractor, and are not to be used to construe the intent of this Contract or any part hereof, or to modify, amplify, or aid in the interpretation or construction of any of the provisions hereof.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-17 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

19.7 The use of any gender herein shall include all genders, and the use of any number shall be construed as the singular or the plural, all as the context may require.

19.8 The delay or failure of the Authority at any time to insist upon a strict performance of any of the terms, conditions and covenants herein shall not be deemed a waiver of that breach or any subsequent breach or default in the terms, conditions, or covenants of this Contract. Contractor shall not be relieved of any obligation hereunder on account of its failure to perform by reason of any strike, lockout, or other labor disturbance.

19.9 If the Authority shall, without any fault, be made a party to any litigation commenced between the Contractor and a third party arising out of the Contractor's operations and activities at the premises, then the Contractor shall pay all costs and reasonable attorney's fees incurred by or imposed upon the Authority in connection with such litigation for all trial and appellate proceedings. The Authority shall give prompt notice to the Contractor of any claim or suit instituted against it by such third party. The provisions of this Section supplement and are not intended to be in lieu of the indemnification provisions of Section 5 hereof. The provisions of this Section shall survive the acceptance of the services and payment therefor, and the expiration or earlier termination of this Contract.

19.10 The Authority shall have the right to recover from Contractor all of the Authority's costs and expenses incurred in investigating noncompliance with or enforcing the provisions of this Contract including, but not limited to, (1) the cost of administrative investigation and enforcement (including, without limitation, audit fees and costs, attorneys' fees) and (2) the cost of any trial, appellate or bankruptcy proceeding (including, without limitation, investigation costs, audit fees and costs, attorneys' fees, court costs, paralegal fees and expert witness fees). This provision shall survive the expiration or termination of the Contract.

19.11 The Contractor shall not during the term of the Contract knowingly hire or employ (on either a full-time or part-time basis) any employee of the Authority. Contractor's and subcontractor's employees while in uniform shall not loiter in the public areas of the Airport.

19.12 The Contractor shall be required, during the term of the Contract, at no additional cost to the Authority, to take such reasonable security precautions with respect to its operations at the Airport as the Authority in its discretion may from time to time prescribe. The Contractor shall comply with all regulations, rules and policies of any governmental authority, including the Authority, relating to security issues.

19.13 The Authority may, but shall not be obligated to, cure, at any time, upon five (5) days written notice to Contractor (provided, however, that in any emergency situation the Authority shall be required to give only such notice as is reasonable in light of all the circumstances), any default by the Contractor under this Contract; whenever the Authority so cures a default by the Contractor, all costs and expenses incurred by the Authority in curing the default, including, but not limited to, reasonable attorneys' fees, shall be paid by the Contractor to the Authority on demand.

19.14 Contractor is an independent contractor and nothing contained herein shall be construed as making the Contractor an employee, agent, partner or legal representative of the Authority for any purpose whatsoever. The Contractor acknowledges that it does not have any authority to incur any obligations or responsibilities on behalf of the Authority, and agrees not to hold itself out as having any such authority. Nothing contained in this Contract

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-18 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

shall be construed to create a joint employer relationship between Authority and Contractor with respect to any employee of Contractor or of its subcontractors.

19.15 Contractor and its subcontractors, if any, shall maintain complete and accurate books and records in accordance with generally accepted accounting principles, consistently applied, and shall be in a form reasonably acceptable to the Authority’s Chief Executive Officer or designee. Contractor and its subcontractors shall account for all expenses of any nature related to transactions in connection with this Contract in a manner which segregates in detail those transactions from other transactions of the Contractor and subcontractors and which support the amounts reported and/or invoiced to the Authority. At a minimum, Contractor’s and subcontractor’s accounting for such expenses and transactions shall include such records in the form of electronic media compatible with or convertible to a format compatible with computers utilized by the Authority at its offices; a computer run hard copy; or legible microfilm or microfiche, together with access to the applicable reader. All such books and records and computerized accounting systems, shall upon reasonable notice from Authority be made available in Orange County, Florida, for inspection, examination, audit and copying by Authority through and by its duly authorized representatives at any time for up to four (4) years after the year to which books and records pertain. Such inspection, examination, or audit may include, but is not limited to a review of the general input, processing, and output controls of information systems, using read only access, for all computerized applications used to record financial transactions and information. Contractor and subcontractor shall freely lend its own assistance in a timely manner in making such inspection, examination, audit, or copying and, if such records are maintained in electronic and other machine readable format, shall provide the Authority and/or its representative such assistance as may be required to allow complete access to such records. The Chief Executive Officer may require Contractor and subcontractors to provide other records to the Chief Executive Officer, in his or her sole discretion, deems necessary to enable the Authority to perform an accurate inspection, examination or audit of expenses incurred in and transactions related to performance of this Contract. Such records shall be provided within thirty (30) days of request thereof. In the event that expenses incurred or reimbursed are found by such inspection, examination, or audit to have been overpaid, Contractor and its subcontractors agree that such amounts shall be payable to the Authority. If, prior to the expiration of the above-stated four (4) year record retention period, any audit or investigation is commenced by the Authority, or any claim is made or litigation commenced relating to this Contract by the Authority, the Contractor, or a third party, the Contractor shall continue to maintain all such records, and the Authority shall continue to have the right to inspect such records in the manner stated above, until the inspection, examination, audit, claim, or litigation is finally resolved (including the determination of any and all appeals or the expiration of time for an appeal). This provision shall survive the expiration or earlier termination of this Contract. In the event of any conflict between any provision of this Contract and generally accepted accounting principles or generally accepted auditing standards, the provisions of this Contract shall control even where this Contract references such provisions or standards. In particular, without limitation, Contractor and subcontractors shall maintain all records required under this Contract to the full extent required hereunder, even if some or all such records would not be required under such generally accepted accounting principles or auditing standards. If as a result of an inspection, examination or audit, it is established that amounts are due from the Contractor to the Authority, Contractor shall forthwith, upon written demand from the Authority, pay the Authority such amount, together with interest on the amount due at the rate of eighteen (18%) percent per annum, or if less, the maximum rate of interest allowed by law, from the date such additional amounts were overpaid by the Authority.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-19 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

19.16 Contractor and subcontractors shall prepare and provide the Authority with all detailed reports as required under the Contract on a timely basis. The Authority reserves the right to modify the reporting procedures or the form and content of any report as it deems necessary.

19.17 There are no third party beneficiaries to this Contract and nothing contained herein shall be construed to create such.

19.18 Time is of the essence for the performance of each of Contractor's obligations under this Contract.

19.19 In computing any period of time established under this Contract, except as otherwise specified herein the word “days,” when referring to a period of time that is ten (10) days or less means business days, and when referring to a period of time that is more than ten (10) days means calendar days. The day of the event, from which the designated period of time begins to run shall not be included. A business day is any day other than Saturday, Sunday, or Federal, State of Florida or Authority holidays.

19.20 Contractor agrees to perform all acts and execute all supplementary instruments or documents which may be reasonably necessary to carry out or complete the transaction(s) contemplated by this Contract.

19.21 Authority reserves the right to further develop, improve, repair and alter the airport and all roadways, parking areas, terminal facilities, landing areas and taxiways as it may reasonably see fit, free from any and all liability to Contractor for loss of business or damages of any nature whatsoever to Contractor occasioned during the making of such improvements, repairs, alterations and additions, including, but not limited to, any damages resulting from negligence of the Authority or its employees, agents or contractors.

19.22 Contractor and Authority hereby mutually waive any claim against each other and their respective members, officials, officers, agents and employees for damages (including damages for loss of anticipated profits) caused by any suit or proceedings brought by either of them or by any third party directly or indirectly attacking the validity of this Contract or any part thereof, or any addendum or amendment hereto, or the manner in which this Contract was solicited, awarded or negotiated, or arising out of any judgment or award in any suit or proceeding declaring this Contract, or any addendum or amendment hereto, null, void or voidable or delaying the same, or any part thereof, from being carried out.

19.23 At the option of the Contractor, the products and/or services provided under the Contract resulting from this solicitation may be provided to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties and cities under the same terms and conditions, including price, as such products and/or services are provided under this Contract. Each governmental agency allowed by the Contractor to purchase products and/or services in connection with this Contract shall do so independent of the Authority or any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods and services ordered, received and accepted by it. The Authority shall have no liability to Contractor or any governmental agency resulting from the purchase by that agency of products and/or services from Contractor in connection with this Contract.

19.24 The Contractor assures that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age or handicap be excluded from participating in any

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-20 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

activity conducted with or benefitting from Federal assistance. This Provision obligates the Contractor or its assigns, for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases, the Provision obligates the Contractor for the longer of the following periods: (a) the period during which the property is used by the Authority or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Authority or any transferee retains ownership or possession of the property. In the case of a construction project, this Provision binds the Contractors from the Bid solicitation period through the completion of the Contract.

19.25 In the course of performing the Agreement work, Contractor may gain access to Sensitive Data Types including but not limited to Personal Identifiable Information (PII), Personal Health Information (PHI), Sensitive Security Information (SSI), Payment Card Industry (PCI), Financial Information and/or other confidential information of the Authority. Contractor agrees to hold such information in confidence and to make such information known only to its employees, affiliates, agents, subcontractors, and sub-consultants who have a legitimate need to know such information and who are under a similar obligation of confidentiality. The Contractor shall seek the Authority’s prior written consent before releasing, disclosing, or otherwise making such confidential information available to any other person. This provision shall not apply to information required to be released by applicable law, legal subpoena, or other lawful process. The Contractor must notify the Authority as soon as practicable in the event Contractor is notified of or discovers any compromise and/or breach or suspected breach, such as unauthorized access to, theft of, misuse of and unintentional releases or of any security/sensitive data types, or confidential information of the Authority and/or Individuals (“Data Breach”) involving Contractor controlled systems such as, but not necessarily limited to, web sites, transmission infrastructure, voice response unit, and retrieval and storage systems. This notification should include, to the extent known, the type of Data Breach, type of data compromised and/or breached, and results of any forensic investigation. To the extent Contractor is responsible for the Data Breach and upon mutual agreement of the parties, Contractor shall be responsible to implement, in coordination with the Authority, a commercially reasonable Remediation Plan to address and respond to a Data Breach. Such commercially reasonable “Remediation Plan” will include certain administrative requirements associated with addressing and responding to such Data Breach to the extent necessary under the circumstances, and may include but is not necessarily limited to: (i) preparation and mailing or other transmission of legally required notifications, (ii) preparation and mailing or other transmission or communication to impacted Individuals such as may be required by applicable law or regulation; (iii) offering potentially impacted Individuals the opportunity to enroll in a credit monitoring service offered by a vendor of Contractor’s choice for a two-year period, or other period as required by applicable law, at no charge to the impacted Individuals; and (iv) payment of applicable reasonable legal, audit, accounting and administrative expenses associated with the investigation, notifications and recovery arising from the Data Breach. The remedies provided for in the Remediation Plan shall be in addition to any other remedies available to the Authority under this Agreement. The provisions of this Section 19.25 shall survive the expiration or earlier termination of the Agreement.

19.26 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-21 BASE REV 03/16/20

GENERAL CONDITIONS (Continued)

RELATING TO THIS CONTRACT, CONTACT THE AUTHORITY’S CUSTODIAN OF PUBLIC RECORDS AT: PHONE NUMBER, (407) 825-2032; EMAIL ADDRESS, [email protected]; AND MAILING ADDRESS, GREATER ORLANDO AVIATION AUTHORITY, PUBLIC RECORDS, ONE JEFF FUQUA BOULEVARD, ORLANDO, FL 32827. A Contractor with an Authority Contract for services, must comply with Florida Statute, Chapter 119.071, specifically to:

19.26.1 Keep and maintain public records that ordinarily and necessarily would be required by the Authority in order to perform the service.

19.26.2 Upon request from the Authority’s custodian of public records, provide the Authority with a copy of the requested records or allow the access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the Authority would provide the records and at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law.

19.26.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the records to the Authority.

19.26.4 Upon completion of the Contract, meet all requirements for retaining public records and transfer, at no cost to the Authority, all public records in possession of the Contractor or keep and maintain public records required by the Authority to perform the service. If the Contractor transfers all public records to the Authority upon completion of the Contract, the Contractor shall, upon termination of the Contract, destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Authority, upon request from the Authority’s custodian of public records, in a format that is compatible with the information technology systems of the Authority.

19.26.5 If a Contractor does not comply with a public records request, the Authority shall enforce the Contract provisions in accordance with the Contract.

19.27 The Authority maintains an Automate People Mover (“APM”) Systems Safety Program Plan (“APM-SSPP”) that is in accordance with current Florida Department of Transportation Regulations. Should the scope and work of this Contract require the Contractor to perform services that are in direct proximity of the dynamic envelope of the APM system (typically 10’ radius), including directly above the airspace of the tram guideway for the APM system, the Contractor must request a copy of the Authority’s APM-SSPP, comply with the procedures within the APM-SSPP, and receive safety training and certification from the APM operator, prior to performing work within this area. All questions regarding this procedure, are to be referred to the AAR.

* * * * * * * END OF GENERAL CONDITIONS * * * * * * *

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS GC-22 BASE REV 03/16/20

SPECIFICATION FOR MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (“UPS”) AND BATTERIES AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (“FDS”) TESTING, MAINTENANCE AND REPAIR SERVICES

Table of Contents

PART ONE – GENERAL

1.1 Scope of Work 1.2 Regulations 1.3 Code and Standards 1.4 Work Hours 1.5 Contractor’s Personnel 1.6 Identification and Access Requirement 1.7 Items Provided by the Authority 1.8 Items Provided by the Contractor 1.9 Transition Plan 1.10 Quality Assurance 1.11 Warranty 1.12 On-Site Communications

PART TWO – PRODUCTS

2.1 Parts and Materials

PART THREE – EXECUTION

3.1 Performance Requirements 3.2 Switchgear Maintenance and Repairs 3.3 Generators Maintenance and Repairs 3.4 Uninterruptible Power Supply (“UPS”) Preventative Maintenance Services 3.5 Fuel Delivery System (“FDS”) Performance Requirements 3.6 Additional Work 3.7 Reports 3.8 Inspection and Approval 3.9 Use of Premises 3.10 Material Disposal 3.11 Safety and Protection

PART FOUR – PROJECT SPECIFICATIONS

4.1 Deductions and Adjustments

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-1 BASE REV 10/10/17 ATTACHMENTS

Attachment “A” - Switchgear Maintenance Summary of Equipment Attachment “B” - Switchgear Maintenance Schedule Attachment “C” - Maintenance of Terminal Switchgear Circuit Breaker Inventory Attachment “D” - Maintenance of Terminal Switchgear Circuit Breaker Inspection Attachment “E” – Maintenance of Terminal Switchgear Circuit Breaker Testing Attachment “F” – Maintenance of Switchgear Automatic & Manual Transfer Switch Checklist Attachment “G” – Monthly Generator Inspections & Services Attachment “H” – Intermediate (Quarterly & Annual) Generator Inspections & Services Attachment “I” – Annual Generator Inspection & Services Attachment “J” - UPS Preventative Maintenance – Inspection Form Attachment “K” - Maintenance of Switchgear ASTM D975 – Diesel Fuel Specifications Attachment “L” – Switchgear Maintenance Summary of Generators Attachment “M” – OEA Electrical Equipment List Attachment “N” – Central Plant Sign-In Log Attachment “O” – Orlando Executive Airport “OEA” Sign-In Log

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-2 BASE REV 10/10/17

SPECIFICATION

PART ONE - GENERAL

1.1 SCOPE OF WORK:

1.1.1 The Contractor shall provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, Infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), modifications, upgrades and repairs of: (i) Electrical Switchgear Equipment; (ii) Generators, (iii) Uninterruptible Power Supplies (“UPS”) and Batteries, and (iv) Emergency Generator Fuel Delivery System (“FDS”) Testing, Maintenance and Repair at the Orlando International Airport (“OIA”) and the Orlando Executive Airport (“OEA”) in accordance with the Contract Documents.

1.1.2 Services under this contract shall include emergency generator fuel testing, cleaning and transfer. Contractor will also provide preventative maintenance, repair and improvements to the fuel delivery system to include, but not limited to day tanks, transfer pumps, piping systems, controls and filters on an “as needed” basis for the existing fuel delivery systems.

1.1.3 All services to include equipment located in the Landside Terminal Buildings, Parking Garages, Remote Buildings and Airsides at the Orlando International Airport (“OIA”) and the Orlando Executive Airport (“OEA”) in accordance with this Specification. Repairs may occur during the annual services or at Authority’s request at any time through the year.

1.1.4 The Contractor shall refer to Attachments “A”, through “L” for Equipment locations and which Equipment the Contractor shall perform maintenance services on for Year 1, Year 2, and Year 3.

1.1.5 The Equipment listed on Attachments “A”, through “L”, may be modified, removed or expanded by the Authority at any time during the term of the Contract. The Authority may also add new equipment and/or related components to the scope of this Contract at any time during the Contract term (which added equipment shall be included in the definition of the term “Equipment”). Any such changes shall be documented in writing by the AAR. The Authority and the Contractor agree to negotiate in good faith an adjustment to the Pricing on Pages BF-1 to BF-54 in the event of any modification, removal or expansion of the Equipment to be serviced by Contractor hereunder. In addition, the Authority reserves the right, upon mutual agreement of Contractor, to add to this Contract the maintenance of other Authority Electrical Equipment and related components.

1.2 REGULATIONS:

1.2.1 The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the work specified herein.

1.2.2 The Contractor shall obtain all permits, licenses and certificates, or any such approvals of plans or specifications as may be required by Federal, State and local laws,

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-3 BASE REV 10/10/17 SPECIFICATIONS (Continued)

ordinances, rules and regulations, for the proper execution of the work specified herein.

1.2.3 Contractor shall comply with Federal and State right-to-know laws if hazardous materials are used. The SDS (Safety Data Sheets) shall be made available to all workers and Authority's representatives. Contractor shall report immediately to the AAR any spillage or dumping of hazardous materials on Authority property. The Contractor shall also be responsible for the cleanup and any costs incurred for all such incidents.

