INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

Similar documents
INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

ADDENDUM No. 2. August 1, 2018

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

ORANGE COUNTY PUBLIC SCHOOLS

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR SEALED BID PROPOSAL

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION TO BID (ITB)

Standard Bid Terms Table of Contents

INSTRUCTIONS TO BIDDERS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

RFP # for Addition to Parks Recreation 190 Facility

INVITATION PLEASE REFER TO BID NO TO BID

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

City of Newnan, Georgia

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard

INSTRUCTIONS TO BIDDERS

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

HCG PURCHASING CO-OP INVITATION TO BID

REQUEST FOR SEALED BID PROPOSAL

Request for Proposals Installation of Pavilions

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

Request for Quotations

CITY OF GAINESVILLE INVITATION TO BID

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

PURCHASING DEPARTMENT

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

PURCHASING DEPARTMENT

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

Invitation for Bid. Purchase of Live Floor Trailer

Connecting Garage Door Jambs to Building Framing

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

PURCHASING DEPARTMENT

#161. Connecting Garage Door Jambs to Building Framing. Introduction

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO BID Retaining Wall

Valley Regional Fire Authority Invitation to Bid

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

CITY OF TITUSVILLE, FLORIDA

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

SAN DIEGO CONVENTION CENTER CORPORATION

AGENDA. PRE-BID/ SITE VISIT MEETING Tuesday, June 26, 2017, 10:00 am. Project# UTES Life Cycle Maintenance Avon Park, FL

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

All equipment will be assembled and installed by the Supplier and or Contractor.

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

REQUEST FOR SEALED BID PROPOSAL

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

REQUEST FOR SEALED BID PROPOSAL

AGENDA. MANDATORY PRE-BID/ SITE VISIT MEETING July 24, 2018 (10:00 AM)

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

INVITATION PLEASE REFER TO BID NO TO BID

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

INVITATION TO BID 285(Rev 7/94) PAGE :

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

Maintenance and Repair Services Contract Template

REQUEST FOR SEALED BID PROPOSAL

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 14/15-036AO MALLORY SWAMP DITCH MOWING SERVICES. Table of Contents

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

The vendor will provide at least one day of training at each location.

AGENDA. PRE-BID / SITE VISIT MEETING November 29, :00 PM. Project Number: Project Name: DeLand NGA Roof and Waterproofing DeLand, Florida

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

INVITATION TO BID ISSUE DATE: Dec. 12, 2017

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Transcription:

COMPANY NAME: Insert Company Name INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares, Florida, solicits your company to submit a bid on our Bid #3474DG Ramp Systems and Stair Systems. All terms and conditions below are a part of this Invitation to Bid (ITB) and no bids will be accepted unless the vendor complies with all conditions required herein. Rights are reserved by the School Board of Lake County to accept or reject any and all bids and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provided by vendors. The bid, request for proposal, or invitation to negotiate with the vendor s signature will constitute an offer to sell to the Board under the stated terms and conditions. From the notice of publication until 72 hours after the posting of the recommendation of award only the Purchasing Department should be contacted concerning any questions concerning this bid. No other employee, officer, staff or agent of the School Board should be contacted during this period. All questions/concerns shall be directed, in writing, to: Deborah Gardner, Assistant Purchasing Agent E-mail: gardnerd@lake.k12.fl.us Fax: 352-742-8516 Address: 29529 CR 561 Tavares, Florida 32778 1. BIDDERS RESPONSIBILITY: Before submitting their bid proposal, each bidder is required to carefully examine the invitation to bid specifications and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no way relieve them of any of the obligations and responsibilities, which are a part of this bid. 2. SCOPE OF WORK AND SPECIFICATIONS: The intent of this ITB is to establish firm bid prices for Ramp Systems and Stair Systems, in accordance with all terms, conditions, and specifications listed and described in the body of these specifications, to be used as needed, by the School Board. A. LOT 1 ALUMINUM RAMP SYSTEMS AND STAIR SYSTEMS 1. Quality Standard Aluminum ramp systems and stair systems must have the following features: a. Aluminum construction. b. Fully adjustable. c. Relocatable, with the ability to change configuration with standard components. d. Ramp and rail systems to be the same length. e. Solid non-perforated deck meeting ADA specifications. f. Ramp meeting ADA specifications sealed by Florida Registered Engineer. g. All units will be adaptable to right turn, left turn, and straight out installation. h. Design of the aluminum members shall conform to the current edition of the Aluminum Association Specifications for Aluminum Structures. i. Aluminum welding shall be in accordance with ANSI/AWS D1.2-90 gas metal arc welding process and shall be performed by experienced operators. Page 1 of 38