1.2.4 During the performance of this Contract, Contractor shall keep current and, if requested by the Authority, provide copies of any and all licenses, registrations or permits required by applicable governing agencies. Contractor shall keep a copy of any and all licenses, registrations and permits on the job site while performing the Contract work.

1.2.5 The Contractor, Contractor’s employees and Contractor’s subcontractors shall comply with all applicable NFPA, ASTM (American Society for Testing and Materials), OSHA safety regulations, and GOAA Electrical Standards during the performance of the work specified herein. Any person found not in compliance with these laws, statutes, rules or regulations will not be allowed on the jobsite.

1.3 CODES AND STANDARDS:

NEMA National Electrical Manufacturer’s Association ASTM American Society for Testing and Materials IEEE Institute of Electrical and Electronic Engineers ANSI American National Standards Institute OSHA Occupational Safety and Health Administration ASNT American Society of Non-destructive Testing NFPA National Fire Protection Association ANSI/NFPA 70 National Electric Code ANSI/NFPA 0B Electrical Equipment Maintenance NISI National Institute of Standards and Technology

1.4 WORK HOURS:

1.4.1 Standard Work Hours: Contractor shall normally perform work during Standard Work Hours which are between 7:00 a.m. and 5:00 p.m., Monday through Friday, excluding Authority’s observed holidays.

1.4.2 Non-Standard Work Hours: The Authority may require the Contractor to perform work during Non-standard Work Hours which are outside the Standard Work Hours. Non- Standard Hours, which are between 5:01 p.m. and 6:59 a.m. Non-standard Work Hours, may be arranged with prior written approval of the AAR. Contractor shall advise AAR forty-eight (48) hours in advance of its projected work schedule. Contractor shall perform no work during Authority observed holidays without the prior written permission of the AAR.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-4 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.4.3 Switchgear Minimum Billable Hours for scheduled and non-scheduled work: each switchgear original equipment manufacturer’s Local (within 100 miles) authorized factory certified technician shall be paid / scheduled for the following minimum billable hours per visit per employee within a 24 hour period: EATON four (4) hours minimum billable hours per visit, CAT Switchgear will be paid for each hour worked – no minimum billable hours.

1.4.4 Respond Time To Emergency Call Back Services - Contractor shall physically respond to emergency call back services within two (2) hours of notification if any of Contractor’s technicians are on-site. Contractor shall physically respond to emergency call back services within four (4) hours at all other times, seven (7) days per week, 365 days per year.

1.4.5 Sign-in and Sign-out Log – Contractor’s employees and subcontractors shall log-in upon arrival and log-out prior to departure from one of the following locations: OIA Central Plant, the OEA Administration Building or the OIA Maintenance Administration building located at 8550 Casa Verde road. Work shall be performed only after the above procedure has been accomplished. Refer to Attachment “N” – Central Plant Contractor Sign-In Log and Attachment “O” – OEA Contractor Sign-In Log.

1.4.6 Contractor is required to keep the AAR, OIA Central Plant Operators and the OEA Manager aware of all ongoing services related to this Contract, as well as the condition and/or /status of all applicable Equipment.

1.4.7 Contractor shall perform no work during Authority observed holidays without the prior written permission of the Authority. The Contractor agrees to give the Authority sufficient advance notice to request working on such holidays or during overtime hours to allow the Authority to assess the impact that such activities would have on the area’s normal scheduled operations.

1.4.8 Emergency Condition: In the event an emergency condition is declared by the Authority’s Chief Executive Officer, Chief Operating Officer, Director of Maintenance or their respective designees, the Contractor will perform work during such hours as specified by the Authority and shall be paid as Non-Standard hours.

1.4.9 Actual Charges: Charges will be for actual hours worked on the Authority’s site when reporting in and out the Central Plant, OEA Administration building or the Maintenance Administration building. Time required for travel to and from the Authority’s site is not eligible for reimbursement. Such time should be included in the Contractor’s overhead cost.

1.5 CONTRACTOR’S PERSONNEL:

1.5.1 Contractor will abide by all State and Federal regulations on wages and hours of an employee dealing with the employment relationship between Contractor and its subsidiaries or related parties and its employees, including but not limited to the Florida Human Relations Act, the Federal National Labor Relations Act, the Federal Fair Labor Standards Act, the Federal Civil Rights Act of 1964, as amended, and the Americans with Disabilities Act.

1.5.2 Contractor shall require all prospective employees to show proof of citizenship, or proof from the United States Immigration and Naturalization Service of valid entry permits and/or work permits for legal aliens and proof that such legal aliens are eligible to be employed in the United States. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-5 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.5.3 Should the Contractor engage employees who are illiterate in English, it will be the Contractor's responsibility and obligation to train such employees to be able to identify and understand all signs and notices in and/or around the areas that relate to them or the services being performed by them pursuant to this Contract. In addition, the Contractor will have someone in attendance at all times who can communicate instructions to said employee.

1.5.4 Contractor shall maintain a drug-free workplace within the meaning of the Florida Drug-free Workplace Act. No employee shall be hired by a Contractor for work on Authority's premises prior to such employee having tested negative for drugs. In addition, existing employees of the Contractor must be subject to drug testing by the Contractor upon reasonable suspicion of drug use. Results of all such drug tests are to be retained by the Contractor. Copies shall be provided to the Authority, if requested.

1.5.5 Contractor shall transfer promptly from the airport any employee or employees that the Authority advises are not satisfactory, and replace such personnel with employees satisfactory to the Authority; but in no event shall Authority be responsible for monitoring or assessing the suitability of any employee or agent of Contractor.

1.5.6 The Contractor’s employees shall be instructed that no gratuities shall be solicited or accepted for any reason whatsoever from the tenants, customers or other persons at Orlando International Airport. The Contractor shall be responsible for ensuring that all articles found by its employees on Authority's premises are turned over to the Authority or the Authority's designated agent in charge of such articles.

1.5.7 A valid Florida driver license (Commercial Driver License, if applicable) will be required of all personnel operating motor vehicles or motorized equipment on roadways in or around Orlando International Airport. Each of the Contractor's motor vehicles brought onto the Authority's premises shall have the Contractor's business name and/or logo prominently displayed on both front doors of such vehicle.

1.5.8 While working on airport property all Contractor's employees shall wear neat- appearing uniforms with the company name and/or logo and footwear of a style that complies with all legal and safety requirements, including and without limitation, the requirements of OSHA.

1.5.9 Staffing:

1.5.9.1 The Contractor shall familiarize its employees and subcontractors with the operational and maintenance procedures and responsibilities for the equipment covered under this Contract.

1.5.9.2 The Contractor shall continuously provide a sufficient number of qualified technicians to ensure that all services is performed in accordance with the Authority and manufacturer specifications. The Contractor understands that time is of the essence and shall have a sufficient number of appropriately skilled and trained staff available at all times.

1.5.9.3 Prior to commencing work under the Contract, and whenever there is change, Contractor shall provide the Authority with the name, copy of qualifications, current resume, and electrical license of its certified journeyman electrician/on-site lead technician who shall carry out the day- to-day obligations of the Contract. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-6 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.5.9.4 The Authority reserves the right to approve or disapprove a Contractor employee’s qualifications to serve in contracted positions. The Authority reserves the right to require adjustment or replacement of any Contractor position or personnel at any time at the sole discretion of the AAR.

1.5.9.5 The following list of positions includes but is not limited to all personnel necessary to satisfactorily meet the requirements of this Contract. The Contractor must also provide any other personnel deemed necessary to meet the requirements of the Contract.

1.5.10 Journeyman Electrician :

1.5.10.1 A licensed journeyman electrician/on-site lead Electrician with a minimum of three (3) year verifiable experience as a commercial electrician.

1.5.10.2 The journeyman electrician shall: (i) possess skills and knowledge of construction and operation of the electrical equipment and installations; (ii) has received proper safety training to identify and avoid the hazards (as described in the NFPA 70E- 2018, Standards for Electrical Safety in the Workplace, for electrical safety training requirements) involved; and three (3) years in a supervisory capacity involving projects that demonstrate the experience and skill necessary to manage the work to be performed under this Contract.

1.5.10.3 The person designated by the Contractor as the on-site supervisor and any replacement, shall be subject to the Authority’s prior written approval. The Contractor’s on-site supervisor shall be a working supervisor and be present on each shift and responsible for assuring the Authority that the work being performed by the Contractor is in accordance with this Contract.

1.5.11 Mechanic Electrician: A mechanic electrician to perform electrical switchgear services with a minimum of three (3) years of verifiable experience in an electrical commercial facility.

1.5.12 Helper Electrician: An electrician helper to perform switchgear services with a minimum of one (1) year of verifiable experience as a commercial electrician helper.

1.5.13 Switchgear Technicians: The Switchgear technician shall be certified in electrical power distribution system testing by the National Electrical Testing Association (NETA) or National Institute for Certification in Engineering Technologies (NICET), or possess equivalent certification.

1.5.13.1 The Contractor’s lead, on-site switchgear technician shall be an original equipment manufacturer’s technician and factory certified in the maintenance and repair of electrical power distribution systems, and testing.

1.5.13.2 The Contractor shall provide maintenance and repair services utilizing the original equipment manufacturer’s Local (within 100 miles) authorized and certified factory service department.

1.5.13.3 Each switchgear original equipment manufacturer’s Local (within 100 miles) authorized factory certified technician shall have extensive knowledge and a minimum of three (3) years of verifiable experience for B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-7 BASE REV 10/10/17 SPECIFICATIONS (Continued)

their respective switchgear. The manufacturer’s technicians shall be factory certified in the maintenance and repair of the following types of switchgear:

1.5.13.3.1 CAT Switchgear with EATON Magnum/draw out breakers.

1.5.13.3.2 EATON switchgear with Cutler-Hammer/ EATON draw out breakers.

1.5.14 Generators: Contractor’s generator technicians shall be trained, knowledgeable and certified with at least three (3) years’ experience as a Diesel Engine technician on stationary generator equipment ranging from 25KW to 2MW

1.5.15 UPS and Batteries - All Local (within 100 miles) technicians shall provide a valid original equipment manufacture’s certificate of training to the AAR, and must receive prior written approval from the AAR before they will be permitted to work on any equipment at Orlando International Airport.

1.5.16 Fuel Delivery System: The Local (within 100 miles) Fuel Delivery System technician shall have a valid EPA Certified Non-Hazardous Waste License in order to transport and dispose of material under this Contract.

1.5.17 Any necessary electrical work shall be performed by qualified licensed journeymen electricians in compliance with City of Orlando current National Electric Code and Greater Orlando Aviation Authority Electrical Standards.

1.6 IDENTIFICATION AND ACCESS REQUIREMENT:

1.6.1 Contractor is required to conduct an employee background check, or require its subcontractors to perform an employee background check, in accordance with the requirements herein on each person proposed for employment at Orlando International Airport in connection with this Contract, if such person is an employee of Contractor or an employee of a subcontractor for whom Contractor is required under Section 1.5.7 below to sign the Authority’s badge application (“Contractor Responsible Employees”). Such background check must be successfully completed prior to such person applying for an access control identification badge with the Authority. Each background check shall be performed to the following minimum requirements:

1.6.1.1 Each employee must provide a ten (10) year work history.

1.6.1.2 Contractor must confirm the last five (5) years of each employee's work history. Any gaps in employment of thirty (30) days or more during such five year period must be explained in writing by the employee and must be confirmed by Contractor through W-2s, student transcripts, medical records, or written references of stay-at-home situations from credible local persons such as pastors or priests (which reference must indicate personal knowledge of employee's general work history during the gap period).

1.6.1.3 Contractor must check each employee's criminal history for the immediately preceding five years, with such check to be conducted in each county where the employee has lived or worked in such five year period.

1.6.2 Contractor shall not present any Contractor Responsible Employee to the Authority's Access Control Office for badging if such person has any unexplained gaps in their

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-8 BASE REV 10/10/17 SPECIFICATIONS (Continued)

work history, has a criminal record that would disqualify them from receiving an access control badge or has an unacceptable termination record.

1.6.3 The Authority will issue, for a fee, as stated below in Sections 1.5.4 and 1.5.5, to all Contractor Responsible Employees an identification badge that will display their picture, name, and other applicable information; and any key(s) required in the performance of the Contract, provided that such person meets the minimum criteria established to receive a badge. At all times while on airport property, the Contractor Responsible Employees are required to display such badges prominently on their uniforms in accordance with Authority’s guidelines. Every new employee requiring unescorted access to a secure area of the airport must be electronically processed by the Authority’s Access Control Office for a Criminal History Records Check and Security Threat Assessment before an identification badge is issued. In addition to this records check, the employee will be required to attend security training class (approximately 1 hour), and in the case of operating a vehicle on the Airport Operating Area (AOA) the employee will also be required to attend a driving safety class (approximately 1 hour); both training classes are provided by the Authority. The Contractor shall maintain, and shall require its subcontractors to maintain, a permanent record in its files of the background information, including drug screening tests, on all current and former employees who are utilized in the performance of this Contract and, when requested, shall provide such information to Authority, TSA, or such other entity as deemed appropriate by the Authority. The Contractor further agrees to perform, or require its subcontractors to perform, such additional employee background checks, fingerprinting, or other identification measures as may be required by any future security rules or applicable federal regulations.

1.6.4 Fees Associated with Identification Badges:

Security Background Check $11.00 New Issue $25.00 Renewal/Defaced $25.00 Name Change $25.00 (paid at time of issuance) Addition $25.00 (i.e. adding company name, driver, etc.) Deletion $25.00 Lost $50.00 Stolen No Charge with proper documentation Fingerprinting $27.00 (every two years) AOA Vehicle Decal $25.00 per vehicle

1.6.5 Fees Associated with Keys:

New Hard Key $10.00 Lost Hard Key $50.00

Note: No personal checks or credit card payments are accepted. Companies will be assessed a $100.00 fee for each non-returned identification badge and key.

1.6.6 Contractor must maintain all information described above for a period of four (4) years following expiration of this Contract. Such information is subject to audit by the Authority and must be sufficient in scope and detail to permit verification of compliance by Authority audit. Actual damages to the Authority resulting from a breach by Contractor of its obligations hereunder will be difficult or impossible to determine. As a result, Authority shall be entitled to recover liquidated damages of $250.00 for every Contractor Responsible Employee presented to the Authority for access control badging (a) for whom the above background check has not been completely and B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-9 BASE REV 10/10/17 SPECIFICATIONS (Continued)

accurately performed, or (b) who should not have been presented per the above guidelines. The amount payable hereunder by Contractor is not a penalty, is in addition to any access control badging application fee paid by the employee and is payable whether or not such employee is issued an access control badge by the Authority.

1.6.7 Contractor must co-sign with the subcontractor all badge applications for any employee of a temporary employment agency engaged as a subcontractor to provide personnel to Contractor on this Contract. All employees provided by temporary employment agencies for this Contract shall be Contractor Responsible Employees. Before submitting a badge application for an employee provided on this Contract by a temporary employment agency, Contractor or the temporary employment agency must submit to the Authority’s AAR for prior approval of such employee, a contract between the temporary employment agency and such employee reflecting an intended assignment of such employee to the Contract for the remaining duration of the Contract or the duration of the Contractor’s need for such position.

1.6.8 The U.S. Customs and Border Protection required badge for the purposes of performing duties under the Contract is a hologram badge. The Contractor will comply with all U.S. Customs Service requirements in order to obtain and maintain a hologram to be affixed on the Authority badge. Currently a bond must be posted with U.S. Customs and Border Protection before any holograms are issued. Contractor should verify bond cost with U.S. Customs and Border Protection. The bond amount could change if the Contractor commits U.S. Customs and Border Protection violations or if the U.S. Customs and Border Protection changes its rules or procedures.

1.6.9 Post a continuous CF 301 Bond (Type 1 or 2) or an Airport Security Bond. The bond is obtained from an authorized surety company as referenced in 19CFR113.37. The face value of the bond depends upon how many employees will require access to the Customs security areas.

Less than 15 $ 25,000.00 Between 15 and 25 $ 50,000.00 More than 25 $100,000.00

1.6.10 The CF 301 Bond can be designated as an import/broker bond, warehouse bond, international carrier bond, or a non-specific Airport Security Bond.

1.6.11 The Contractor must have a sufficient number of BHS Agents line management staff as well as maintenance technicians, (as permitted by local U.S. Customs and Border Patrol officials) badged with Federal Inspection Station (FIS) (US Customs and Border Patrol) credentials, to ensure adequate staff on all shifts are capable of responding to FIS calls without escort.

1.7 ITEMS PROVIDED BY THE AUTHORITY:

1.7.1 The Authority will provide Contractor with electrical access needed to perform the installation services.

1.7.2 The Authority will provide Contractor with temporary storage as needed.

1.7.3 The Authority will provide the Contractor with parking access for company vehicles while performing the work specified herein.

1.7.4 The Authority will provide for the Contractor’s use: B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-10 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.7.4.1 Electrical 277/480 VAC, 3 phase or 120/208vac, 3 phase power, for Contractor’s test equipment. The Contractor shall ensure its test equipment is compatible with available power supply.

1.7.4.2 Any riser diagrams or control-wiring diagrams available needed to perform the services specified herein. Diagrams may not be removed from the Authority.

1.7.4.3 Any Operating & Maintenance Manuals available in the GOAA library. Manuals may not be removed from the Authority.

1.8 ITEMS PROVIDED BY THE CONTRACTOR:

1.8.1 The Contractor shall provide company vehicles to be available for Switchgear, Uninterruptible Power Supply (“UPS”) and Battery, and Fuel Delivery System (“FDS”) Preventative Maintenance and Repair Services work to be performed at terminals and airsides, as directed by the AAR.

1.8.2 All testing equipment shall be in good mechanical and electrical condition.

1.8.3 Field-meters used to check power system meter calibration must be more accurate than the instrument being tested.

1.8.4 Accuracy of metering in test equipment shall be appropriate for the test being performed.

1.8.5 Wave shape and frequency of test equipment output waveforms shall be appropriate for the test and the test equipment.

1.8.6 The testing organization shall have a calibration program that assures that all applicable test instruments are maintained within rated accuracy for each test instrument calibrated.

1.8.7 The firm providing calibration services shall maintain up-to-date instrument calibration instructions and procedures for each test instrument calibrated.

1.8.8 The accuracy of each test instrument calibrated shall be directly traceable to the National Institute of Standards and Technology (NIST).

1.8.9 Instruments shall be calibrated in accordance with the following schedule:

1.8.9.1 Field instruments: Analog, 6 months maximum, Digital, 12 months maximum.

1.8.9.2 Laboratory instruments: 12 months maximum.

1.8.9.3 Leased specialty equipment: 12 months maximum.

1.8.9.4 Dated calibration labels shall be visible on all test equipment.

1.8.10 Records, which show date and results of instrument calibrated or tested, must be kept up-to-date.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-11 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.8.11 Calibrating standard of equipment used to test calibration shall be of higher accuracy than the instrument tested.

1.8.12 The Contractor shall be solely responsible for furnishing all tools, specialized equipment, and software and hardware to perform inspections and analysis and all other items necessary to perform the work under this Specification.

1.8.13 The Contractor’s equipment used on Authority’s premises shall be maintained in an operable condition at all times and the Contractor shall ensure that such equipment is operated in compliance with proper safety procedures and practices. If the AAR determines, in its sole discretion, that a piece of Contractor’s equipment is un- presentable, leaking, or in poor working condition, the Contractor shall promptly remove such equipment from the premises and replace it with equipment that meets the AAR’s approval.

1.8.14 The Contractor shall maintain, at its sole cost and expense, reasonable amounts of insurance to protect against losses due to theft, vandalism or similar events, which might result in damage or loss of Contractor’s equipment, materials, tools, supplies, or chemicals.

1.8.15 The Contractor agrees that the Authority shall have the right, at all times, but not the obligation, to examine all equipment, tools, parts, materials and supplies used by the Contractor or by its officers, employees, subcontractors or agents in the performance of the work specified herein. If any of the Contractor’s equipment becomes unsafe or not in good working condition, the Contractor shall remove immediately such equipment from service and repair or replace promptly.

1.8.16 The Contractor shall use only tools and equipment that are equipped with all necessary safety features, to assure safe operation of equipment and/or tools. If the Authority determines that any equipment, vehicle or tool is unsafe or not in good working condition, the Contractor shall remove it immediately from service and repair or replace it promptly to the Authority’s satisfaction.

1.8.17 Contractor shall not use Authority equipment and tool without written approval of AAR.

1.9 TRANSITION PLAN:

At the request of the AAR, Contractor shall attend coordination meetings with the current contractor providing Switchgear, Uninterruptible Power Supply (“UPS”) and Battery, and Fuel Delivery System (“FDS”) Preventative Maintenance and Repair Services before and after the commencement of the Contract. Toward the end of the term of the Contract (including approved renewals), at the request of the AAR, the Contractor shall attend coordinating meetings before and after termination of the Contract, if upon expiration or termination a third party has been selected to perform such Services.

1.10 QUALITY ASSURANCE:

1.10.1 Contractor shall perform all maintenance and repair services in accordance with industry standards and any applicable manufacturer’s instructions so that each manufacturer’s warranty is not voided in any way.

1.10.2 The Contractor shall provide an adequate number of skilled workmen who are thoroughly trained and experienced in providing switchgear maintenance services.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-12 BASE REV 10/10/17 SPECIFICATIONS (Continued)

1.10.3 The Contractor shall provide training certifications and licenses for each of the technicians prior to commencement of work.

1.11 WARRANTY:

1.11.1 Contractor warrants that the work performed shall conform to professional standards of care and practice in effect at the time the work is performed, shall be of the highest quality, and shall be free from faults, defects or errors.

1.11.2 Contractor warrants replacing at no additional cost to the Authority, any item that is damaged as a result of Contractor’s error or neglect, reckless, or intended act or omission. Contractor-provided parts and components that develop defects during the installation or warranty period shall also be replaced without additional cost to Authority.

1.11.3 Contractor shall, at the Authority's option, either re-perform such portions of the work to correct such fault, defect or error at no additional cost to the Authority or refund to the Authority the charge paid by the Authority attributed to such portions of the faulty, defective or erroneous work (including the costs for re-performance of work provided by other contractors).

1.11.4 The Contractor warrants for a period of one (1) year following the performance of services or repairs, all labor, parts and components supplied by the Contractor. This warranty shall not serve as a limitation on Contractor’s liability for latent defects in any part or workmanship. In addition, the Contractor shall provide to the AAR, all manufacturers’ product warranties for parts and material installed at the Authority.

1.12 ON-SITE COMMUNICATIONS:

Contractor shall be responsible for providing cellular phone equipment and services to the Contractor’s employees.

PART TWO - PRODUCTS

2.1 PARTS AND MATERIALS:

2.1.1 In order to carry out its obligations under this Contract, the Contractor shall maintain, at all times, quick access to spare parts, materials, tools or any other equipment as necessary for the timely repair and replacement of normal wear items on all equipment covered by this Contract without undue delay.

2.1.2 The Contractor shall provide all supplies, materials and any other requirements necessary for work to be performed within the scope of work of this Contract. The Contractor shall supply and have consumable cleaning supplies such as wipes, solvents and lubricants, in its possession before and during performance of the work at the Authority.

2.1.3 The Contractor shall provide any and all parts necessary for approved repair work that is outside of the scope of this Contract. For work to be performed that is outside of the scope of this Contract, a written quote must be presented to the AAR and approved prior to performing the repairs. The amount quoted shall be determined by the hourly rates listed within this Contract and the Contractor’s mark-up over its cost for parts, rentals, materials and components purchased. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-13 BASE REV 10/10/17 SPECIFICATIONS (Continued)

2.1.4 The Authority shall provide or shall reimburse the Contractor for the UPS batteries, parts, materials, and components that require replacement.

2.1.5 The Contractor shall provide, at a minimum, air filters that are necessary for the UPS and Battery preventive maintenance and repair services specified herein.

2.1.6 The Contractor shall provide all other miscellaneous materials and accessories that are necessary for the UPS and Battery preventative maintenance and repair services specified herein.

2.1.7 The Authority will reimburse the Contractor for the actual cost of the freight and shipping charges incurred when obtaining repair parts and components for reimbursable items as listed in Attachments “A” through “L”; however, the cost of expedited delivery must be approved in advance by the AAR. A copy of the original receipt for purchase of parts or components shall be submitted with the invoice. Without the prior written approval of the Authority, the Contractor shall not order parts/components for the repair of any equipment that exceeds an aggregate of one hundred dollars ($100.00) in value.

2.1.8 All repair, replacement and obsolete parts shall be new Original Equipment Manufacturer (“OEM”) parts. In the event that a part has been deemed obsolete by the manufacturer, the Contractor may substitute a third party part of the same or higher quality with written permission of AAR.

PART THREE - EXECUTION

3.1 PERFORMANCE REQUIREMENTS:

3.1.1 Contractor shall perform all of its obligations and functions under the Contract in accordance with Contract specifications, industry standards and manufacturers’ specifications. The Contractor shall adjust and coordinate its activities to the needs and requirements of the Authority and perform its activities so as not to annoy, disturb, endanger, unreasonably interfere with or delay the operations or activities of the Authority.

3.1.2 Contractor’s personnel shall perform Work in a neat and professional manner, and in compliance with all Federal, State, and City of Orlando regulations and ANSI specs. OSHA, and NFPA 70-E rules and regulations shall be followed at all times.

3.1.3 Dates for commencement and completion of work will be on an as-needed basis and shall be coordinated with AAR, including Utility Outage Notifications (UON).

3.1.4 Any work required beyond that which is specified herein shall be reported in advance to the AAR. At no time shall work beyond the scope be performed without prior written authorization from the AAR.

3.1.5 Contractor shall utilize maximum safety precautions. Tools and equipment will be in a good state of repair, safe to use, and be used in the manner in which they were intended. Contractor is required to inform all workers and concerned persons of the Material Safety Data on all products being utilized on this project. No materials or equipment will be left unattended or stored on the project site at any time. A tool box safety meeting, with everyone involved in an electrical outage shall be held before B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-14 BASE REV 10/10/17 SPECIFICATIONS (Continued)

commencement of any work. The meeting shall be led by a competent qualified person, and cover all necessary safety topics.

3.1.6 The Contractor shall familiarize themselves with the current Utility Outage Notification/Modification of Traffic (UON/MOT) Authority’s procedures. These procedures are extensive and detailed. In all cases, ninety-six (96) hour notice is required before an UON/MOT can be approved. A detail summary of what’s affected during a power outage is required. The Contractor shall not rely only on one line diagrams to determine equipment affected. An on-site survey must be performed.

3.2 SWITCHGEAR MAINTENANCE AND REPAIRS:

Contractor shall:

3.2.1 Provide a written project work timeline to the AAR two (2) weeks prior to the projected start date. The timeline shall include relevant information, projected start date/time, crew(s) configuration, date(s) to coordinate utility outage, planned time, and projected completion date/time. Once approved by the AAR, any anticipated deviation from the timeline shall be explained, verbally and in writing, to the AAR as soon as recognized.

3.2.2 All services requiring Orlando Utilities Commissions (OUC) action for utility outage of normal electrical services shall occur between the hours of 10:00 p.m. and 6:00 a.m. except airfield lighting vaults and some out buildings. Contractor shall coordinate the outage with OUC and establish the preliminary outage time/date. Contractor shall both verbally and in writing notify the AAR not less than ninety-six (96) hours in advance (excluding weekends and/or Authority holidays) of the time/date coordinated with OUC for the outage. The Contractor shall provide the written notification of the time/date for the outage to the AAR.

3.2.3 Provide forty (40) hours per quarter to inspect, modify and maintain the Power Net® / Power expert and Forseer electrical switchgear monitoring Systems. VPN remote access will be allowed as well as local (within 100 miles) service by a switchgear original equipment manufacturer’s authorized factory certified technician.

3.2.4 Advise the Authority as soon as practical of any defect or condition which may adversely affect the performance of the maintenance and/or repair services, including any defect or condition which is not covered under Specifications.

3.2.5 Be able to perform on-site repairs the same day as Contractor is conducting repairs or maintenance.

3.2.6 Provide the following documentation to the Authority upon completion of an approved service or repair:

3.2.6.1 Cut sheets for all materials, where applicable;

3.2.6.2 Warranty information.

3.2.6.3 Measure and record resistance to ground readings.

Switchgear Maintenance and Repairs:

3.2.7 Promptly perform all repairs necessary to return any/all equipment back to service within a maximum of seventy-two (72) hours after notification of failure. In the event that repairs cannot be made within the seventy-two (72) hour period, the Contractor B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-15 BASE REV 10/10/17 SPECIFICATIONS (Continued)

shall provide, within the seventy-two (72) hour period, in writing to the AAR and prior to commencing any repair work, the estimated downtime and plan of action for each piece of equipment out of service.

3.2.8 Expedite the procurement of all necessary parts and materials to minimize downtime of equipment. The Contractor will be required to provide to the AAR documentation as to the part(s) ordered. 3.2.9 Verbally notify and obtain verbal approval from the AAR prior to commencing repair work recommended by the Contractor during the performance of annual services.

3.2.10 Submit a daily report to the AAR or designee, detailing work accomplished, utilities affected, length of any downtime, and description of materials used and repairs needed.

3.2.11 Obtain prior approval from the AAR or designee, before removing any equipment from service.

3.2.12 Have a certified technician per work location when working in more than one location at a time.

Molded Case Breaker - Thermal/Magnetic:

3.2.13 Perform visual and Mechanical Inspection.

3.2.14 Inspect circuit breaker for physical damage, correct mounting, anchorage, and alignment.

3.2.15 Check mechanical operation.

3.2.16 Check tightness of accessible electrical connections.

3.2.17 Perform electrical tests.

3.2.18 Measure contact resistance.

3.2.19 Perform an insulation-resistance test from pole-to-pole and from each pole-to-ground with breaker closed and across open contacts of each phase.

3.2.20 Measure long-time delay by primary current injection at three time’s long-time pickup current.

3.2.21 Measure instantaneous pickup current by primary current injection.

Low Voltage Breaker:

3.2.22 Perform visual and Mechanical Inspection.

3.2.23 Check cell fit and element alignment and grounding.

3.2.24 Inspect complete breaker including operating mechanism and arc chutes for physical damage.

3.2.25 Perform all mechanical operator and contact alignment tests on both the breaker and its operating mechanism.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-16 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.2.26 Check tightness of all hardware connections.

3.2.27 Verify proper operation of breaker status indicators.

3.2.28 Verify racking mechanism.

3.2.29 Verify that all maintenance devices were available for servicing and operating the breaker.

3.2.30 Perform electrical tests.

3.2.31 Measure contact resistance.

3.2.32 Perform an insulation-resistance test from pole-to-pole and from each pole-to-ground with breaker closed and across open contacts of each phase.

3.2.33 Check the following functions by primary or secondary current injection as applicable:

3.2.33.1 long-time pickup when possible and time delay.

3.2.33.2 short-time pickup and time delay.

3.2.33.3 instantaneous pickup.

3.2.33.4 ground fault pickup and time delay.

3.2.33.5 proper electrical closing/tripping operation by activation of auxiliary devices.

3.2.33.6 proper spring charging operation.

3.2.33.7 Make adjustments for the final settings in accordance with the coordination study supplied by the Authority. If coordination study was not provided, the settings are left as found.

Automatic & Manual Transfer Switches (ATS-MTS):

3.2.34 Perform visual and Mechanical Inspection. Specifications 3.2.34.1 through 3.2.34.5 can only be done when the transfer switch has all power removed from the switch – complete shutdown.

3.2.34.1 Inspect all wiring terminals and connections for signs of tracking, overheating, insulation deterioration, and physical damage.

3.2.34.2 Lubricate all necessary mechanical parts.

3.2.34.3 Check length of linkage, motor mounting hardware, joints interlock rod, and handle bracket for free movement.

3.2.34.4 Inspect Auxiliary contacts, Relay Finger contacts, Main contacts, and Arcing contacts (clean & burnish where necessary).

3.2.34.5 Tighten all busway, lug, control circuit wiring terminal connections (Normal, Emergency & Load).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-17 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.2.34.6 Check and record Normal and Emergency Sensing Voltages pick up and drop-out settings.

3.2.34.7 Check & Record Normal, Emergency, Engine Battery & Best Battery Voltages (A-B, B-C, C-A, A-N, B-N, C-N), and HZ.

3.2.34.8 Check and record all time delay settings (TD1, TD2, TD3, AUT, TDBT, TDMI, TETD, TNTD, Others).

3.2.34.9 Check equipment service records for previous problems.

3.2.34.10 Infrared Test: With an ambient rise infrared heat scanner, check for ambient rise on energized main contacts, buss-work, and cable lugs (preferably at full load conditions).

3.2.34.11 Enclosure: wipe down and touch up exterior scratches. Clean interior of enclosure and remove accumulated dust and/or dirt. Check door closure, locking bars, and mechanism for proper operation.

3.2.34.12 Complete the following functions: 3.2.34.12.1 Engine Start Signal 3.2.34.12.2 Transfer to Emergency 3.2.34.12.3 Transfers to Normal 3.2.34.12.4 Load Test 3.2.34.12.5 Note any corrective actions taken. 3.2.34.12.6 Report unsafe conditions. 3.2.34.12.7 Make recommendations for replacement of major components. 3.2.35 Current Transformer:

3.2.35.1 Perform visual and Mechanical Inspection.

3.2.35.2 Inspect for proper installation, physical damage, and connection tightness.

3.2.35.3 Check transformer nameplate data with single-line diagram.

3.2.35.4 Verify correct primary and secondary current transformers in accordance drawings, as provided.

3.2.35.5 Check proper operation of grounding or shorting devices.

3.2.35.6 Perform electrical tests.

3.2.35.7 Measure insulation resistance primary to ground, secondary to ground and primary to secondary, as applicable.

3.2.35.8 Verify secondary wiring connections by secondary injection.

3.2.35.9 Perform a ratio-verification test using current method.

3.2.35.10 Perform a polarity test on each transformer to verify the polarity marks or H1-X1 relationship as applicable.

3.2.36 Motor Control Center:

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-18 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.2.36.1 Perform visual and Mechanical Inspection.

3.2.36.2 Inspect motor control center for proper installation and physical damage.

3.2.36.3 Inspect for anchorage and grounding.

3.2.36.4 Check tightness of accessible electrical bus connections.

3.2.36.5 Test all mechanical interlocks to assure proper operation.

3.2.36.6 Compare equipment nameplate data with latest one-line diagram when available.

3.2.36.7 Perform electrical tests.

3.2.36.8 Measure insulation resistance of line bus phase-to-phase and phase-to- ground.

3.2.36.9 Perform an over-potential test on each bus section phase-to-ground for one minute.

3.2.36.10 Measure insulation resistance of each motor branch wiring and motor, phase-to-ground with the protective device open.

3.2.37 Switchgear / Switchboard:

3.2.37.1 Perform visual and Mechanical Inspection.

3.2.37.2 Inspect for physical damage and proper installation.

3.2.37.3 Inspect for proper alignment, anchorage and grounding.

3.2.37.4 Inspect for proper identification of protective devices and switches.

3.2.37.5 Test all mechanical interlocks to assure proper operation.

3.2.37.6 Check tightness of accessible bolted bus connections.

3.2.37.7 Clean switchboard interior compartments.

3.2.37.8 Inspect insulators for evidence of physical damage or contaminated surfaces.

3.2.37.9 Check key interlock systems for safe operation and proper key distribution. If applicable.

3.2.37.10 Perform visual and mechanical inspection on all instrument transformers.

3.2.37.11 Inspect control power transformers for physical damage, cracked insulation, broken leads, tightness of connections, defective wiring, and overall general condition.