j. All exposed surfaces shall be smooth and free of sharp or jagged edges. 2. Aluminum Ramp Systems Components a. Ramp Sections 1) Engineering Ramp sections shall be designed for a minimum uniform live load of 100 pounds per square foot and a concentrated vertical load of 300 pounds distributed uniformly over an area of 1 square foot. 2) Materials Ramp sections shall be constructed using 6000 series aluminum alloy with 6061-T6 for primary structural components. 3) Design Ramp sections shall be prefabricated in typical 4, 6, 8, and 10 lengths. Custom lengths shall be fabricated as requested. 4) All ramp sections shall be designed for variable heights and slopes. Ramp walking surface width shall be 48 inches. 5) The walking surface of the ramp shall be continuous, without gaps, and shall be 1-1/2 inch self-mating aluminum deck with ADA approved surface in a width of 6 or 12. 6) All ramp sections shall have a three (3) inch minimum curb or toe plates. b. Landings 1) Engineering Landings shall be designed for a minimum uniform live load of 100 pounds per square foot and a concentrated vertical load of 300 pounds distributed uniformly over an area of 1 square foot. 2) Materials Landings shall be constructed using 6000 series aluminum alloy with 6061-T6 for primary structural components. 3) Design Landings shall be prefabricated in typical 5-4 x 5-4 sections. Larger sizes will be fabricated as required by local codes and for specific applications as indicated on drawings. 4) Landings shall be designed for variable heights. 5) The walking surface of the landing shall be continuous, without gaps, and shall be 1-1/2 inch self-mating aluminum deck with ADA approved surface in a width of 6 or 8. c. Legs 1) Engineering The legs shall be designed to support the ramp and landing sections. 2) Materials Legs shall be all aluminum construction alloy 6061-T6. 3) All fasteners shall be stainless steel grade 304 (18-8 Series). 4) Design The legs shall telescope into the ramps and landings and shall allow for height and slope adjustments. The legs shall be designed to swivel so that they will always be perpendicular to the ground and the load shall remain vertical regardless of the slope. 5) All legs shall be fully adjustable using stainless steel bolts grade 304 (series 18-8). 6) All legs shall be ¼ x 6 x 10 pads. d. 34 Tall Vertical Picket Guardrails with 23 handrails 1) Engineering Guardrails shall be designed and constructed for a concentrated load of 200 pounds applied at any point and in any direction at the top of the guardrail. 2) Guardrails shall be designed and constructed for a load of 50 pounds per linear foot applied horizontally at the required guardrail height and a simultaneous load of 100 pounds per linear foot applied vertically downward at the top of the guardrail. Page 2 of 38

3) Guardrails shall be designed and constructed to resist a two hundred (200) pound concentrated horizontal load applied over a one square foot area at any point in the system. Note: The above loading shall not be applied simultaneously. 4) Materials All handrails and guardrails shall be aluminum construction alloy 6061-T6, 6063-T5, or 6063-T6. 5) Design Handrail gripping surface shall be smooth and continuous throughout ramps sections and landings. 6) The (upper) handrail shall be 1-1/4 schedule 40 pipe. The top of the (upper) handrail shall be placed 34 above the walking surface. Lower handrail shall be 1-1/4 schedule 40 pipe. The top of the lower handrail shall be 23 above the walking surface. 7) Handrails shall form a protective barrier of a minimum of 34 high. Guardrails shall be designed such that a 4 sphere cannot pass through any opening with the use of vertical picket railings. 3. Prefabricated Modular Aluminum Stair System Components a. Stairways 1) Engineering Stair treads and stringers shall be designed for a uniform live load of 100 pounds per square foot and a concentrated vertical load of 300 pounds over an area of 4 square inches. 2) Materials Stair treads, stringers, and risers shall be all aluminum construction 6000 series alloy with 6061-T6 used for primary structural components. 3) Design Stair treads shall be prefabricated in typical 4-0 width or equal. Custom widths can be fabricated as requested. 4) All stair treads to have ADA compliant nosing. 5) Stairways shall be prefabricated to match a threshold height of 21, 28, 35, and 42. 6) Minimum walking surface coefficient of friction shall meet ADA requirements. b. Landings 1) Engineering Landings shall be designed for a uniform live load of 100 pounds per square foot and a concentrated vertical load of 300 pounds distributed uniformly over an area of one square foot. 2) Materials Landings shall be all aluminum construction 6000 series alloy with 6061-T6 used for primary structural components. 3) Design Landings shall be prefabricated in typical 5-0 x 5-0 or 5-4 x 5-4 sections. 4) Landings will be designed for variable heights. 5) The walking surface of the landing shall be continuous, without gaps, and shall be 1-1/2 inch self-mating aluminum deck with ADA approved surface in widths of 6 or 8. 6) Minimum walking surface coefficient of friction will meet ADA requirements. c. Legs 1) Engineering The legs shall be designed to support the stair and landing sections. 2) Materials Legs shall be all aluminum construction alloy 6061-T6. 3) All bolt hardware shall be stainless steel grade 304 (18-8 Series). 4) Design The legs shall telescope into the landings to allow for various height adjustments. 5) All legs shall be fully adjustable using stainless steel bolts grade 304. 6) All legs shall have a minimum ¼ x 6 x 10 pads. d. Landing Rails and Stair Rails Page 3 of 38