3.2.37.12 Verify correct functioning of instrument and control power transformer.

3.2.37.13 Perform electrical tests. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-19 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.2.37.14 Measure insulation resistance of each bus section phase-to-phase and phase-to-ground.

3.2.37.15 Perform insulation-resistance tests of control power transformer.

3.2.37.16 Perform measurements from winding-to-winding and each winding-to- ground.

3.2.37.17 Verify correct function of control transfer relays located in switchgear with multiple power sources, as applicable.

3.2.37.18 Verify operation of switchgear/switchboard heaters as applicable.

3.2.37.19 Perform an over-potential test on each bus section phase-to-ground for one minute.

3.2.38 Infrared Testing.

3.2.38.1 The Contractor shall provide annual infrared testing on all equipment shown in Attachments “A”, “B”, and “C”, including panels connected to feeder panels and any other equipment at the Authority’s request.

3.2.38.2 Infrared testing shall be conducted by an independent contractor specializing in infrared testing, such as Brady Infrared (www. http://bradyinfrared.com/).

3.2.38.3 The infrared inspector shall have a Level-II or higher certification from an independent infrared training institute.

3.2.38.4 The infrared thermographer shall have two years field experience as a Level-II thermographer inspecting similar electrical systems.

3.2.38.5 Contractor shall have a written practice document for employee training per SNT-TC-1A.

3.2.38.6 All inspected equipment shall be bar-coded for tracking and historical reference.

3.2.38.7 The inventory and associated thermal and visual deficiencies shall be entered into and accessed through a database system currently being used for GOAA inspections that includes the bar-code ID’s and the ability to export data to a spreadsheet.

3.2.38.8 Testing to be conducted utilizing a camera and equipment with the following minimum specifications:

3.2.38.8.1 Thermal Sensitivity of 0.08 C° or better.

3.2.38.8.2 Resolution of 320x240 pixels or better.

3.2.38.8.3 Accuracy of + 2 C° or + 2% whichever is greater.

3.2.38.8.4 Written statement from Manufacturer or independent means by which camera is calibrated to meet accuracy. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-20 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.2.38.9 Test reports shall be submitted to the AAR on equipment tested.

3.2.38.10 Any observed condition that may present any level of hazard or equipment failure shall be reported to the AAR immediately.

3.3 GENERATORS MAINTENANCE AND REPAIR:

Generator Maintenance Definitions:

3.3.1 Check: To observe for satisfactory conditions, accuracy, safety and performance.

3.3.2 Inspect: To examine closely in critical appraisal while testing or evaluating components or systems.

3.3.3 Lubricate: To apply a lubricant such as oil, grease, etc., as specified for reducing friction, heat and wear between solid surfaces.

3.3.4 Replace: To install something new, remanufactured or rebuilt in place of an existing worn or failing component(s). All repair, replacement and obsolete parts shall be new Original Equipment Manufacturer (“OEM”) parts. In the event that a part has been deemed obsolete by the manufacturer, the Contractor may substitute a third party part of the same or higher quality with written permission of AAR.

3.3.5 Adjust: Restore to service manual specification.

3.3.6 Schedule Oil Sampling (“SOS”): Chemical and physical tests, which detect the presence of water, fuel and antifreeze in the oil. If these items are found, their concentrations are compared against established maximum limits. Also, oil condition analysis, which identifies and measure the amount of contaminants such as soot, sulfur, oxidation and nitration products. This test may reduce or extend oil change intervals. When the Contractor performs scheduled oil sampling, it shall prepare and provide the AAR with reports detailing the results of its oil sampling tests and analysis.

Generators Maintenance:

3.3.7 Generator technician is responsible for the diesel generator engine, and associated engine controls only and shall ensure the engine will continuously start and operate within the manufacturer’s specification.

3.3.8 Generator technician shall start and test the engine from local controls located on or near the engine.

3.3.9 It is not the Generator technician’s responsibility to test, operate or repair any remote starting features and equipment.

3.3.10 The Contractor’s technician is responsible to test, operate or repair any generator controls (e.g.) Woodward controls such as for the synchronization of multiple engines or to control engine speed, electric fuel transfer pump, or components items related to generator’s main fuel storage tank or “day tank”.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-21 BASE REV 10/10/17 SPECIFICATIONS (Continued)

Monthly Generator Inspection And Services:

3.3.11 Generator technician shall perform monthly generator inspection and services as directed by the AAR or designee as listed below. The following inspection has been created to meet or exceed requirements for equipment, as described on Attachment “L, as established by manufacturer or NFPA levels 1 and 2. Contractor shall contact Central Plant before starting work at a location:

3.3.12 Visual Inspection:

3.3.12.1 Main Fuel Tank, Day Tank or sub-base Tank Level and condition.

3.3.12.2 Engine Oil Level & Visual Condition.

3.3.12.3 Coolant Level and Condition.

3.3.12.4 Radiator Obstruction-Visual.

3.3.12.5 Engine Belt Condition-Visual.

3.3.12.6 Jacket water heater Operation (min. 90 deg. F.).

3.3.12.7 Battery Age.

3.3.12.8 Battery Load Test.

3.3.12.9 Battery terminal secureness.

3.3.12.10 Battery water & electrolyte level.

3.3.12.11 Battery charger operation.

3.3.12.12 Status indicators on panel and remote annunciator.

3.3.12.13 General unit condition, mounts, drain water from fuel filters.

Start Up Engine:

3.3.13 Contractor’s Technician shall contact Central Plant before starting work at a location.

3.3.14 Start Unit Manually by placing engine selector switch to run. Note approximate length of time it takes the unit to come up to proper Volts & HZ.

3.3.15 Visually inspect Exhaust opacity & wet stacking.

3.3.16 Observe for oil, fuel, coolant and exhaust leaks.

3.3.17 Check for proper air flow.

3.3.18 Record unit AC output.

3.3.19 Record HZ.

3.3.20 Record oil pressure. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-22 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.21 Record coolant temperature.

3.3.22 Record amp or DC voltmeter.

3.3.23 Return unit to automatic.

3.3.24 Record unit hours (Hr. meter).

3.3.25 State any general notes concerning any discrepancies or items that might need attention.

3.3.26 Contractor’s Technician shall contact Central Plant once completed at a location.

3.3.27 Contractor’s Technician shall ensure that the startup, transfer, re-transfer, cool down and shut down times are correct and adjust them as needed.

Intermediate (Quarterly & Annual) Generator Inspection (Four (4) Per Year):

3.3.28 Generator Technician shall perform Intermediate (quarterly and annually) generator inspection three (3) times a year and annual generator inspection once (1) a year at the AAR’s direction. The following inspection has been created to meet or exceed requirements for equipment as established by manufacturer or NFPA levels 1 and 2. Inspections action code(s): A-Annual, AJ-Adjust CK-Check CH-Change CL- Clean, M-Minor Insp., 0-Opt, R-Record, T-Test, V-Visual Insp. Status codes: N-Not App. S-Satisfactory, U-Unsatisfactory:

3.3.28.1 Contractor’s Technician shall contact Central Plant before starting work at a location.

3.3.28.2 Fuel System: Main tank level/Condition (CK-M-R).

3.3.28.3 Fuel System: Day tank level (CK-M-R-V).

3.3.28.4 Fuel System: Transfer pump and control operation (T-M-V).

3.3.28.5 Fuel System: Solenoid valve operation (CK-M).

3.3.28.6 Fuel System: Water in system (CK-M-T).

3.3.28.7 Fuel System: Condition of piping, vents (A-CK-V).

3.3.28.8 Fuel System: Condition of hoses (CK-M-V).

3.3.28.9 Fuel System: Fuel Filter(S) (A-CH).

3.3.28.10 Lubrication System: Level (CK-M-V).

3.3.28.11 Lubrication System: Crankcase breather (CK-CL-M-V).

3.3.28.12 Lubrication System: Oil (A-CH) or every 250 hrs.

3.3.28.13 Lubrication System: Filter(s) (A-CH) or every 250 hrs.

3.3.28.14 Lubrication System: Oil sample (A) or every 250 hrs. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-23 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.28.15 Cooling System: Level (CK-M-V).

3.3.28.16 Cooling System: Antifreeze protection level (CK-M-R-T).

3.3.28.17 Cooling System: Inhibitor protection level (CK-M-T).

3.3.28.18 Cooling System: PH level (CK-M-R-T).

3.3.28.19 Cooling System: Radiator Exterior Condition (CK-M-V).

3.3.28.20 Cooling System: Radiator Cap (CK-M-V).

3.3.28.21 Cooling System: Fan & Alternator belt(s) (AJ-CK-M-V).

3.3.28.22 Cooling System: Water Pump (M-V).

3.3.28.23 Cooling System: Hoses, clamps & connections (AJ-CK-M-VI).

3.3.28.24 Cooling System: Jacket Water Heater (CK-M-V).

3.3.28.25 Exhaust System: a-Silencer, piping, flex, cap (CK-M-V).

3.3.28.26 Exhaust System: Insulation & Fire Hazards (CK-M-V).

3.3.28.27 Exhaust System: Hangers & supports (CK-M-V).

3.3.28.28 Exhaust System: Turbo Charger (A-CK-V).

3.3.28.29 Intake System: Air filter (CK-M-V) replace as necessary (additional Cost).

3.3.28.30 Intake System: Hoses, clamps & connections (AJ-CK-M-V).

3.3.28.31 Battery System: Electrolyte level (CK-M-V).

3.3.28.32 Battery System: Specific gravity: (CK-M-T) Lead Acid Batteries only.

3.3.28.33 Battery System: Terminal and connections (CK-CL-M).

3.3.28.34 Battery System: Cables (CK-M-V).

3.3.28.35 Battery System: Load test (M-R-T).

3.3.28.36 Battery System: Battery age (CK-M-R).

3.3.28.37 Battery System: Battery charger op-float (AJ-M-R).

3.3.28.38 Battery System: Battery charger op-Equalize (AJ-M-R).

3.3.28.39 Prime Mover Section: a-Wiring harness & connections (CK-M-V).

3.3.28.40 Prime Mover Section: Mounting hardware (CK-M-V).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-24 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.28.41 Prime Mover Section: Vibration Damper (CK-M-V).

3.3.28.42 Prime Mover Section: Governor & Carburetor linkages (CK-M-V).

3.3.28.43 Generator Section: Diodes, surge suppressor, isolators (A-CK-CL).

3.3.28.44 Generator Section: Rotor, Stator, exciter field & armature (A-CK- CL).

3.3.28.45 Generator Section: Bearing(s) (A-CK-CL).

3.3.28.46 Generator Section: Hardware-mounts, flex plates, covers (AJ-CK- M-V).

3.3.28.47 Generator Section: Leads: output, stator, fields, sensing, CT’s (A- CK-V).

3.3.28.48 Generator Section: Voltage regulator, breakers & fuses (A-CK-CL- T-V).

3.3.28.49 Generator Section: Control panel-enclosure, mounts (CK-M-V).

3.3.28.50 Generator Section: Controller wiring & component connections (CK-M).

3.3.28.51 Generator Section: Megger test windings (O).

3.3.28.52 System Operation Section: Place control sw. to manual (M-T) time to start.

3.3.28.53 System Operation Section: Unusual noise or vibration (CK-M).

3.3.28.54 System Operation Section: Leaks-fuel, coolant, oil, exhausts (CK- M-V).

3.3.28.55 System Operation Section: Exhaust opacity & wet stacking (M-V).

3.3.28.56 System Operation Section: Oil pressure gauge (M-R) initial warm.

3.3.28.57 System Operation Section: Coolant temperature gauge (M-R) initial warm.

3.3.28.58 System Operation Section: Battery charging Amp/DC meter (M-R).

3.3.28.59 System Operation Section: Safety shutdowns (CK-M-T).

3.3.28.60 System Operation Section: Pre-safety shutdowns (CK-M-T).

3.3.28.61 System Operation Section: Remote Annunciator Panel (CK-M-T).

3.3.28.62 System Operation Section: K-AC Voltage (AJ-M-R0 Ph-Ph.

3.3.28.63 System Operation Section: m-Hertz (AJ_M_R).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-25 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.28.64 Generator Enclosure Section: Exterior finish, corrosion, hinges, latches, hardware (CK).

3.3.28.65 Contractor Technician shall contact central plant once completed at a location.

Annual Generator Services One (1) Per Year:

Generator Sub-Contractor shall perform once a year all the services listed below.

3.3.29 Scheduled Oil Sampling (SOS):

3.3.29.1 For concentrations in parts per million: copper, iron chrome, lead, aluminum, silicon, molybdenum and sodium.

3.3.29.2 For oil condition and contaminants: water, fuel, antifreeze, soot, oxidation, sulfur products, and oil viscosity.

3.3.29.3 Switchgear Contractor shall submit findings in writing to AAR and advise if samples indicate conditions that could lead to problems and need to be corrected.

3.3.30 Visually Inspect and Check:

3.3.30.1 Engine room exhaust fan(s) for proper operation.

3.3.31 Clean:

3.3.31.1 Engine crankcase breather.

3.3.31.2 Battery cable ends and connector plates.

3.3.32 Planned Annual – Emergency Generator Load Bank Test:

The following items are to be checked during the annual load bank test. Only diesel units will be load banked. Each unit will be load banked utilizing a portable resistive load bank. Each unit will be load banked up to hundred percent (100%) of nameplate Kw and no less than eighty percent (80%) of nameplate rating. Vendor will coordinate with facilities the most suitable access route for getting load bank to equipment.

3.3.32.1 Perform a load bank test for a total of one hundred-twenty (120) minutes uninterrupted at full load. A minimum of fifteen (15) minutes of warm up period will be performed at fifty percent (50%) load prior to two (2) hour test.

3.3.32.2 All load bank cables will be UL Listed for outdoor use.

3.3.32.3 Separate ground rod will be temporarily run if equipment safety ground is not adequate.

3.3.32.4 An Authority’s staff will witness test the last thirty (30) minutes of the test and sign the test report. Failure to obtain signature will result in delay of payment or re-testing. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-26 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.32.5 If the unit has to be shut off due to a performance issue, payment will be pro-rated based on contract price and time into test.

The following are the minimum accepted items to be recorded during every fifteen (15) minutes from the start of test:

3.3.32.6 ACV Ph 1&2 – Record voltage, make minor adjustments as necessary.

3.3.32.7 ACV Ph 2&3 - Record voltage, make minor adjustments as necessary.

3.3.32.8 ACV Ph 3&1- Record voltage, make minor adjustments as necessary.

3.3.32.9 AC Amps / 1- Record.

3.3.32.10 AC Amps / 2 – Record.

3.3.32.11 AC Amps / 3 – Record.

3.3.32.12 Hertz – Record hertz and make minor adjustments to correct as necessary.

3.3.32.13 Kw – Record.

3.3.32.14 Oil Press. – Record and advice what are the published OEM specifications.

3.3.32.15 Water Temp. - Record and advice what are the published OEM specifications.

3.3.32.16 Battery Charge alternator - Record and advice what are the published OEM specifications.

3.3.32.17 Exhaust Opacity – 1970 and newer: No darker than No. 1 on Ringelmann Chart or 20% for more than 10 seconds.

3.3.32.18 Exhaust Back Pressure - Record and advice what are the published OEM specifications.

3.3.32.19 Exhaust Temperature _ Record exhaust temperature using calibrated hand held infrared laser gun at exhaust outlet point prior to exhaust flex. Record and advice what are the published OEM specifications.

3.3.32.20 Radiator Temperature – Record outlet and inlet temperatures using calibrated hand held infrared laser gun.

3.3.32.21 Vibration – Record any abnormal vibration. Any excessive vibration that cannot be easily identified shall be cause for termination of test.

3.3.32.22 Unusual Noise – Record any unusual noise. Any unusual noise that cannot be easily identified shall be cause for termination of test. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-27 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.3.32.23 Ambient Temperature – Record.

3.3.32.24 Change generator engine oil and filter with new engine oil and filter per manufactures requirements using (OEM) parts.

Generator Records Maintenance:

3.3.33 Maintenance Report:

The Switchgear Contractor shall provide the AAR with a monthly maintenance report detailing all repairs, minor adjustments, and preventive maintenance work. The report shall include the time of each service call back request, the nature of the request, the corrective action taken, and the amount of time required to correct the problem. This monthly maintenance report will contain a performance evaluation of each piece of Authority’s equipment maintained the previous month subject to this Contract as of the date of such report. A preliminary weekly coordination schedule should be provided to the owner at the weekly coordination meeting at least two weeks prior to commence work as part of the maintenance report.

3.3.34 Maintenance History:

3.3.34.1 Generator technician shall include within its records and books a complete history of all adjustments, repairs, all call backs, replacement parts installed and modifications made, with respect to each unit of the Authority’s equipment covered by the scope of the Contract. Generator Sub-Contractor shall provide to the Switchgear Contractor an electronic report each monthly billing cycle summarizing the above information. Refer to Attachment “E” through “G” for samples of minimum information that must be included in the reports.

3.3.34.2 Generator technician shall maintain an up-to-date and accurate log book of all activity and provide this electronically to the Switchgear Contractor the day after any work was performed. Technicians will record all maintenance and repair activities in log book prior to leaving the site. Log book entries shall include at a minimum: (i) date, (ii) dispatch and work order numbers, (iii) brief description of site visit, (iv) engine hours; and (v) technician name(s). The Switchgear Contractor shall accumulate the Log book information and use it to generate his monthly maintenance report. This information will remain the property of the Authority.

3.3.35 Generator And Surrounding Area Cleaning:

The Contractor shall clean each generator and its surrounding area one (1) time each year. Cleaning shall include all generator exterior surfaces, generator pads, and surrounding areas. Inspect all intake/air inlets and areas where foreign debris might enter the generator. Where these areas appear dirty or debris is present, remove covers or panels as required to access and clean these areas. Coordinate with AAR if an outage is required to access these areas. It is the Generator technicians responsibility to keep the area around the generator clean and debris free, and shall notify the AAR if additional work is needed to keep the area properly maintained. For example lights that are not functioning.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-28 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.4 UNITERRUPTIBLE POWER SUPPLY (UPS) PREVENTATIVE MAINTENANCE:

The Contractor shall provide Preventative Maintenance Services for the Equipment listed on Attachment “J” as described below. All UPS equipment and batteries shall be inspected and serviced as required four (4) times per year.