1) Engineering Rails shall be designed to resist a concentrated load of 200 pounds applied at any point and in any direction at the top of the rail. 2) Rails shall be designed to resist a simultaneous load of 50 pounds per linear foot applied horizontally and 100 pounds per linear foot applied vertically downward at the top of the rail. 3) Rails shall be designed to resist a two hundred (200) pound concentrated horizontal load applied evenly over a one-foot square area at any point in the system. (Note: Loads given a section a, b and c shall not be applied simultaneously in any combination.) 4) Materials All landing rails and stair rails will be aluminum construction, 6000 series alloy with 6061-T6 for primary structural components. 5) Design Stair rail gripping surface will be smooth and continuous. Stair top rail shall be 34 high from the nose of the tread to top of the rail (measured perpendicularly from the tread nose). 6) Stair top rail shall be 1-¼ schedule 40 aluminum pipe with a barrier system of 4 inch spaced vertical pickets. 7) Landing rails shall form a 42 high protective barrier such that a 4 sphere cannot pass through any opening in the landing rail. 8) Finishing Landing rails and stair rails will be mil finish. B. LOT 2 PRECAST CONCRETE RAMP SYSTEMS AND STAIR SYSTEMS 1. Quality Standard Precast units shall include concrete platform, ramp and step units, prefabricated handrails and guardrails and shall comply with the applicable section of the following codes: American with Disabilities Act (ADA) Florida Building Code 2007 American National Standards Institute ANSI A117.1.93 Life Safety Codes NFPA 101HB97 Standard Building Codes SBCCI 97 American Concrete Institute ACI 318-95 American Society of Civil Engineers for Wind Loads ASCE 7-93 International Building Code 2. Design Criteria a. Steps, ramps, landings, and platforms shall be designed using 100 pounds per square foot live load. b. Walking surfaces shall be slip resistant and comply with Paragraph 4.5, Ground and Floor Surfaces, ANSI A117.1.93. c. Handrail Design Loads 1) Handrails shall be designed for a 200 pound concentrated load applied at any point, in any direction. 2) Handrails and guardrails shall also be designed for a load of 50 plf applied in any direction. 3) The above loads shall not be applied simultaneously but applied to provide maximum stress development. 4) Handrails shall accommodate installation for right turn, left turn, or straight out site locations without fabrication in the field. d. Guardrail Design Loads 1) Guardrails shall be designed for a 200 pound concentrated load applied at any point, in any direction at the top of the guardrail. Page 4 of 38

2) Guardrails shall also be designed for a load of 50 plf applied horizontally at the required guardrail height and simultaneous load of 100 plf applied vertically downward at the top of the guardrail. 3) Guardrails shall also be designed to resist a 200 lb. concentrated horizontal load applied on a 1-foot square area at any point in the system including intermediate rails or other elements serving this purpose. 4) The above loads shall not be applied simultaneously but applied to provide maximum stress development in each of the respective components or any of the supporting components. 5) Guardrails shall accommodate installation for right turn, left turn, or straight out site locations without fabrication in the field. e. Rail Mounting Parameters 1) Height: Comply with SREF 2007. 2) End Condition: Comply with F1.SREF 2007. 3) Handrails shall be attached with removable fasteners to allow for disassembly and to allow for ease of handling during relocation. 4) Child rails to be provided as specified by code for elementary school requirements. 3. Precast Concrete Ramp Systems and Stair Systems Components a. Material Specifications 1) Cement: Grey Portland, conforming to ASTM C150 Type I or III. 2) Concrete a) ASTM C94 b) 4500 psi minimum 28 day compressive strength 3) Aggregate, Sand, Water, Admixtures: Determined by precast fabricator as appropriate to design requirements. 4) Steel Reinforcement a) Provide reinforcement as a welded cage whose position is assured and maintained by positive holding methods. b) ASTM A615, 60 ksi standard smooth and deformed steel bars. c) Provide reinforcement in areas required by engineering calculation using loads required as listed above. 5) Form materials: Machined steel or equal to assure smooth untextured surface. b. Ramp Units 1) Units shall be hollow, reinforced precast concrete 4-0 wide with finished surfaces and attachable handrails. 2) Units shall have a maximum slope of 1:12. 3) Units shall be right hand turn, left hand turn, or straight out, each with top landing platform and handrails on each side. 4) Top landing platform minimum 5 x 5 shall comply with code requirements. 5) Ramp units shall include filler landing 4-0 wide by 1-6 in length to provide for 5 x 5 clear floor space at top level landing. 6) Units sections shall be a maximum of 7-3 long in single pieces. 7) Units shall have precast concrete sidewalls or skirting in order to eliminate debris, trash and hazardous crawl spaces. 8) Units shall have anti-slip safety treads covering specified areas on ramp surfaces as per Unit Step design. 9) Ramp sections shall be precast as single pieces including sidewalls or skirting in order to provide for a more efficient and cost effective method of relocations as prescribed in Installation section of specifications. Page 5 of 38

c. Step Units 1) Units shall be hollow, reinforced precast concrete 5-0 wide with finished surfaces and attachable steel handrails. 2) Units shall have a 5 x 5 level landing and a specified number of risers and treads as required by the height of each threshold; each riser shall be 7 and each tread shall have an 11 run. 3) Units shall be cast with step and landing as one complete unit. 4) Units will have nosing on each step and landing as required by applicable code. 5) Units shall have precast concrete closed risers, sidewalls, backwalls for skirting in order to eliminate debris, trash and hazardous crawl spaces. 6) All units shall be adaptable to right turn, left turn, and straight out installation. 7) Units shall have anti-slip safety treads covering specified areas on steps and landings as per Unit Step design. 8) Units shall have specially designed anchors cast in concrete for the mounting and bolted fasting of the railing system. This anchoring system will allow for a more efficient installation and future relocation. 9) Step units shall be precast as single pieces including sidewalls or skirting in order to provide for a more efficient and cost effective method of relocation as prescribed in Installation section of specifications. d. Railings 1) Rail Steel a) Top rail: ASTM A53 Schedule 10 pipe. b) Post: 1.5 x 11 gauge square. c) Pickets vertical: ½ square size, 4 OC, per code. 2) Handrail Fittings: Elbows, brackets; machined steel. 3) Bolts, Nuts and Washers: Grade 5, Zinc Plated. 4) Paint a) Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. b) Primer and paint with Kem Kromik Metal Primer, Sherwin-Williams or equal. Apply two coats. e. Fabrication Hand Railing 1) Fit and shop assemble components in component sizes, for delivery to site. 2) Grind exposed joints flush and smooth with adjacent finish surface. f. Finish Exposed surfaces shall be clean, free of rough areas and with acceptable surfaces without the need for cosmetic finishes to be applied by the District. 4. Installation a. Installation of each ramp system with the mounting of required railings to meet codes specified shall be by successful bidder. b. Use foundation footings as code and site demands. 1) Foundation block or strip footers shall be set on compacted fill or solid base rock to prevent settling. 2) Place foundation block or footers to the correct elevations, level and square to the building and precast unit. c. Place precast concrete landing on platform in position on the footers and shim level and square to the door sill. d. Place precast concrete landing on platform in position on the footers and shim level and square to the door sill. Page 6 of 38