UPS Equipment:

Contractor shall replace air filters on all UPS’s listed in Attachment “J” upon commencement of the Contract.

UPS Preventative Maintenance Services

Contractor shall submit a schedule of work at least three weeks prior to commencement of work. The schedule of work shall be submitted electronically on Microsoft Project format or similar format approved by the Authority at last three (3) weeks prior to the commencement of work. The scheduled services shall include the following:

3.4.1 Visual inspection of UPS including major components, internal sub-assemblies, wiring harnesses, contactors, and cables.

3.4.2 Check of mechanical connections for tightness.

3.4.3 Cleaning of dust/foreign materials from internal compartments.

3.4.4 Performance check of alarm circuits (if applicable).

3.4.5 Calibrations necessary to ensure performance with the manufacturer’s specifications.

3.4.6 Download any equipment logs and readings stored in the unit and address any outstanding issues.

3.4.7 Installation of any Field Change Notices as applicable.

3.4.8 Operational check of the UPS to include transfers and status indications.

3.4.9 A written report as provided in Attachment “J” of this Specification that lists the preceding information, notes any deficiencies, and lists recommended actions taken, needed, and/or planned.

Battery:

Battery Preventative Maintenance Services shall include all required scheduled services performed four (4) times per year, which scheduled services include the following:

3.4.10 Visual inspection of Batteries including covers to check for cracks, leakage, and/or corrosion.

3.4.11 Visual inspection of battery rack/cabinet to check condition.

3.4.12 Visual inspection of nearby ventilation equipment, if applicable, to check condition.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-29 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.4.13 Physical inspection of battery connections and re-tightening to battery manufacturer’s specifications if needed.

3.4.14 Cleaning of air filters on associated UPS and replace air filters if needed.

3.4.15 Measurement and recording of the total battery float voltage and charging current.

3.4.16 Measurement and recording of float voltage in all cells.

3.4.17 Measurement and recording of all internal impedance readings.

3.4.18 Measurement and recording of the ambient temperature.

3.4.19 Random measurement and recording of a minimum of 10% of cell temperatures.

3.4.20 Measurement and recording of battery resistance (in micro-ohms) when applicable.

3.4.21 Provision of a written report as provided in Attachment “J” of Specification that lists the preceding information, notes any deficiencies, and lists recommended actions taken, needed, and/or planned.

3.4.22 Replacement of batteries if needed.

Specialized Subcontractor Costs:

In addition to the Additional Work, Section 3.6, as part of the cost and mark-up amount, the Contractor’s Specialized Subcontractor shall perform repair services in connection with the maintenance services required in this Specification and listed in Attachment “J”, as requested by the AAR in writing. Such Specialized Subcontractor Costs and Mark-up compensation shall be based on the actual documented cost and mark-up for only the work performed that received prior written approval by the AAR.

UPS Inspection and Approval:

3.4.23 Upon completion of the every inspection, the Contractor shall provide a written report to the AAR addressing Equipment that requires immediate repairs, indicating which equipment’s issue is more critical. The Contractor shall obtain a written approval from the AAR prior to commencing any Authority repair requests and the purchase of any parts and material required to provide the services. The Authority shall not be obligated to compensate the Contractor for any work performed by the Contractor without AAR written authorization.

3.4.24 Upon completion of the repairs, the AAR will inspect areas where work has been performed. The Contractor shall provide daily work sheets stating the area where work was accomplished, the work that was accomplished, name(s) of personnel and hours worked. The AAR or Designee shall sign off the daily work sheet when work is satisfactorily completed; except when a shorter time is required in the Specification. Contractor must correct deficiencies noted during inspection within ten (10) days following receipt of written notice of such deficiency. Consideration shall be made for long lead time items.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-30 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.5 FUEL DELIVERY SYSTEM PARTS AND MATERIALS:

The Contractor shall refer to EPA CFR-40 for the following:

3.5.1 Part-112 Oil Pollution Prevention - requires that procedures for inspections and testing of above ground container tanks have been established, including approved materials.

3.5.2 EPA CFR-40, Part-280 Requirements for Owners and Operators of Underground Storage Tanks (UST) - requires that USTs must be inspected every sixty (60) days to ensure the equipment is running properly.

3.5.3 Facility Response Plan (FRP) Rule - Certain facilities that store and use oil must submit plans to respond to a worst-case discharge of oil and to a substantial threat of such a discharge. Information about preparing and submitting an FRP can be found within EPA CFR-40.

3.5.4 Spill Prevention, Control, and Countermeasure (SPCC) Rule - Certain facilities must prepare, amend, and implement SPCC Plans to address the potential for a discharge of oil as referred within EPA CFR-40.

Fuel Delivery System (FDS) Performance Requirements:

3.5.5 The Contractor shall perform all of its obligations and functions under the Contract in accordance with this Specification, industry standards, and manufacturer’s specifications. All activities under this contract will be performed in accordance with the guidelines set for by the American Society for Testing and Materials (ASTM), including, but not limited to form ASTM D975, which can be obtained by visiting www.astm.org. It is the responsibility of the Contractor to ensure that the most recent and current ASTM standards are applied to all work done throughout the duration of the contract. The Contractor shall adjust and coordinate its activities to the needs and requirements of the Authority and perform its activities so as not to annoy, disturb, endanger, unreasonably interfere with or delay the operations or activities of the Authority.

3.5.6 Qualified professionals shall perform the work in a neat and professional manner, and in compliance with all Federal, State, and City of Orlando regulations. OSHA rules and regulations shall be followed at all times.

3.5.7 The Authority will notify the Contractor when emergency services are needed. The Contractor shall commence the work on a schedule negotiated between the Authority and the Contractor. Emergency work may be requested verbally. The Contractor shall commence such emergency work within two (2) hours of such request.

3.5.8 Upon a request for unscheduled Emergency Generator Fuel Delivery System Testing, Maintenance and Repair Services, as described in Section 3.5.5. Within seventy-two (72) hours of such request, the Contractor shall deliver to the Authority a written estimate for labor hours, permits, parts, equipment and materials required for completing the work. The Contractor shall start performing the work within a reasonable amount of time after notification from the AAR.

3.5.9 The Contractor shall identify any additional tasks necessary to satisfactorily perform the scope of work. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-31 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.5.10 If during the course of the work, the Contractor encounters unforeseen conditions that would impact the work; the Contractor shall not proceed without written authorization of the AAR.

3.5.11 For all testing, maintenance and repairs to be done on the Airport Airside/Secure Area, the Contractor will schedule work with the AAR in advance and will be escorted by the AAR or their designee.

FDS Required Services:

The Contractor shall perform the following tasks:

3.5.12 Provide fuel testing, cleaning, retesting and transfer on an as-needed basis for forty-eight (48) fuel tanks.

3.5.13 Contractor shall test all fuel tanks once a year. Cleaning of the fuel tanks will be performed on an as-needed basis per written instructions by the AAR.

3.5.14 Provide maintenance and/or system improvements upon request for the AAR.

Authority’s Equipment:

3.5.15 The Authority currently has forty eight (48) fuel tanks to be considered under this contract. The Authority may also add or remove equipment and/or related components to the scope of this Contract at any time during the Contract term. Any such changes shall be documented in writing by the AAR.

TANK CAPACITY NUMBER OF TANKS

30,000 Gallons 1 Each 20,000 Gallons 2 Each 15,000 Gallons 2 Each 8,000 Gallons 1 Each 12,000 Gallons 1 Each 6,000 Gallons 1 Each 4,000 to 5,000 Gallons 5 Each 3,000 to 3,500 Gallons 3 Each 2,400 to 2,500 Gallons 3 Each 1,000 to 1,600 Gallons 5 Each 572 to 850 Gallons 4 Each 500 Gallons or less 20 Each

3.5.16 The fuel delivery system is a hybrid of systems designed specifically for use at the Authority. Contractors will have an opportunity to examine the fuel delivery system at the pre-bid conference.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-32 BASE REV 10/10/17 SPECIFICATIONS (Continued)

Fuel Testing and Cleaning Standards:

Contractor shall perform the following:

3.5.17 Provide all labor, tools, equipment and materials necessary to perform job including: (a) fall protection for technicians, (b) primary and secondary spill containment and (c) emergency spill kits.

3.5.18 Provide sample of fuel straight from the tank for ASTM Bright & Clear Test.

3.5.19 Provide third party lab analysis of fuel sample upon request as described in Attachment ”K”.

3.5.20 Provide field report of service performed and condition of the fuel and tank.

3.5.21 Chemically treat fuel with appropriate inhibitor.

3.5.22 Video inspection of tank interior.

3.5.23 Inspect tank, caps, gauges, vent and containment.

3.5.24 Tag or label tank(s) noting date and description of service.

3.5.25 Certify fuel quality as “passing” or “failing”.

3.5.26 Advise of necessity for water removal or tank cleaning.

3.5.27 Send Fuel Quality Assurance Program certificate for qualified tanks upon receipt of payment for services.

3.5.28 When cleaning and treating fuel, the cleaning equipment should be a closed-loop filtration system, capable of cleaning to 0.5 microns and 50 parts per million of water and meet the minimum specifications for the ASTM D975. The filtration equipment must have a method of filtering out the emulsified water. During cleaning the Contractor will use a flexible wand and clean through all available access ports in order to clean the entire tank. Contractor shall provide all labor, tools, equipment and materials necessary to perform job including: (a) fall protection for technicians, (b) primary and secondary spill containment and (c) emergency spill kits.

3.5.29 Contractor shall provide the following items upon completion of cleaning:

3.5.29.1 Before and after samples of fuel straight from the tank for ASTM Bright & Clear Test.

3.5.29.2 Field report of service performed and condition of the fuel and tank.

3.5.29.3 Third party lab analysis of after sample as described in Attachment “K” for parameters). The cost of third party lab analysis shall be included in lump sum pricing.

3.5.29.4 Chemically treat fuel with appropriate inhibitor (if not done during inspection).

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-33 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.5.29.5 Mechanically remove water, microbiological growth and sludge contamination from diesel storage tanks by repeatedly dragging a flexible suction wand across the entire bottom of the tank.

3.5.29.6 Video inspection of tank interior during the cleaning process.

3.5.29.7 Run fuel through a closed loop filter circulating system consisting of three 1 micron bag filters, a 0.5 micron canister filter, oil and water separation through a coalescing unit and two water absorption filters, then return fuel to the tank under pressure.

3.5.29.8 Contractor is responsible for capturing, containing, storing, transporting and disposal of all fuel/water contaminants that are generated from the performance of the job.

3.5.29.9 Contractor will provide the Authority with a percentage mark-up for all disposal fees. Contractor will provide the Authority with a receipt from the disposal facility with their invoice.

3.5.29.10 Provide EPA number and non-hazardous waste manifest for any waste removed.

3.5.29.11 Tag or label tank(s) noting date and description of service.

3.5.29.12 Send Fuel Quality Assurance Program certificate for qualified tanks upon receipt of payment for services.

3.5.29.13 Cleaning the tank in the above described manner allows the generator to remain online. There is no need to set up a temporary fuel source.

3.5.29.14 To prevent spills during fuel cleaning process, all equipment must have hydraulic (no leak) quick connect couplings. There should be an emergency off button on the machine. Under the pumps should be a spill pan. In the event of a spill, Contractor will have a spill containment kit onboard the trailer containing spill booms. The trailer should be designed to contain spills, should the spill occur inside the trailer. Extra oil absorbent material, or oil dry, and oil absorbent pads shall be provided by the Contractor.

3.5.29.15 Upon completion of testing and cleaning, the Contractor must provide the AAR with a written field report describing the work performed and parts serviced.

3.5.29.16 After follow-up testing has been performed, if test results are found to be unsatisfactory to the Authority based on the standards discussed herein, the Contractor will be responsible for all costs associated with cleaning and testing until results are satisfactory to the Authority.

Emergency Repair Assignments:

For emergency repair assignments, the Contractor’s personnel will be required to respond on- site within two (2) hours of the initial notice from the AAR. Contractor will be paid for a minimum of two (2) hours for Non-Standard Hours Emergency Work. B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-34 BASE REV 10/10/17 SPECIFICATIONS (Continued)

Transfer Services:

Transfer Services may be requested on an as-needed basis at any time throughout the duration of this contract. Pricing for transfer services will be provided on a per-gallon basis. For the purpose of this bid, the Authority assumes the need to transfer twenty-thousand (20,000) gallons of fuel per contract year. A minimum of one-thousand (1,000) gallons will be transferred per occurrence.

Documentation Upon Completion of Work Orders:

Within seven (7) days after the work has been completed, with respect to a request for services or with respect to any other maintenance or repair performed, the Contractor shall provide to the Authority a written notice that includes the following information:

3.5.30 Date and time the work was initiated and completed.

3.5.31 Red line drawings as required.

3.5.32 All warranties, operation manuals, any other documentation that applies to the work.

Additional FDS Repair Service:

If there is any additional work performed that requires the assistance of a sub-contractor, the Contractor must have prior written approval of the AAR to utilize sub-contractors. In addition, the Contractor will provide the Authority with the subcontractor’s invoice with their invoice.

3.6 ADDITIONAL WORK:

Additional Work shall refer to any repairs beyond that specified herein and shall be performed only upon written authorization by the AAR or designee. Such Additional Work shall be the only work under this Specification that Contractor will be paid in excess of the fixed price.

3.7 REPORTS:

Project Spread Sheet:

The Contractor shall submit a weekly written excel spread sheet. The report shall contain the following:

3.7.1 Project Number.

3.7.2 Description of the work/equipment involved.

3.7.3 Budget cost vs. actual monies spent.

3.7.4 Comments section listing the ongoing status of the work.

3.7.5 Written management reports to the AAR for each of the Quarterly Inspections for all UPS systems. The information in the reports should include, but not be limited to, the items listed in Attachment “J”, to this Specification.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-35 BASE REV 10/10/17 SPECIFICATIONS (Continued)

3.7.6 The Contractor shall hold a weekly meeting in the Manager of Electrical Systems office. The AAR, Manager of Electrical Systems and the Switchgear Contractor shall be in attendance to discuss contract issues.

3.8 INSPECTION AND APPROVAL:

3.8.1 Upon completion of the initial inspection, the Contractor shall provide a written report addressing Equipment that requires immediate repairs, indicating which equipment is more critical. The Contractor shall obtain a written approval from the AAR prior to commencing any Authority repair requests and the purchase of any parts and material required to provide the services. The Authority shall not be obligated to compensate the Contractor for any work performed by the Contractor without AAR written authorization.

3.8.2 Upon completion, the AAR will inspect areas where work has been performed. The Contractor shall provide daily work sheets stating area where work was accomplished, name(s) of personnel and hours worked. The AAR shall sign off the daily work ticket when work is satisfactorily completed. Contractor must correct deficiencies noted during inspection within seven (7) business days following receipt of written notice of such deficiency.

3.9 USE OF PREMISES:

During the progress of the work specified herein, the Contractor shall keep the premises free from accumulation of waste materials and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials and debris from and about the premises, as well as tools, equipment, machinery and surplus material, and leave the site clean and ready for occupancy by the Authority.

3.10 MATERIALS DISPOSAL:

Contractor shall comply with all applicable federal, state and local laws, regulations, administrative rulings, orders, ordinances, and requirements, and Authority Sustainability Management Plan, pertaining to the protection of the environment, including but not limited to those regulating the use, storage, handling and disposal of materials, and other hazardous waste materials. Disposal records shall be provided to the Authority.

3.11 SAFETY AND PROTECTION:

The Contractor shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The Contractor shall provide all safety equipment (including, but not limited to, “NFPA (National Fire Protection Association) 70 Arc Flash Protection” and confined space safety equipment) that may be required for certain facets of the work specified herein. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the work site and other persons including, but not limited to, the general public who may be affected thereby.

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-36 BASE REV 10/10/17 SPECIFICATIONS (Continued)

PART FOUR – DEDUCTIONS AND ADJUSTMENTS

4.1 DEDUCTIONS AND ADJUSTMENTS

All deductions indicated below are in addition to any other penalty or fine that may be imposed by other agencies or authorities and does not limit any other remedies provided in these Contract documents, including termination.

4.1.1 The violation of any Authority Safety/Security policy may be subject to a deduction up to five hundred dollars ($500) per incident, at the discretion of the Authority.

4.1.2 Failure of Contractor to respond to a service call in accordance with the requirements of Section 1.4.4 of this Specification or the response requirements of any other Specification or in the event Contractor is found to be in noncompliance with any other Contractual requirement described herein and has not complied within a reasonable time once said item is brought to the attention of Contractor, may result in a deduction up to five hundred dollars ($500) per incident, at the reasonable discretion of the AAR.