e. Shim using Presco Shims or equivalent. f. Place remaining precast concrete ramp pieces in position leveling and squaring each piece to the previous piece until all pieces are in place. g. Tolerances allowed in joints at door sills as per ADAAG 4.5.2 Fig. 7(C) Changes in level up to ¼ may be vertical without edge treatment. h. Grout for rigidity the full load bearing area of footers using Cormix Gilco construction grout or equivalent. Use bond inhibiting coating on the precast step unit in the area of grouting to permit relocation. 3. The forms included within this ITB may be completed on-line using Microsoft Word or simply printed and completed by hand. Areas where information may be inserted while on-line are indicated by a gray form field box and then the complete document can be printed. Original signatures from an authorized representative of the company shall be affixed where indicated within this document before submitting to the Purchasing Department. 4. All bids shall be filed in the Purchasing Department of the Lake County School Board, 29529 County Road 561, Tavares, Florida 32778, prior to 2:00 PM, local time, Wednesday, April 18, 2012, and clearly marked with Company name and "Bid #3474DG to be opened April 18, 2012." Bids will be opened and tabulated at this time. Bids received after this time will not be considered. All bids shall be submitted, in a sealed package or envelope, on the attached bid form properly extended and signed by an authorized representative; place bid number and opening date of bid on envelope. Faxed or e-mailed bids will not be accepted. 5. BID SCHEDULE: Deadline for Questions:...April 4, 2012 @4:00 PM Last Date for Addendums:...April 11, 2012 Bid Opens:...April 18, 2012 @ 2:00PM Posting of Award Recommendation:...May 29, 2012 Board Action on Recommendation:...June 11, 2012 6. AWARD: A. It is anticipated that award will be made on a lot by lot basis to the lowest and best responsible and responsive bid submitted based on conformity to specifications and price. However, as the best interests of the School Board may require, the School Board reserves the right to make award(s) on a lowest price basis by item, group of items, all or none, or a combination thereof; with one or more Vendors; to reject any and all bids, that in it s judgment will be for the best interest of the Lake County Schools, or waive any minor irregularity or technicality in bids received. Award shall be made on conformity to specifications and price. Multiplying unit cost per item by quantity estimated and summing the totals shall determine lowest bid price. 1. Award of Lot 1 Aluminum Ramp Systems and Stair Systems will be calculated using the total cost of the typical aluminum ramp system and stair systems, as described in Attachment 1. Items #9 through #30 are to establish set prices in the event that the School Board needs to purchase. The School Board anticipates that the bulk of purchases will be for typical systems. 2. Award of Lot 2 Precast Concrete Ramp Systems and Stair Systems will be calculated using the total cost of the typical precast concrete ramp system and stair systems, as described in Attachment 1. Items #39 through #60 are to establish set prices in the event Page 7 of 38

that the School Board needs to purchase. The School Board anticipates that the bulk of purchases will be for typical systems. It is important that vendors understand the District s budgetary restrictions when offers are submitted. To fulfill our fiduciary responsibilities we are requesting that all pricing submitted be as competitive as possible so that we may return maximum value to the District. By providing a bid the vendor is acknowledging that the District s current or future budgetary shortfalls may materially impact long-term completion of the District s projections under this bid and/or may materially impact the District s ability to consider renewal of any subsequent terms. Please also see Item 10. B. The Board reserves the right to use the next lowest and best responsive and responsible bidder in the event the original awardee(s) of the bid cannot fulfill their contract, subject to the terms and conditions provided herein. The next lowest and best responsive and responsible bidder s prices must remain the same as originally bid and must remain firm for the duration of the contract. 7. Bid tabulations with recommended awards will be posted for review by interested parties on or about May 29, 2012 and will remain posted for a period of 72 hours. The award recommendation will be posted in the Purchasing Department located at 29529 County Road 561, Tavares, Florida and on our website at http://lake.k12.fl.us. To access information from our website select Purchasing from the Department list, click on Bid Opportunities, then click on the appropriate title of the ITB for a listing of all published information. Since this information is available as outlined above, the purchasing department will not mail or fax recommendation of award notices to all bidders. Failure to file a protest within the time prescribed in Section 120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Any person who is affected adversely by the decision or intended decision shall file with the Board, through it s Purchasing Department, a written notice of protest within 72 hours after the posting or notification. A formal written protest shall be filed within 10 calendar days after filing the notice of protest. With respect to a protest of the specifications contained in an invitation to bid or in a request for proposals, the notice of protest shall be filed in writing within 72 hours after the receipt of the project plans and specifications or intended project plans and specifications in an invitation to bid or request for proposals (but no later than the time when the bids or responses must be received in order to be considered), and the formal written protest shall be filed within 10 calendar days after the date the notice of protest is filed. The 72 hours period referred to herein shall not include Saturdays, Sundays, or holidays. The word "holiday" shall mean any weekday on which the School Board's Administrative offices are closed. Failure to file a timely formal written protest shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. The formal written protest shall state with particularity the facts and law upon which protest is based. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to FS 120.57(3)(b), shall post at the time of filing the formal written protest, a bond payable to the School Board of Lake County in an amount equal to one percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier s check, certified bank check, bank certified company check, or money order will be an acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the district prevails, it shall recover all costs and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney s fees. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protester prevails, he or she shall recover from the district all costs and charges which shall be included in the final order of judgment, excluding attorney s fees. Upon receipt of the formal written protest and protest bond which has been timely filed, the district Page 8 of 38

shall stop the bid solicitation process or the contract award process until the subject of the protest is resolved by final district action, unless the Superintendent sets forth in writing particular facts and circumstances which require the continuance of the bid solicitation process or the contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. 8. QUANTITIES: Quantities stated are estimated annual quantities. The School Board reserves the right to order greater than, or less than, quantity stated. 9. BIDDER QUALIFICATIONS: The following items shall be included with bid response. Failure to do so may result in disqualification. A. List of projects of previous 12 months. B. Project references, 3 minimum with similar experience. (Attachment 2) C. Copies of all applicable licenses. 10. PROMOTIONAL PRICING: A. Best Pricing Offer During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. It will be the Contractor s responsibility to monitor-said item(s) and report any that are or will be offered at lower prices. B. Sales Promotions In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Purchasing Department documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. 11. REMAINDER OF LINE DISCOUNTS: Bidder shall indicate a fixed percentage (%) discount from list price for any items within that product line not specified in each respective lot. A price list or catalog with prices listed must be included with bid response and updated as changes occur. Any percentage of discount will be acceptable however; leaving that portion of the cost proposal form blank will be considered a No Bid response. 12. PROPOSALS/ESTIMATES: Contractor shall provide a proposal estimating the cost of a proposed project. The Maintenance Director or his designee shall sign any overages of time exceeding the proposal estimate. Proposals shall be given to the School Board upon request, without charge, within 48 hours of request. 13. WORK RESPONSE TIME: Successful bidder shall respond to messages within 24 hours. Project shall be started within 10 days from notice to proceed. 14. The School Board reserves the right to bid larger projects separately or to use other vendors in emergency situations. 15. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide 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 award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. Page 9 of 38

16. PUBLIC ENTITY CRIMES DISCLOSURE: 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 an may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 17. The Bidder certifies that all material, equipment, etc., contained in this Bid meets all Occupational Safety Hazards Act (OSHA) requirements. Bidder further certifies that, if he is the successful bidder, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with aforementioned requirements shall be borne by the bidder. 18. Equipment, or other items of this bid, identified by catalog or manufacturers number or by brand name are for the purpose of showing quality only, except where otherwise specified. Other Manufacturers or Brand names of proven equal quality, or better, will be acceptable. If bidding on an equivalent to that specified, state manufacturer and supply complete description of product offered, including brochures and specifications. 19. Product Specifications: A. Lot 1 Aluminum Ramp Systems and Stair Systems The product specifications included within this document for Lot 1- Aluminum Ramp Systems and Stair Systems are based upon items manufactured by REDD Team Mfg, An Alcoa Company, 6599 State Road 31, Keystone Heights, Florida 32656, 800-648-3696 or 352-473-7246, fax: 352-473-0213, and is for the purpose of showing quality only. Other Manufacturers or Brand names of proven equal quality, or better, will be acceptable. If bidding on an equivalent to that specified, state manufacturer and supply complete description of product offered, including brochures and specifications B. Lot 2 Precast Concrete Ramp Systems and Stair Systems The product specifications are based upon items manufactured by Leesburg Concrete Company, Inc., 2008 Griffin Road, Leesburg, Florida 34748, 800-882-4177 or 352-787-4177, fax: 352-787-7935, and is for the purpose of showing quality only. Other Manufacturers or Brand names of proven equal quality, or better, will be acceptable. If bidding on an equivalent to that specified, state manufacturer and supply complete description of product offered, including brochures and specifications. 20. SAMPLES: The District reserves the right to request full size samples for inspection and testing. If requested, each sample shall be sent, at the bidder s expense, to Lake County Schools, Maintenance Department, 525 West Ianthe Street, Tavares, Florida 32778. Failure to deliver required samples may be reason for disqualification of bid. Upon request, if not consumed or destroyed, samples will be returned to bidder at the bidder s expense. Request for the return of samples must be made within ten (10) working days following bid opening. 21. Successful bidder shall not substitute items from that which were bid. If substituted items are delivered, the items shall be shipped back to the vendor at the vendor's own expense. Such actions may result in a termination of the contract. 22. Purchased items provided on this bid are to be new. Items that have been refurbished or used for demonstration are not acceptable. Successful bidder shall agree to accept, for full credit and return shipping charges, the return of any item received that is found to be defective in quality. Page 10 of 38