* * * * * * * END OF SPECIFICATIONS * * * * * * *

B17-21 SWITCHGEAR/ELECTRICAL SYS/GENERATORS S-37 BASE REV 10/10/17 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

YEAR 1

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

AS#1, 2, 3 & 4 SWITCHGEAR ROOMS, APM AND AIRFIELD

AS#1

Normal - HUB 2/2 Eaton Magnum /draw out Emergency- HUB 12/14 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 04 2/2 Eaton Magnum /draw out Eme. – Wing 04 5/13 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 05 2/2 Eaton Magnum /draw out Eme. – Wing 05 5/13 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 05 2/2 Eaton Magnum /draw out Eme. – Wing 05 5/13 Eaton Magnum /draw out Caterpillar gear/Cat- Controls

AS#2

Normal - HUB 17/23 Cutler-Hammer/draw out Emergency- HUB 3/9 Caterpillar/Cat

Mechanical Gear 13/23 Cutler-Hammer/draw out

AS#3

Normal - HUB 2/2 Emergency- HUB 11/14 Caterpillar/Cat Caterpillar gear/Cat Controls Normal – Wing 01 2/2 Eaton Magnum /draw out Eme. – Wing 01 5/13 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 02 2/2 Eaton Magnum /draw out Eme. – Wing 02 5/13 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 03 1/2 Eaton Magnum /draw out Eme. – Wing 03 5/13 Eaton Magnum /draw out Caterpillar gear/Cat Controls

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-1 BASE REV 08/17/202 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

AS#4

Normal - HUB 6/20 Eaton Magnum /draw out Emergency- HUB 14/32 Eaton Magnum /draw out Caterpillar gear/Cat Controls Normal – Wing 11 1/2 Eaton Magnum /draw out Normal – Wing 12 1/2 Eaton Magnum /draw out Normal – Wing 10 1/2 Eaton Magnum /draw out

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-2 BASE REV 08/17/202 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

YEAR 2

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

WEST SWITCHGEAR ROOM, CENTRAL PLANT, 4TH CURBS AND PARKING GARAGES

WEST S.G. ROOM

EMSB1 14/26 Eaton Magnum

EMSB2 10/20 Eaton Magnum

EMSB3 13/24 Eaton Magnum Cat switchgear

EMSB4 8/24 Eaton Magnum Cat switchgear

EMSB5 12/24 Eaton Magnum Cat switchgear Westinghouse/draw NMSB1 10/16 out NSMB2 4 /10 Eaton Magnum Eaton LV switchgear

GENERATOR BUILDING

GENSB1 6/7 Eaton Magnum Cat switchgear

GENSB2 6/14 Eaton Magnum

CENTRAL PLANT

CC-2 Controller, CC-5A VFD, CC- Westinghouse/draw MMSB1 9/15 5B VFD, MCC1-1, MCC1-14, out H1DPM-1 Westinghouse/draw CC-4A VFD, CC-4B VFD, Chiller MMSB2 9/10 out CC-13 Starter, MCC1-13, H1DPM2 Westinghouse/draw CC-6 Controller, CC-7 Controller, MMSB3 8/19 out CC-8 Controller, MCC1-4, MCC1-5 CC-9 Controller, CC-10 Controller, Westinghouse/draw MMSB4 6/11 MCC1-6 out MCC1-7 H1DPM5, MCC11/12, CC-11 Westinghouse/draw MMSB5 6/11 Controller out CC-12 Controller

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-3 BASE REV 08/17/202 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

PARKING GARAGE “A” Cutler- NSBPGA 6/10 Hammer/draw out

PARKING GARAGE “B” Cutler- NSBPGB 6/10 Hammer/draw out

4th Curbs West end

H1DPN 6/10 Westinghouse

H1DPS 6/10 Westinghouse

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-4 BASE REV 08/17/202 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

YEAR 3

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

EAST SWITCHGEAR ROOM, C & D PODS AND 4TH CURBS

East S.G. ROOM Westinghouse/draw ESBN1 14/26 Cat Controls out/Magnum draw out ESBS1 10/20 Westinghouse/draw out NMSBN1 14/20 Westinghouse/draw out NMSBS1 13/20 Westinghouse/draw out M1CD 5/10 Westinghouse/draw out NMSBC1 10/16 Westinghouse/draw out

2nd Level Landside Terminal – West - East EQH2SBCC1 22/32 Eaton Magnum Cat Controls EQH2SBCC2 14/20 Eaton Magnum Cat Controls EQH2SBCC3 20/32 Eaton Magnum Cat Controls EQH2SBNE1 6/16 Eaton Magnum Cat Controls

4th Curbs East end

H1DPN2 9/9 Westinghouse

H1DPS2 9/9 Westinghouse

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-5 BASE REV 08/17/202 ATTACHMENT “A”

SWITCHGEAR MAINTENANCE SUMMARY OF EQUIPMENT

LOCATION BREAK/CUBE MANUFACTURER MISCELLANEOUS INFORMATION

SOUTH ITF SWITCHGEAR ROOM AND CEP

SIGH1SB1 26/16 Eaton Magnum SIH1SB1 1/3 Eaton Magnum SCHSB1 8/11 Eaton Magnum SCGH1SB 6/10 Eaton Magnum SGH1DP1 1/1 Eaton CB MOLDED Eaton SGH1DP2 1/1 Eaton CB MOLDED SGH1DP3 1/1 Eaton CB MOLDED

 Note: We have over or close to 21 other locations thru out the complex with Main Service entrance equipment on remote buildings.

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK A-6 BASE REV 08/17/202 ATTACHMENT “B” SWITCHGEAR MAINTENANCE SCHEDULE AUTOMATIC TRANSFER SWITCH

EQUIPMENT LOCATION QUANTITY TOTALS NOTES NAME Automatic Transfer Switches West End West Elec Room ATS-MIS 1 West Elec Room ATS-COM 1 West Elec Room ATS-EH2G 1 West Elec Room ATS-TUG ROAD 1 West Elec Room ATS-CEP 1 Eaton West Elec Room ATS-Lift Station 1 Eaton West Elec Room ATS-Phone Rm. 1 Eaton A Garage level 1 ATS-APG 1 A Garage West PH ATS-APGW 1 A Garage East PH ATS-APGE 1 B Garage, level 1 ATS-BPG 1 B Garage West PH ATS-BPGW 1 B Garage East PH ATS-BPGE 1 Terminal Top Park ATS-TT5A 1 Terminal Top Park ATS-TT5B 1 LS2CE Room 2295 ATS-AQ 1 Total ATS 16

MTS/ATS ELEVATORS LANDSIDE MTS – 4SW P1 THRU P6 1 EATON MTS - 4NW P7 THRU P12 1 MTS - 1W TUNNELS WEST 1 MTS – 1E TUNNELS EAST 1 MTS – 13N 6 BANKS N 1 MTS – 13S 6 BANKS S 1 MTS – 4NE1 NORTH 1 EATON MTS – 4SE1 SOUTH 1 EATON ATS – 1NE P43 THRU P45 1 ATS – 2NE P46 THRU P48 1 ATS – 3SE P17 THRU P19 1 ATS – 4SE P20 THRU P48 1 ATS – 1NE CONTROL P43 THRU P45 1 EATON ATS – 2NE CONTROL P46 THRU P48 1 EATON ATS – 3SE CONTROL P17 THRU P19 1 EATON ATS – 4SE CONTROL P20 THRU P48 1 EATON

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK B-1 BASE REV 12/9/2020 ATTACHMENT “B” SWITCHGEAR MAINTENANCE SCHEDULE AUTOMATIC TRANSFER SWITCH

EQUIPMENT LOCATION NAME QUANTITY TOTALS NOTES Automatic Transfer Switches AS-1 FIS Area ATS-1EH1F2 1 ATS-1EH1F3 1 ATS-EHRFB 1 ATS-EQHRB1 1 AS1 Hub SG Room 1EQRFB-ATS 1 Caterpillar CTG/CTGD Total 5

Automatic Transfer Switches AS 2 Wing 1 ATS-LS2 1 AS 2 Wing 3 ATS-LS1 1 AS 2 Hub ATS-LS3 1 AS 2 Wing 3 ATS-NE1 1 AS 2 Wing 1 ATS-NE2 1 AS 2 Hub ATS-NE3 1 Total 6

Automatic Transfer Switches AS3 Hub SG Room 3EQRFB-ATS 1 Caterpillar CTG/CTGD Total 1

Automatic Transfer Switches Airside 4 ATS-X 1 70’S PINA Total

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK B-2 BASE REV 12/9/2020 ATTACHMENT “B” SWITCHGEAR MAINTENANCE SCHEDULE AUTOMATIC TRANSFER SWITCH

EQUIPMENT LOCATION NAME QUANTITY TOTALS NOTES HBJ Building HBJ Building Fire Pump 1 Zenith LS2NE Pod C Landside Level 2 1 Eaton East Fire ARFF ARFF East 1 Koehler Centerfield ARFF ARFF Centerfield 1 West Fire ARFF ARFF West 1 Koehler USDA Building USDA 1 Koehler Motor Pool Motor Pool 1 APG Toll Plaza ATS-EQHTPA 1 BPG Toll Plaza ATS-EQHTPB 1 Blue Lot South ATS-EQHTBA 1 Blue Lot North EQHTBB 1 MPOE BUILDING TRADEPORT 1 C Garage entrance Plaza Jeff Fuqua Blvd. 1 C Garage exit Toll Plaza Jeff Fuqua Blvd. 1 RSF Building Cargo rd. 1 Cat/Ringpower Annex Building Casa Verde 2 New Gate 30 Building Casa Verde 1

ITF/CEP/GARAGE C ATS SCEQ1 CEP 1 ATS SCEQ2 CEP 1 ATS SCEQ3 CEP 1 ATS SCEQ4 CEP 1 ATS SCEH1 CEP 1 ATS-SGE1 C PARKING GARAGE 1 ATS-SGEC1 C PARKING GARAGE 1 ATS-SGEQ1 C PARKING GARAGE 1 ATS-SGEX1 C PARKING GARAGE 1

B17-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK B-3 BASE REV 12/9/2020

ATTACHMENT “C”

GREATER ORLANDO AVIATION AUTHORITY MAINTENANCE OF SWITCHGEAR CIRCUIT BREAKER INVENTORY

Location Name Manufacturer & Model Serial Number Trip Unit Comments

Spare Breakers Spares located in West Switchgear Room On Rack Westinghouse DSL-206 81Y4079 1/2 Digitrip 910 On Rack Westinghouse DSL-206 24Y8321B4 Digitrip 910 On Rack Westinghouse DSL-206 6616C31G04 Digitrip 910 On Rack Westinghouse DSL-206 6616C31G01 Digitrip 910 On Rack Westinghouse DS-420 Digitrip 910 On Rack Westinghouse DSL-416 6616C34G01 Digitrip 910 On Rack Westinghouse DSL-416 6616C34G04 Digitrip 910 On Rack Westinghouse DSL-416 27Y7243 Digitrip 910 On Pallet Westinghouse DSL-416 Digitrip 910 On Pallet Westinghouse DSL-416 Digitrip 910 On Pallet Westinghouse DSL-416 Digitrip 910 On Pallet Westinghouse DSL-416 Digitrip 910 On Pallet Westinghouse DSL-206 Digitrip 910 On Pallet Westinghouse DSL-206 Digitrip 910 Eaton Magnum On Pallet Digitrip 910 MDS-832 On Rack Westinghouse DSL-416 49Y6175 2/5 Digitrip 910 On Rack Westinghouse DS-840 6616C37G04 1/1 Digitrip 910 Amptech 1 A Mod On Rack Westinghouse DS-840 27Y7242 LISG

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-1 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments On Rack Cutler/Hammer DSII-840 4135349379 001 1/1 Digitrip 510 Cutler/hammer On Rack 695C172G01 1/1 Digitrip 510 DSLII-308 Cutler/Hammer On Rack 695C173G01 1/1 Digitrip 510 DSLII-516 On Rack Cutler/Hammer DSII-608 695C184G01 Digitrip 910

MECHANICAL Mechanical Gear located in West CEP Digitrip 1050 4,000 MMSB1 MMSB1 Main Westinghouse DS-840 81Y4861 Amp Digitrip 1050 1,600 CMMS # SG0011 Chiller CC-5B Westinghouse DSL-416 27Y5563B2 Amp OUC Transformer Digitrip 1050 1,600 Chiller CC-5A Westinghouse DSL-416 6616C34G01 W-3 Amp Digitrip 1050 1,600 H1DPM1 Westinghouse DSL-416 81Y4604 Amp Digitrip 1050 2,000 Chiller CC-2 Eaton DS-420 4135R78890 Amp Digitrip 1050 MCC1-14 Westinghouse DSL-206 49Y6199 4/4 600 Amp Digitrip 1050 MCC1-1 Westinghouse DSL-206 49Y6199 2/4 600 Amp Cutler-Hammer Digitrip 910 Spare Cell 2B 6616C31G04 DSL-206 800 Amp Amptector Mod A Spare Cell 2C Westinghouse DSL-206 49Y6200 1/1 SE

Spares located in CEP Amptector 1 A Mod On rack Westinghouse DS-206 49Y6127 2/2 LS1G On rack Westinghouse DS-206 27Y7244 Digitrip 910 Westinghouse On rack DS-416-H 3135R45272-001 Digitrip 910

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-2 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments Digitrip 1050 MMSB2 MMSB2 Main Westinghouse DS-840 6616C37G04 4,000 Amp Digitrip 1050 CMMS # SGOO12 Chiller CC-4B Cutler-Hammer DS-840 GO RC51421 1,200 Amp OUC Transformer Digitrip 1050 Chiller CC-4A Westinghouse DSL-416 49Y6206 W-4 1,600 Amp Digitrip 1050 Westinghouse DSL-416 81Y4862 H1DPM2 1,600 Amp Digitrip 1050 Trip Unit missing Westinghouse DSL-416 80Y6146 3/4 Chiller CC-13 1,600 Amp clear shield Digitrip 1050 MCC1-13 Westinghouse DSL-416 80Y6146 2/4 1,600 Amp The following gear is located in West Switchgear Room Digitrip 1050 MMSB3 MMSB3 U Main Westinghouse DS-840 6616C37G01 2/2 4,000 Amp MMSB3 Gen Digitrip 1050 CMMS # SG0013 Westinghouse DS-840 6616C37G01 1/2 Main 4,000 Amp OUC Transformer Digitrip 1050 Chiller CC-6 Westinghouse DSL-416 6616C34G01 1/2 W-7 1,600 Amp Digitrip 1050 Chiller CC-7 Westinghouse DSL-416 6616C34G01 2/2 1,600 Amp Digitrip 1050 MCC1-4 Westinghouse DSL-206 6616C31G01 2/3 800 Amp Digitrip 1050 MCC1-5 Westinghouse DSL-206 6616C31G01 1/3 800 Amp Digitrip 1050 Heat Pump CC-8 Westinghouse DSL-206 6616C31G01 3/3 800 Amp Digitrip 1050 MMSB4 Westinghouse DS-840 6616C37G01 1/1 MMSB4 Main 4,000 Amp CMMS# Digitrip 1050 Chiller CC-9 Westinghouse DS-420 6616C35G01 1/1 SG0013 2,000 Amp OUC Transformer Cutler-Hammer Digitrip 1050 MCC1-7 6616C26G04 1/1 W-8 DS-206-E 800 Amp Digitrip 1050 Chiller-10 Cutler-Hammer DS-420 6616C35G04 1/1 2,000 Ano Digitrip 1050 MCC1-6 Westinghouse DS-206 6616C31G01 2/5 800 Amp

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-3 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments

Digitrip 1050 MMSB5 MMSB5 Main Westinghouse DS-840 6616C37G01 1/1 4,000 Amp Digitrip 1050 CMMS # SG0015 Chiller CC-11 Westinghouse DS-420 6616C35G01 1/1 2,000 Amp OUC Transformer Cutler-Hammer Digitrip 1050 MCC-11/12 6616C26G04 W-9 DS-206 E 800 Amp Digitrip 1050 Chiller CC-12 Cutler-Hammer DS-416 6616C32G04 2/2 1,600 Amp Digitrip 1050 H1DPM5 Eaton DSL-416 6616C34G04 1/2 1,600 Amp

Normal Utility Power NMSB1 NMSB1 Main Westinghouse DS-840 SO #49Y6198 Digitrip 1050 CMMS # SG00 H2DP2 Westinghouse DSL-416 SO #49Y6201 3/5 Digitrip 1050 OUC Transformer W- H2DP1 Westinghouse DSL-416 SO #49Y6201 5/5 Digitrip 1050 5 H1DP Westinghouse DSL-416 SO #49Y6201 Digitrip 1050 H1DP2-B Westinghouse DSL-416 FN6616C34G04 1/1 Digitrip 1050 H3DP2 Westinghouse DSL-416 SO #49Y6201 2/5 Digitrip 1050 H3DP1 Westinghouse DSL-416 49Y7977 1/1 Digitrip 1050

Westinghouse DSL-416 49Y6201 4/5 Digitrip 1050 H3DPCW1

Westinghouse DSL-416 FN6616C34G01 1/1 Digitrip 1050 H1DP2-A Spare Westinghouse DSL-416 81Y4604 1/1 Digitrip 1050

Microversatrip NMSB2 NMSB2 Main General Electric WPS40 0363A6212-001-01 RMS9 Microversatrip CMMS # SG00 H1DPN1 General Electric WPS20 0363A6212-002-01 RMS9

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-4 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments OUC Microversatrip Transformer W- H1DPS1 General Electric WPS20 0363A6212-002-02 RMS9 6 Microversatrip H1DPCW1 General Electric WPH16 0363A6212 2/2 RMS9

Emergency Utility Power EMSB1 EMSB1-Utility Westinghouse DS-840 49Y6074 Digitrip 1050 CMMS # EMSB1-Gen. Westinghouse DS-840 49Y6130 2/2 Digitrip 1050 SG00 OUC Transformer EH2PD1 Westinghouse DSL-416 49Y6129 3/5 Digitrip 1050 W-1 EH2DP2 Westinghouse DSL-416 49Y6129 1/5 Digitrip 1050 EMSB1 (Cont) EH4DP2 Westinghouse DSL-416 49Y6129 5/5 Digitrip 1050 EH4DP1 Westinghouse DSL-416 49Y6129 Digitrip 1050 Concessions Westinghouse DSL-416 48Y5075 5/5 Digitrip 1050 ATS EH1DP Westinghouse DSL-416 6616C34G01 2/2 Digitrip 1050 Cutler-Hammer EH1DPS FN6616C31G04 1/2 Digitrip 1050 DSL-206 Cutler-Hammer EH1DPN FN6616C31G04 2/2 Digitrip 1050 DSL-206 GEN-1 Westinghouse DSL-416 49Y6128 3/4 Digitrip 1050