Used equipment may be provided for leased items ONLY, however, items must be in excellent condition. The School Board reserves the right to refuse any items provided that does not meet the School Board s requirements. 23. In case of exact tie bids, awards will be made at the discretion of the board. Conformity to specifications, price, quality, and time of guaranteed delivery will be determining factors in the awarding of the bid. 24. In the event of an error in extending the total cost for an item, the unit price submitted will prevail. 25. All materials to be delivered F.O.B. destination to Lake County Schools Warehouse and Support, 29529 County Road 561, Tavares, Florida or such other point as designated. All prices shall include delivery to the School Board Warehouse or designated destination. 26. Payroll Responsibilities - The Contractor shall be responsible for the payroll and paying of its personnel. Further, the Contractor shall be responsible for withholding applicable federal and state taxes, FICA, insurance, and other deductions as authorized between the Contractor and its personnel. 27. Contractor shall be responsible for the paying of all appropriate state taxes unless otherwise directed by the Owner. 28. Successful bidder shall comply with the Trench Safety Act (OSHA, 29 CFR 1926.650 Subpart P.), if required. 29. Successful Bidder shall comply with the Davis-Bacon Act whenever projects are initiated that are paid for with Federal Funds and will adhere to the prevailing wage and agree to submit (if requested) payroll documentation. 30. Bidders unable to submit a bid are requested to supply their business name and address and complete the NO BID RESPONSE form included in this ITB and return to the Purchasing Agent of the Lake County School Board, 29529 County Road 561, Tavares, Florida 32778. 31. BID RESPONSE REQUIREMENTS/FORMS: The following items shall be included with bid response. Failure to do so may result in disqualification. These forms may be completed online using Microsoft Word or simply printed and completed by hand. Areas where information may be inserted while on-line are indicated by a gray form field box. Original signatures from an authorized representative of the company shall be affixed where indicated within this document. A. Documentation of Bidder Qualifications B. Engineering Drawings C. Engineering Calculations D. Copy of manufacturer s warranty E. Cost Proposal Form (Attachment 1) F. Reference Form (Attachment 2) Minimum of 3 G. Literature for products bid, as required H. Federal Debarment Form (Attachment 3) I. Public Entity Crimes Affidavit (Attachment 4) J. Non-Collusion Affidavit (Attachment 5) K. List of exceptions to Terms and Conditions, as required L. No Bid Response Form, as required (Attachment 6) Page 11 of 38

32. INFORMATION: Clarification of any language in the bid may be obtained by fax, email or US mail and questions should be directed only to the Purchasing Department. Verbal discussion of items in the bid with District personnel is not to be construed as changing any of the bid requirements. Any additional information or addendums will be posted on the Lake County Schools Purchasing website located at http://lake.k12.fl.us, select Purchasing from the Department list, click on Bid Opportunities, then click on the appropriate title of the ITB for a listing of all published information. It is the responsibility of the vendor to monitor this website for addenda. All questions/ concerns shall received by no later than 4:00 PM, local time, Wednesday, April 4, 2012, and be directed, in writing, to: Deborah Gardner, Assistant Purchasing Agent E-mail: gardnerd@lake.k12.fl.us Fax: 352 742-8516 Address: 29529 CR 561 Tavares, FL 32778 33. PIGGYBACKING With the consent of the awarded vendor, other agencies may make purchases in accordance with the contract. Such purchases shall be governed by the same terms and conditions as stated herein with the exception or the change in the entity s name. Page 12 of 38

ATTACHMENT 1 COST PROPOSAL FORM This bid shall be awarded on a lot by lot basis to the lowest and best responsive and responsible bidder. To be considered responsive, bidders must respond to all items requested. Prices bid for Purchase Cost shall include all delivery and installation costs for anywhere in Lake County, Florida. Performance Specifications Contractors (installers) shall be skilled in the successful installation of the specified materials and assemblies on similar projects. Successful contractor installing precast concrete products shall have, at a minimum, a serviceable tractor and trailer capable of transporting a 50,000 LB gross load and mechanical lifting device with a capability of 5,500 LB gross load. Pre-award inspection of the contractor s facility may be made prior to award of contract and bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services described in this bid, have a record of performance for a reasonable period of time; have sufficient financial support, equipment and organization to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The term equipment and organization as used herein shall be construed to mean a fully equipped and well-established company in line with the best business practices in the industry as determined in discretion by the proper authorities of the School Board of Lake County. LOT 1 ALUMINUM RAMP SYSTEMS AND STAIR SYSTEMS Low bid price for this lot will be calculated using the total cost of the typical aluminum ramp system and stair system shown below in Items #1 through #8. Individual system components may vary in size to those outlined in the typical systems shown below however; the systems proposed must meet the overall requirements specified herein. If the individual component sizes required to complete your proposed systems are not listed please add description in the space provided immediately following Item #30 and include Monthly Lease Cost and Purchase Cost for each item. Items #9 - #30 are for information only. Item # Est. Qty. Monthly Lease Cost Description per each Typical Aluminum Ramp System and Stair System to include: Purchase Cost per each Ramp System: One each 5-4 x 5-4 Landing with 42 Vertical Picket Guardrails Two each 4 x 10 Ramp Section with 34 Vertical Picket Handrails and 23 Child s Rail One each 4 x 10 End Ramp with 34 Vertical Picket Handrails and 23 Child s rail Stair System: One each 5 x 5 Landing (minimum size) with 42 Vertical Picket Guardrails One each Four Riser Stairway with 34 Vertical Picket Handrails, 7 Riser Height, and 23 Child s Rail 1 1 ea 10 2 ea 3 1 ea 4 1 ea 5 1 ea Lease of One Ramp System and One Stair System as detailed above, not including cost for delivery and installation. $ /ea Purchase of one ramp system and one stair system as detailed above, delivered and installed. $ /ea Delivery and installation of one leased ramp system to any site in Lake County. $ /ea Removal and return of one leased ramp system from any site in Lake County. $ /ea Delivery and installation of one leased stair system to any site in Lake County. $ /ea Page 13 of 38