GEN-2 Westinghouse DSL-416 6616C34G01 1/2 Digitrip 1050

GEN-3 Westinghouse DSL-416 49Y8283 1/2 Digitrip 1050 GEN-4 Westinghouse DSL-416 49Y6128 1/4 Digitrip 1050 GEN-5 Westinghouse DSL-416 49Y6128 4/4 Digitrip 1050 GEN-6 Westinghouse DSL-416 49Y6128 2/4 Digitrip 1050

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-5 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments EMSB2 EMSB2-Utility Westinghouse DS-840 Digitrip 1050 CMMS # EMSB2-Gen Westinghouse DS-840 FN6616C37G01 1/5 Digitrip 1050 SG00 OUC Transformer EMSB2-Peak Westinghouse DS-840 FN6616C37G01 2/5 Digitrip 1050 W-2 ESBS1/EMSB1- Westinghouse DS-840 49Y6074 Digitrip 1050 2 EMSB2-1 Westinghouse DS-840 FN6616C37G01 Digitrip 1050 EH1DP2 Westinghouse DSL-206 FN6616C31G01 1/1 Digitrip 1050 EQH1DP Westinghouse DSL-416 FN6616C34G02 1/1 Digitrip 1050 EQH2DP1 Westinghouse DSL-416 FN6616C34G04 1/1 Digitrip 1050

EMSB3 Utility GO# 4135223703 EMSB3 Eaton Magnum MDS840 Digitrip 1150 MB 52N1 001 004 GO# 4135223703 CMMS SG0020 Gen Tie 1 52ET1 Eaton Magnum MDS840 Digi Trip 1150 001 002 OUC Transformer Tie EMSB3- GO# 4135223703 Eaton Magnum MDS840 Digi Trip 1150 W-10 EMSB5 52BT1 001 003 GO#4135220351 Future 52D1 Eaton Magnum MDS616 Digitrip 1150 001 006 EQH1DPCW1 Eaton Magnum GO# 4135220351 Digitrip 1150 52D2 MDS616 EQH1DPC1 GO# 4135220351 Eaton Magnum MDS616 Digitrip 1150 52D3 001 003 EH1DPCW1 GO# 4135220351 Eaton Magnum MDS616 Digitrip 1150 52D4 001 005 GO# 4135220 001 Future 52D5 Eaton Magnum MDS616 Digitrip 1150 005 EQH3DPNW GO# 4135220351 Eaton Magnum MDS616 Digitrip 1150 52D6 001 004 EXH1DPCW1 GO# 4135220351 Eaton Magnum MDS616 Digitrip 1150 52D7 001 011 EQH3DPSWA GO# 4135220351 Eaton Magnum MDS616 Digitrp 1150 52D8 001 001

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-6 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments GO# 4135220351 Future 52D9 Eaton Magnum MDS616 Digitrip 1150 001 009 GO# 4135223351 Future 52D10 Eaton Magnum MDS616 Digitrip 1150 001 008 Tie EMSB3- GO# 4135223703 Eaton Magnum MDS840 Digitrip 1150 EMSB4 52BT3 001 001

GO# 4135030104 EMSB4 EMSB4 52N2 Eaton Magnum MDS840 Digitrip 1150 001 003 GO# 4135030105 Eaton Magnum MDS616 Digitrip 1150 CMMS SG0021 Future 52D11 001 001

GO# 4135R30409 OUC Transformer EQH2SBCC2 Eaton Magnum MDS620 Digitrip 1150 001 001 W-11 52D12

GO# 4135030370 Eaton Magnum MDS616 Digitrip 1150 Future 52D13 001 001

GO# 4135030106 Eaton Magnum MDS616 Digitrip 1150 Future 52D14 001 001

GO# 4135R30409 EQH2SBCC1- Eaton Magnum MDS620 Digitrip 1150 001 002 52D15

Eaton Maagnum GO# 4135030248 Gen Tie 2 - Digitrip 1150 MDS840 001 002 52ET2

GO# 4135030104 Tie EMSB4 & Eaton Magnum MDS840 Digitrip 1150 001 001 EMSB5 - 52BT4

GO# 4135030248 EMSB5 EMSB4 – 52N3 Eaton Magnum MDS840 Digitrip 1150 001 003 GO# 4135220351 CMMS SG0022 Future - 52D16 Eaton Magnum MDS616 Digitrip 1150 001 007

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-7 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments OUC Transformer GO# 4135030249 W-12 Future – 52D17 Eaton Magnum MDS616 Digitrip 1150 001 001

GO# 4135030249 Future - 52D18 Eaton Magnum MDS616 Digitrip 1150 001 002

Future GO# 4135030249 Eaton Magnum MDS616 Digitrip 1150 52D19 001 004

Provision 52D20

Future GO# 4135030249 Eaton Magnum MDS616 Digitrip 1150 52D21 001 003

Provision 52D22

Provision 52D23

Gen Tie 3 GO# 4135030248 Eaton Magnum MDS840 Digitrip 1150 52ET3 001 001 Tie EMSB5- GO# 4135030104 Eaton Magnum MDS840 Digitrip 1150 EMSB3 001 002

52BT5 GO# 4135030248 ESBN1 Tie 1- Eaton Magnum MDS840 001 004 Digitrip 1150 52T1

Generator Building Generator GO# 4135698535 Tie to EMSB5 Eaton Magnum MDS840 Digitrip 1150 Switchgear 001 003 52GT1 GENSB1

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-8 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments

Gen C GO# 4135698536 Eaton Magnum MDS840 Digitrip 1150 52G1 001 003

Tie to EMSB4 GO# 4135698535 Digitrip 1150 Eaton Magnum MDS840 52GT2 001 001 Gen B GO# 4135698536 Eaton Magnum MDS840 Digitrip 1150 52G2 001 002 Tie to EMSB3 GO# 4135698535 Eaton Magnum MDS840 Digitrip 1150 52GT3 001 002 Gen A GO# 4135698536 Eaton Magnum MDS840 Digitrip 1150 52G3 001 001 Spare Eaton Magnum MDS840 Digitrip 1150 Spare Eaton Magnum MDS840 Digitrip 1150

Parking Garage A NSGPGA-MB DSII-840 33U224643-001 1/1 Digitrip 910 1MA1 DSLII-308 33U224634-001 1/3 Digitrip 910 1MA2 DSLII-308 33U224634-001 2/3 Digitrip 910 DPA DSLII-416 33U224623-001 1/1 Digitrip 910 HCA DSLII-308 33U224629-001 1/1 Digitrip 910 1HPGA DSLII-308 33U224634-001 3/3 Digitrip 910

Parking Garage B NSGPGB-MB DSII-840 33U216813-001 1/1 Digitrip 910 1MB1 DSLII 308 33U216807-001 3/3 Digitrip 910 1MB2 DSLII 308 33U216807-001 2/3 Digitrip 910 DPB DSLII-416 33U216804-001 1/1 Digitrip 910 HPB DSLII 308 33U216805-001 1/1 Digitrip 910

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-9 BASE REV 12/9/2020 Location Name Manufacturer & Model Serial Number Trip Unit Comments 1HPGB DSLII 308 33U216807-001 1/3 Digitrip 910 AUTOMATIC TRANSFER SWITCHES West Switchgear Lift Station ATS Eaton GO# 1M1080222 Room West Switchgear CEP Control Eaton GO# SOR19315 Room ATS West Switchgear ELTE ATS Eaton GO# 1M1080222 Room EH2H ATS - West Switchgear Communication SER# 24623-1 Room RMTD 1504 CEF Center

West Switchgear EH2G ATS - RMT 4004 CE SER# 19670-1 Room Room 2072

West Switchgear MIS ATS - RMTP 4004 CE3 SER# 31365-1 Room Computer Room

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK C-10 BASE REV 12/9/2020 ATTACHMENT “D”

GREATER ORLANDO AVIATION AUTHORITY MAINTENANCE OF TERMINAL SWITCHGEAR CIRCUIT BREAKER INSPECTION

Date: Feeder Name: Location: Trip Coil Rating: Manufacture: Breaker Rating: Type Of Breaker: Company Name:

Item Finished Action Taken / Comments

Circuit De-energized

Circuit Properly Tagged

Breaker Removed (if applicable)

Primary Fingers

Arc Chutes

Contacts Clean Aligned Pressure

Mechanical Operation

Proper Lubrication Racking Device Rollers Trip Mechanism

Check Torque on bolted connections Trip Bar Trip Arm

Clean Breaker Enclosure

Tested By: GOAA AAR

B17-21 SWITCHGEAR ELECT SYS/GENERATORS AINT/REPAIR D-1 BASE REV 08/17/2020 ATTACHMENT “E”

GREATER ORLANDO AVIATION AUTHORITY MAINTENANCE OF TERMINAL SWITCHGEAR CIRCUIT BREAKER TESTING

Date: Feeder Name: Location: Trip Coil Rating: Manufacture: Breaker Rating: Type Of Breaker: Company Name:

Trip Settings "As Found" Long-Time Pick Up Long Time Delay Short-Time Pick Up Short Time Delay Instantaneous Ground Fault Delay Ground Fault Pick Up

Test Results TEST A Phase B Phase C Phase Remarks Long-Time P.U. Long-Time Delay Short-Time P.U. Instantaneous Ground Fault P.U. Ground Time Delay

Insulation Test @ 1000 Volts (In Meg ohms) A-GRD B-GRD C-GRD A-B B-C C-A

Comments:

Tested By: IGOAA AAR I

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK E-1 BASE REV 08/17/2020 ATTACHMENT “F”

GREATER ORLANDO AVIATION AUTHORITY MAINTENANCE OF SWITCHGEAR AUTOMATIC & MANUAL TRANSFER SWITCH CHECKLIST

Date Manufacture Location Equipment Identification Type of Equipment Company Name

Description Complete Action Taken Check equipment service records for previous problems. Check all indicating lamps, alarms & signals for proper operation. Visual inspection of all wiring and connections for signs of tracking, overheating, and insulation deterioration. Check and tighten, where necessary, all control circuit wiring terminals. Check manual switches and relays for contact continuity. Check door closure, locking bars & mechanism for proper operation. The following can only be done when the ATS or MTS has all power removed from the switch (complete shutdown). Tighten all lug & bus connections and mounting hardware. Inspect Main, Arcing, Relay Finger & Aux. contacts Check length of linkage, motor mounting hardware, interlock rod & handle bracket. Lubricate all necessary mechanical parts. Wipe down interior & exterior. Touch up minor exterior scratches. Verify the following functions: Engine start signal, transfer to emergency, transfer to normal & load test. IR/Thermographic Survey Complete Note any corrective action taken:

Report unsafe conditions:

Report recommendations for replacement of major components:

Tested By: GOAA AAR:

This list and all other data sheets, tests or reporting requirements specified in this contract should be prepared in an individual package for each Transfer Switch.

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK F-1 BASE REV 008/17/2020 ATTACHMENT “G” GREATER ORLANDO AVIATION AUTHORITY MONTHLY GENERATOR INSPECTION & SERVICES

Date Performed: Technician Name:

Engine Model: Engine S/N: Engine Hours:

ITEM DESCRIPTION SATISFACTORY UNSATISFACTORY 1. Visually inspect radiator for leaks, obstructions and conditions 2. Visually inspect engine and radiator hoses for loose connections, leaks and conditions. 3. Visually inspect engine jacket heater 4. Visually inspect engine and generator gauges 5. Visually inspect engine intake manifold and piping conditions 6. Visually inspect engine exhaust manifold and piping conditions 7. Visually inspect engine and generator mount condition 8. Visually inspect engine service meter operation and condition 9. Visually inspect engine jacket water heater operation and condition 10. Visually inspect engine V belts for proper tension and condition 11. Visually inspect engine batteries and charger for operation and condition 12. Visually inspect engine fuel system for leaks 13. Visually inspect main fuel tank, day tank, sub-base tank level & condition 14. Lubricate clutch control lever (2 fittings) 15. Lubricate fan drive bearing(s) 16. Drain engine primary fuel filters of water and sediment if possible without removing filter 17. Drain engine fuel day tank of water and sediment if possible 18. Check clutch adjustment 19. Check oil level 20. Check coolant conditioner level 21. Check battery water level, condition of cables and measure specific gravity 22. Check fuel line 23. Battery load test Startup engine and visually inspect/take readings of all engine and generator gauges for 24. proper operation and condition of, oil – coolant – exhaust 25. Startup engine and visually inspect engine exhaust smoke 26. Return engine to automatic, record hours, verify engine cool down and shutdown feature

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK G-1 BASE REV 08/17/2020 ATTACHMENT “H” GREATER ORLANDO AVIATION AUTHORITY INTERMEDIATE (QUATERLY & ANNUAL) GENERATOR INSPECTION & SERVICES

Date Performed: Technician Name:

Engine Model: Engine S/N: Engine Hours:

ITEM DESCRIPTION SATISFACTORY UNSATISFACTORY 1. Visually inspect – Fuel System – Main tank and day tank level/condition 2. Visually inspect – Fuel System – transfer pump, solenoid control & operation 3. Visually inspect – Fuel System – water in system, condition of piping & vents 4. Visually inspect – Fuel System – hoses & filters 5. Visually inspect – Lubrication Section – Level & crankcase breather 6. Visually inspect – Lubrication Section – Oil, filters & oil sample every 250 hrs. 7. Visually inspect - Cooling System – Liquid, Antifreeze, inhibitor and PH level 8. Visually inspect - Cooling System – Radiator exterior & cap condition 9. Visually inspect - Cooling System – Fan & alternator belts and jacket heater 10. Visually inspect - Cooling System – Water pump, hoses, clamps and connections 11. Visually inspect – Exhaust System – Silencer, piping, flex, rain cap and insulation 12. Visually inspect – Exhaust System – Fire hazards, hangers, supports and turbo charger 13. Visually inspect - Intake System – Air filter, hoses, clamps and connections 14. Visually inspect - Battery System – electrolyte level and specific gravity 15. Visually inspect - Battery System – Terminals, connections and cables 16. Visually inspect - Battery System – Load test and battery age 17. Visually inspect - Battery System – charger op-float and op-equalize 18. Visually inspect - Prime Mover System – Wiring harness and connections 19. Visually inspect - Prime Mover System – vibration damper, governor and carburetor. 20. Visually inspect - Generator – Diodes, surge suppression, isolators, rotor and stator 21. Visually inspect - Generator – Exciter field, armature, bearings and hardware mounts 22. Visually inspect - Generator – Leads: output, stator, fields, sensing, CT’s 23. Visually inspect - Generator – Flex plates, covers, control panel and mounts 24. Visually inspect - Generator – Voltage regulator, breaker and fuses 25. Visually inspect - Generator – Controller wiring and component connections 26. Visually inspect - Generator – Megger test windings

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK H-1 BASE REV 08/17/2020 ATTACHMENT “H” GREATER ORLANDO AVIATION AUTHORITY INTERMEDIATE (QUATERLY & ANNUAL) GENERATOR INSPECTION & SERVICES

ITEM DESCRIPTION SATISFACTORY UNSATISFACTORY

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK H-2 BASE REV 08/17/2020 ATTACHMENT “I” GREATER ORLANDO AVIATION AUTHORITY ANNUAL GENERATOR INSPECTION & SERVICES

Date Performed: Technician Name:

Engine Model: Engine S/N: Engine Hours:

ITEM DESCRIPTION SATISFACTORY UNSATISFACTORY 1. Visually inspect – Fuel System – Main tank and day tank level/condition 2. Visually inspect – Fuel System – transfer pump, solenoid control & operation 3. Visually inspect – Fuel System – water in system, condition of piping & vents 4. Visually inspect – Fuel System – hoses & filters 5. Visually inspect – Lubrication Section – Level & crankcase breather 6. Visually inspect – Lubrication Section – Oil, filters & oil sample every 250 hrs. 7. Visually inspect - Cooling System – Liquid, Antifreeze, inhibitor and PH level 8. Visually inspect - Cooling System – Radiator exterior & cap condition 9. Visually inspect - Cooling System – Fan & alternator belts and jacket heater 10. Visually inspect - Cooling System – Water pump, hoses, clamps and connections 11. Visually inspect – Exhaust System – Silencer, piping, flex, rain cap and insulation 12. Visually inspect – Exhaust System – Fire hazards, hangers, supports and turbo charger 13. Visually inspect - Intake System – Air filter, hoses, clamps and connections 14. Visually inspect - Battery System – electrolyte level and specific gravity 15. Visually inspect - Battery System – Terminals, connections, cables, and connector plates 16. Visually inspect - Battery System – Load test and battery age 17. Visually inspect - Battery System – charger op-float and op-equalize 18. Visually inspect - Prime Mover System – Wiring harness and connections 19. Visually inspect - Prime Mover System – vibration damper, governor and carburetor. 20. Visually inspect - Generator – Diodes, surge suppression, isolators, rotor and stator 21. Visually inspect - Generator – Exciter field, armature, bearings and hardware mounts 22. Visually inspect - Generator – Leads: output, stator, fields, sensing, CT’s 23. Visually inspect - Generator – Flex plates, covers, control panel and mounts 24. Visually inspect - Generator – Voltage regulator, breaker and fuses 25. Visually inspect - Generator – Controller wiring and component connections 26. Visually inspect - Generator – Megger test windings

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK I-1 BASE REV 08/17/2020

ATTACHMENT “I” GREATER ORLANDO AVIATION AUTHORITY ANNUAL GENERATOR INSPECTION & SERVICES

ITEM DESCRIPTION SATISFACTORY UNSATISFACTORY 27. Systems Operation – Place control sw. to manual and measure time to start 28. Systems Operation – Check for nose or vibration 29. Systems Operation – Check for leaks – fuel, coolant, oil, exhaust 30. Systems Operation – Check exhaust for opacity and wet stacking 31. Systems Operation – Record oil pressure, coolant temp, battery charging 32. Systems Operation – Observe & note safety shut downs and pre-safety shutdowns 33. Systems Operation – Check remote annunciator panel 34. Systems Operation – Record K-AC voltage Ph-Ph, and Hertz 35. Record list of parts used, equip Hr. meter 36. Schedule Oil Sampling 37. Visually inspect – Engine room fans for proper operation 38. Verify services completed and that equipment is operational 39. Notify Central plant the unit is back in service