Item # Est. Qty. 6 1 ea Description Monthly Lease Cost per each Purchase Cost per each Removal and return of one leased stair system from any site in Lake County. $ /ea Removal, transport, and re-installation of one leased or District owned ramp system as detailed above to any site 7 1 ea in Lake County. $ /ea Removal, transport, and re-installation of one leased or District owned stair system as detailed above to any site in 8 1 ea Lake County. $ /ea Total: $ Items #9 through #30 are to establish set prices in the event that the School Board needs to purchase. The School Board anticipates that the bulk of purchases will be for typical systems. Monthly Purchase Lease Cost Cost per per each each Item # Description Lease of 4 ramp section with 34 vertical picket handrails and 23 child s rail (NOT INCLUDING cost for delivery/installation and removal/return) in: 9 4 foot length $ /ea a Delivery and installation of Item #9 to any site in Lake County. $ /ea b Removal and return of Item #9 from any site in Lake County $ /ea 10 6 foot length $ /ea a Delivery and installation of Item #10 to any site in Lake County. $ /ea b Removal and return of Item #10 from any site in Lake County $ /ea 11 8 foot length $ /ea a Delivery and installation of Item #11 to any site in Lake County. $ /ea b Removal and return of Item #11 from any site in Lake County $ /ea 12 10 foot length $ /ea a Delivery and installation of Item #12 from any site in Lake County $ /ea b Removal and return of Item #12 from any site in Lake County $ /ea 13 10 foot length end section $ /ea a Delivery and installation of Item #13 to any site in Lake County. $ /ea b Removal and return of Item #13 from any site in Lake County $ /ea Purchase of 4 ramp section with 34 vertical picket handrails and 23 child s rail (INCLUDING cost for delivery/installation and removal/return) in: 14 4 foot length $ /ea 15 6 foot length $ /ea 16 8 foot length $ /ea 17 10 foot length $ /ea 18 10 foot length end section $ /ea Lease of stair system with 5 x 5 landing (minimum size), 42 vertical picket guardrail, 34 vertical picket handrails, 23 child s rail, and 7 riser height, NOT INCLUDING cost for delivery/installation and removal/return, in: 19 3 riser system $ /ea a Delivery and installation of Item #19 to any site in Lake County. $ /ea b Removal and return of Item #19 from any site in Lake County $ /ea 20 4 riser system $ /ea a Delivery and installation of Item #20 to any site in Lake County. $ /ea b Removal and return of Item #20 from any site in Lake County $ /ea 21 5 riser system $ /ea a Delivery and installation of Item #21 to any site in Lake County. $ /ea Page 14 of 38

Monthly Lease Cost per each Purchase Cost per each Item # Description b Removal and return of Item #21 from any site in Lake County $ /ea 22 6 riser system $ /ea a Delivery and installation of Item #22 to any site in Lake County. $ /ea b Removal and return of Item #22 from any site in Lake County $ /ea 23 7 riser system $ /ea a Delivery and installation of Item #23 to any site in Lake County. $ /ea b Removal and return of Item #23 from any site in Lake County $ /ea Purchase of stair system with 5 x 5 landing (minimum size), 42 vertical picket guardrail, 34 vertical picket handrails, 23 child s rail, and 7 riser height, (INCLUDING cost for delivery/installation and removal/return), in: 24 3 riser system $ /ea 25 4 riser system $ /ea 26 5 riser system $ /ea 27 6 riser system $ /ea 28 7 riser system $ /ea 29 Lease of 5-4 x 5-4 landing with 42 vertical picket guardrail, NOT INCLUDING cost for delivery/ installation and removal/return. $ /ea a Delivery and installation of Item #29 to any site in Lake County. $ /ea b Removal and return of Item #29 from any site in Lake County $ /ea Purchase of 5-4 x 5-4 landing with 42 vertical picket guardrail, $ /ea 30 INCLUDING cost for delivery/installation and removal/return. If the individual component sizes required to complete your proposed systems are not listed please add description in the spaces below and include Monthly Lease Cost and Purchase Cost for each item. $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea Delivery and installation of Item to any site in Lake County. $ /ea Removal and return of Item from any site in Lake County $ /ea LOT 2 PRECAST CONCRETE RAMP SYSTEMS AND STAIR SYSTEMS Low bid price for this lot will be calculated using the total cost of the typical precast concrete ramp system and stair system shown below in Items #31 through #38. Individual system components may vary in size to those outlined in the typical systems shown below however; the systems proposed must meet the overall requirements specified herein. If the individual component sizes required to complete your proposed systems are not listed please add description in the space provided immediately following Item #60 and include Monthly Lease Cost and Purchase Cost for each item. Items #39 - #60 are for information only. Typical Precast Concrete Ramp System and Stair System to include: Ramp System: One each 5 x 5 Landing with 42 Vertical Picket Guardrails One each 1.5 x 4 Landing with 42 Vertical Picket Guardrails Three each 4 x 7 3 Ramp Section with 34 Vertical Picket Handrails and 26 Child rail One each 4 x 4 4 Ramp Section with 34 Vertical Picket Handrails and 26 Child rail Stair System: One each 5 x 5 Landing with 42 Vertical Picket Guardrails with Four Riser Stair with 34 Vertical Picket Handrails and 26 Child Rail Page 15 of 38