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK I-2 BASE REV 08/17/2020

ATTACHMENT “J”

UPS PREVENTATIVE MAINTENANCE INSPECTION FORM

UNIT DESCRIPTION LOCATION STATUS RESULTS

LS12B Radio Powerware 9331, 12vdc, UPS Battery - Room#8250 270W, 75 Amp/hr 48 each UPS-EL12S Serial #EX442AXX08-XX02 Unit has dual bypass opt. LS2C Room #5124 APC MGE Galaxy 5000 UPS Battery - Protects Mod #72-174001-00 72 each MIS/IT Room, FIDS Serial #: IPNJ13003 Access Control

UPS-CEP West Switchgear Room APC SMART VT 20KVA 130 each Prot. BAS control power New LS2C Room #4934 UPS Battery - APC SCHNIDER GAL 5000 UPS-COMM 36 each MODEL#72-174002-00 Unit has ATS option

Powerware Plus 36/24 9355 UPS Battery - AS02 W07 01 2545 12vdc, 2400W, 17 Amp/hr 160 each UPS-CA-1 Serial #: ES143A0003

Powerware Plus 36/36 9355 UPS Battery - AS02 HUB 01 1683 12vdc, 3600W, 17 Amp/hr 160 each UPS-CA-3 Serial #: ES143A0002 Powerware Plus 36/24 UPS Battery - AS02 W09 01 4514 12vdc, 2400W, 17 Amp/hr 150 each UPS-CA-2 Serial #: ES153A0005

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-1 BASE REV 08/17/2020 UNIT DESCRIPTION LOCATION STATUS RESULTS

APC MGE Galaxy 5000 UPS Battery - Ser # F09-10139 GOAA Annex Build 36 each Mod #72-174042-00 Computer Room 3139 12VDC APC MGE Symmertra LX Landside Level 1 UPS Battery QD0931160249 “A” side west Room Cells - 130 each Serial #: QD0931660179 #1120 Model #: SYAF16KXR19

LIEBERT Model # UPS Battery – 38SA120AOAAA "C" PARKING UPS-SG1, 80 each Serial # M17CCL001, SPCN ZCR 01 1352 Tag # 1837959,Site ID# 179757 LIEBERT Model # C TOLL PLAZA EXIT, UPS Battery – 47SA040EAC00G94 UPS-STX1, 24 each Serial # M17CZB0037, Room 1048 OUT 01 1018 Tag #1837955,Site ID#179757 LIEBERT 51A050BAA00678 ITF LEVEL 1, UPS-SA1, UPS Battery – 50KVA Room SITF ZWW 01 36 each Serial # M17CUS0005, 1770 Tag #1836789,Site ID#179753 LIEBERT 38SA120A0A00 - UPS Battery – 120KVA ITF LEVEL 1, UPS-SI1A, 80 each Serial # M17BCL0006, Room SITF ZCW 01 4202 Tag #1836241,Site ID #165784 LIEBERT Model UPS Battery – 51SA050BAA00B62 50KVA, LEVEL 3 ROOM ZEE 03 36 each Serial # M17FUS0001, 8527 Tag #1850847,Site ID # 177883 Liebert Model AS#4 HUB/W12 UPS- UPS Battery – 38SA120A0A00, 100KVA EXHRDP 80 each Serial # M17BCL003, Room AS4 W12 01 1823 Tag #183244,Site ID # 16784

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-2 BASE REV 08/17/2020 UNIT DESCRIPTION LOCATION STATUS RESULTS

Liebert Model UPS Battery – AS#4 HUB UPS-CBP 38SA120A0A00, 100KVA 80 each Room AS4 HUB 01 1608 Serial # M17BCL0004

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-3 BASE REV 08/17/2020 ATTACHMENT “J (A)”

UPS PREVENTATIVE MAINTENANCE “as need it basis” INSPECTION FORM- Rack mounted units

UNIT DESCRIPTION LOCATION STATUS RESULTS

APC Smart UPS SRT 6000 UPS Battery – SRT6KRMXLT‐ AS18147604 AS04 HUB 01 1668 48 each

APC Smart UPS SRT 6000 UPS Battery – SRT6KRMXLT‐AS1704270605 AS04 HUB 01 1668 48 each

APC Smart UPS SRT 2200 UPS Battery – SRT2200RMXLA‐NC‐ AS04 HUB 01 1668 48 each AS1731291973

APC Smart UPS RT 8000 UPS Battery – SURT8000 QS1532173376 NTLS ZCW 02 4407 96 each

APC Smart UPS RT 8000 UPS Battery – SURT8000RMX6T6U NTLS ZCW 02 4407 96 each QS1228150460

APC Smart UPS SRT 8000 UPS Battery – SURT8RMXLT64 QS1228150435 NTLS ZCW 02 4407 96 each

APC Smart UPS RT 5000 UPS Battery – SURTD5000RMXLT3U NTLS ZCW 02 4407 16 each NS0932020422

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-4 BASE REV 08/17/2020 ATTACHMENT “J (A)”

UPS PREVENTATIVE MAINTENANCE “as need it basis” INSPECTION FORM- Rack mounted units

UNIT DESCRIPTION LOCATION STATUS RESULTS

UPS Battery – APC Smart UPS SRT 6000 NTLS ZSW 04 4752 48 each SRT6KRMXRT- AS1917172922

UPS Battery – APC Smart UPS RT 3000 NTLS ZSW 04 4752 16 each SRT6KRMXRT AS1917172922

UPS Battery – APC Smart UPS SRT 6000 URTA6000RMXLT3U NTLS ZSW 04 4752 80 each QS1233250928

UPS Battery – Xtreme- Power Conversion NTLS ZSW 04 4752 60 each P91-10K - P952191100030

UPS Battery – APC Smart UPS SRT 5000 NTLS ZNC 03 2527 48 each SRT5KRMXLT AS1625371030

UPS Battery – APC Smart UPS SRT 6000 NTLS ZNC 03 2527 48 each SRT6KRMXRT AS1621371606

UPS Battery – APC Smart UPS SRT 5000 NTLS ZCE 02 6190 48 each SURT003 ZS1226002275

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-5 BASE REV 08/17/2020 ATTACHMENT “J (A)”

UPS PREVENTATIVE MAINTENANCE “as need it basis” INSPECTION FORM- Rack mounted units

UNIT DESCRIPTION LOCATION STATUS RESULTS

UPS Battery – APC Smart UPS SRT 6000 NTLS ZNC 03 2563 48 each SRT6KRMXLT AS1704270639

UPS Battery – APC Smart UPS SRT 15000 SURT15KRMXLT NTLS ZNE 03 3587 144 each AS1227003528

UPS Battery – APC Smart UPS SRT 8000 NTLS ZNE 03 3698 96 each

UPS Battery – APC Smart UPS SRT 6000 NTLS ZSE 03 9391 96 each SRT6KRMLT AS1636272631

UPS BATTERY- UPS APC SMART RT 3000 AS#1 HUB 02-1448 XX EACH

UPS BATTERY- APC Smart UPS SRT 6000 NTLS ZNE 03 3698 XX EACH

UPS BATTERY- APC Smart UPS SRT 6000 NTLS ZNE 03 3698 XX EACH

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK J-6 BASE REV 08/17/2020 ATTACHMENT “K”

GREATER ORLANDO AVIATION AUTHORITY MAINTENANCE OF SWITCHGEAR ASTM D975 – DIESEL FUEL SPECIFICATIONS

Fuel Must Be Tested and Treated To These Minimum Specifications

Test Parameters : Implications and Uses Specifications

Flash Point: (D93) in degrees F. The minimum temperature at which fuel vapors will ignite under a low 125°F = Minimum for #2 Diesel flame. Important for safe handling and storage. Fuel Appearance: @ 75° F is a visual examination of the fuel. Dark and/or cloudy fuel suggests a need for “Clear and Bright” remediation. Water and Sediment: shows the level of contamination by water and sediments. 0.05 maximum Carbon Residue: (D524) a measure of the carbon depositing tendencies of a fuel when heated in a 0.20 maximum bulb under prescribed conditions. API Gravity: @ 60°F is the density of the fuel. Deviation from the normal range will alter the Range: 30.0 – 39.0 classification of the fuel for its intended use. Distillation: (D86) process by which the fuel is distilled and recovered at specified levels. Defines its 540°F = minimum evaporation characteristics; is important for complete combustion. 640°F = maximum @ 90% recovered Viscosity: (D445) the measure of resistance to flow of a liquid; important for consistency, injector flow, Range: 1.90 – 4.10 and good atomization. Sulfur: (D5453) a measure of sulfur content. Important to minimize engine wear and to meet legislation. 1.0 maximum

Corrosion: (D130) rates the tendency for fuel to attack metal surfaces in the distribution and storage #3 = maximum network, and in the engine fuel system. Residue at End Point: in per cent suggests contamination of the fuel by higher boiling compounds. 3.0% = maximum Particulate Contamination: in Mg/L is the level of solid particulate matter recovered from the fuel which 10 Mg/L = maximum can lead to blockage of the fuel flow, starvation of and damage to the fuel pump, and damage to the diesel engine. Cetane Index: (D976) shows the ability of the fuel to ignite properly. Specified as a limitation on the 40 = minimum amount of high aromatic components.

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK K-1 BASE REV 08/17/2020

Accelerated Storage Stability: (D5304) a procedure for assessing the potential long-term storage 3.0 Mg/L= maximum stability. Using oxygen over pressure at a specified temperature for a set period of time to simulate the For grades : degradation of the fuel on standing. #1 Diesel fuel #2 Diesel fuel

Microbial Contamination: (D6490) the level of a variety of algae growth in the fuel which blocks the flow None Allowed of fuel by filter blanking and degrades the quality of the fuel.

B08-21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK K-2 BASE REV 08/17/2020

ATTACHMENT “L” GREATER ORLANDO AVIATION AUTHORITY SWITCHGEAR MAINTENANCE SUMMARY OF GENERATORS

Item tank Unit # ZONE DESCRIPTION SERIAL NUMBER 1 200 1460 611 CAT 60KW (A TOLL PLAZA) ND772816/2041262 2 200 1461 611 CAT 80KW (B TOLL PLAZA) ND772817/2041263 3 1000 1462 611 CAT3412 700KW (A GARAGE) 2WJO1791/5NJO0822 4 1000 1463 611 CAT3412 700KW (B GARAGE) 2WJO1736/5NJO0821 5 2500 1553 110 CAT 1.1MW (17L/35R VAULT) CAT00000JCMJC0970 6 8000 1480 110 CAT 3412 455KW (18R/36L VAULT) 8LZL4678/10244 7 4000 1481 110 CAT 3508 725KW (18L/36R VAULT) 23ZO2878/97046 8 3584 1483 110 CAT C15 450KW (17R/35L VAULT) CAT00C15TT3300827 9 2500 1484A 170 CAT 3408-B 400KW (ARFF CENTER) 78ZO2620/6DA01770 10 850 1484B 170 KOHLER 154KW (ARFF Center ) JOHN DEER ENGINE 337GMGK0016 385370/ RG6081T018872 11 6000 1485 170 KOEHLER 135AOZJ 135KW (ARFF WEST) 12 408 1487 170 CAT D3306T 187.5KVA (MOTOR TRANSPORT) CAT00C71KWG200389 OLY00000TNPF022/142643/04 13 59 1535 170 CAT/Olympian 40KW Gen (Heinztleman) 14 500 1536 170 Koehler 275RE02D 275KW Gen (ARFF EAST) 0743923/06R0713464 15 250 1490 330 KOHLER 6076TF010 125KW (USDA) RG6076T179292/ 294033 16 815 9506 330 CAT 3508 187.5KVA (MPOE TRADEPORT) CAT00C71EWG200564 17 500 1491 510 CAT 3508 1000KW (HYATT) 1ZF00618/GNAC2535 18 85 1492 330 TRADEWINDS 50KVA (HBJ) MT0066372 07/2018 19 308 1493 612 KOHLER 50KW (BLUE LOT S1) SGM32H6ZJ 20 218 1494 612 KOHLER 30KW (BLUE LOT N1) SGM32HG?? 21 500 1506 830 CUMMINS DFAB-5006428 230KW (OEA) 22 500 1702 330 CAT C27 800KW (RSF) 23 30k 1804 210 CAT 3516 2000KW (LS C) ZAP00340/G6A00187 24 15k 1805 210 CAT 3516 2000KW (LS B) ZAP00335/G6A00185 25 15k 1806 210 CAT 3516 2000KW (LS A) ZAP00334/G6A00186 26 2015 210 CAT 3516 2000KW (LS D) SBJ01107/G6A00849 27 2016 210 CAT 3516 2000KW (LS E) SBJ01108/G6A00852 28 2017 210 CAT 3516 2000KW (LS F) /G6A00850 29 12k 1823 210 CAT C27 800KW (AS3) MJE00493/AFR01261 30 I 1824 210 CAT C27 800KW (AS3) MJE00492/AFR01260 31 1825 210 CAT C27 800KW (AS3) MJE00494/AFR01262 32 •20k 1826 210 CAT C27 800KW (AS1) MJE00702/AFR01314 33 1827 210 CAT C27 800KW (AS1) MJE00706/AFR01312 34 1828 210 CAT C27 800KW (AS1) MJE00707/AFR01313 35 3000• 1468 210 CUMMINS KTA19-G2 400KW (AS2 GEN1) 37191678/B000062514 36 I 1469 210 CUMMINS KTA19-G2 400KW (AS2 GEN2) 37191573/B000062513 37 1470 210 CUMMINS KTA19-G2 400KW (AS2 GEN3) 37191472/B000062515 38 4000• 1471 210 CUMMINS QSK60-G6 2187KVA 1.75 MW (AS2 AGT) 33143365/I990981110 39 20k 1929 210 CAT C15 500KW (AS4 Gen1) FSEO3664/G6B17830 40 1930 210 CAT C15 500KW (AS4 Gen2) FSEO3659/G6B17802 41 1931 210 CAT C15 500KW (AS4 Gen3) FSEO3661/G6B17800 42 ' .. 1932 210 CAT C15 500KW (AS4 Gen4) FSEO3658/G6B17801 43 3500 1933 210 CUMMINS DQGAB 1500KW (AS4 CEP) L150899156 spec.C 44 2400 1479 210 CAT 3512 1180KW (AS4 AGT) 24ZO235495856

B08‐21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK L‐1 BASE REV 08/17/2020

ATTACHMENT “L” GREATER ORLANDO AVIATION AUTHORITY SWITCHGEAR MAINTENANCE SUMMARY OF GENERATORS

Item Tank Unit # ZONE DESCRIPTION SERIAL NUMBER

45 1000 1831 170 CAT C9 250KW (Annex Bldg.) G5A01462/59LO2078 46 500 P1488 170 TRADEWING PORTABLE 300KW (MOTOR POOL#1) 47 115 P1489 170 JOHN DEER 150KW (MOTOR POOL #2) 48 65 P1486 170 CAT PORTABLE 75KW (MOTOR POOL #3) 49 4800 S6921 692 CAT SC2 1500KW (ITF GEN#1) CAT3512CLYBD00515 50 4800 S6922 692 CAT SC2 1500KW (ITF GEN#2) CAT3512CHYBD00516 51 300 S6923 692 CAT D80-8 80KW (C GARAGE EXIT TOLL) CAT00C44LL4R00190 52 5000 S6924 692 CAT 3512C 1500KW (ITF CHILLER PLANT) 53 300 S6925 692 CAT D-40-22C 40KW (C GARAGE ENTRANCE TOLL) CAT00C44EMZT00390 54 1600 S6926 615 CAT 500 500KW (C GARAGE) CAT00C15KNAPO1537

Totals

B08‐21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK L‐2 BASE REV 08/17/2020

ATTACHMENT “M” 04-16 MANAGEMENT OF ELECTRICAL SWITCHGEAR EQUIPMENT, GENERATORS, UNINTERRUPTIBLE POWER SUPPLIES (UPS) AND BATTERIES, AND EMERGENCY GENERATOR FUEL DELIVERY SYSTEM (FDS) TESTING, MAINTENANCE AND REPAIR SERVICES ORLANDO EXECUTIVE AIRPORT (“OEA”)

ESTIMATED ITEM OEA EQUIPMENT/AREA QUANTITY* Administration Building – Service: PM Equipment 1. 1 Testing & IR Test Dowstream Equipment Administration Building -200A Disc: PM Equipment 2. 1 Testing & IR Test Dowstream Equipment Administration Building -600A Disc: PM Equipment 3. 1 Testing & IR Test Dowstream Equipment Administration Building –Panel MSB: PM Equipment 4. 1 Testing & IR Test Dowstream Equipment Administration Building -30KVA Transformer: PM 5. 1 Equipment Testing & IR Test Dowstream Equipment Administration Building –Panel LA: PM Equipment 6. 1 Testing & IR Test Dowstream Equipment Administration Building –Panel LB: PM Equipment 7. 1 Testing & IR Test Dowstream Equipment Administration Building –Panel LC: PM Equipment 8. 1 Testing & IR Test Dowstream Equipment Maintenance Shop Building –400A Disc: PM 9. 1 Equipment Testing & IR Test Dowstream Equipment Airfield Vault – Main MDP: PM Equipment Testing & 10. 1 IR Test Dowstream Equipment Airfield Vault – Panel A: PM Equipment Testing & IR 11. 1 Test Dowstream Equipment Airfield Vault – Panel B: PM Equipment Testing & IR 12. 1 Test Dowstream Equipment Airfield Vault – Generator Cummins 230KW/Tank: 13. 1 Test Monthly/Quarterly/Yearly Airfield Vault – Panel FF: PM Equipment Testing & 14. 1 IR Test Dowstream Equipment.

B08‐21 SWITCHGEAR ELECT SYS/GENERATORS/UPS/FUEL TANK M‐1 BASE REV 08/17/2020