Item # Est. Qty. Description Monthly Lease Cost per each Purchase Cost per each Lease of One Ramp System and One Stair System as detailed above, not including cost for delivery and 31 5 ea installation. $ /ea Purchase of one ramp system and one stair system as 32 1 ea detailed above, delivered and installed. $ /ea 33 5 ea Delivery and installation of one leased ramp system to any site in Lake County. $ /ea 34 10 ea Removal and return of one leased ramp system from any site in Lake County. $ /ea 35 5 ea Delivery and installation of one leased stair system to any site in Lake County. $ /ea 36 10 ea Removal and return of one leased stair system from any site in Lake County. $ /ea 37 10 ea Removal, transport, and re-installation of one leased or District owned ramp system as detailed above to any site in Lake County. $ /ea 38 10 ea Removal, transport, and re-installation of one leased or District owned stair system as detailed above to any site in Lake County. $ /ea Total: $ Items #39 through #60 are to establish set prices in the event that the School Board needs to purchase. The School Board anticipates that the bulk of purchases will be for typical systems. Item # Description Monthly Lease Cost per each Purchase Cost per each Lease of 4 ramp section with 34 vertical picket handrails and 23 child s rail, NOT INCLUDING cost for delivery/ installation and removal/return, in: 39 4 4 Length $ /ea a Delivery and installation of Item #39 to any site in Lake County. $ /ea b Removal and return of Item #39 from any site in Lake County. $ /ea 40 7 3 Length $ /ea a Delivery and installation of Item #40 to any site in Lake County. $ /ea b Removal and return of Item #40 from any site in Lake County. $ /ea 41 5 x 5 Landing $ /ea a Delivery and installation of Item #41 to any site in Lake County. $ /ea b Removal and return of Item #41 from any site in Lake County. $ /ea 42 5 x 8 Landing $ /ea a Delivery and installation of Item #42 to any site in Lake County. $ /ea b Removal and return of Item #42 from any site in Lake County. $ /ea 43 Any Concrete Section per sq./ft. $ /ea a Delivery and installation of Item #43 to any site in Lake County. $ /ea b Removal and return of Item #43 from any site in Lake County. $ /ea Purchase of 4 ramp section with 34 vertical picket handrails and 23 child s rail, INCLUDING cost for delivery/installation 44 4 4 Length $ /ea 45 7 3 Length $ /ea 46 5 x 5 Landing $ /ea 47 5 x 8 Landing $ /ea 48 Any Concrete Section per sq./ft. $ /ea Page 16 of 38

Monthly Lease Cost per each Purchase Cost per each Item # Description Lease of stair system with 5 x 5 landing (minimum size), 42 vertical picket guardrail, 34 vertical picket handrails, 23 child s rail, and 7 riser height, NOT INCLUDING cost for delivery/installation and removal/return, in: 49 3 riser system $ a Delivery and installation of Item #49 to any site in Lake County. $ b Removal and return of Item #49 from any site in Lake County. $ 50 4 riser system $ a Delivery and installation of Item #50 to any site in Lake County. $ b Removal and return of Item #50 from any site in Lake County. $ 51 5 riser system $ a Delivery and installation of Item #51 to any site in Lake County. $ b Removal and return of Item #51 from any site in Lake County. $ 52 6 riser system $ a Delivery and installation of Item #52 to any site in Lake County. $ b Removal and return of Item #52 from any site in Lake County. $ 53 7 riser system $ a Delivery and installation of Item #53 to any site in Lake County. $ b Removal and return of Item #53 from any site in Lake County. $ Purchase of stair system with 5 x 5 landing (minimum size), 42 vertical picket guardrail, 34 vertical picket handrails, 23 child s rail, and 7 riser height, INCLUDING cost for delivery/installation 54 3 riser system $ /ea 55 4 riser system $ /ea 56 5 riser system $ /ea 57 6 riser system $ /ea 58 7 riser system $ /ea 59 Lease of 6 x 7 Door Cover for Concrete ramp or stair, NOT INCLUDING cost for delivery/ installation and removal/return. $ /ea a Delivery and installation of Item #59 to any site in Lake County. $ /ea b Removal and return of Item #59 from any site in Lake County. $ /ea Purchase of 6 x 7 Door Cover for Concrete ramp or stair, $ /ea 60 INCLUDING cost for delivery/installation and removal/return. If the individual component sizes required to complete your proposed systems are not listed please add description in the spaces below and include Monthly Lease Cost and Purchase Cost for each item. $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea $ /ea Page 17 of 38

Subcontractors must be approved by the District. If the vendor elects to subcontract, it will be at no additional cost to the Lake County School Board. Subcontracting any of the Lake County School Board s projects will in no way relieve the vendor from fulfilling all obligations arising under this contract. For reimbursement of subcontracting, the vendor must submit a copy of the subcontractor s invoice and have received prior approval from a representative of the Lake County School Board. We have reviewed in its entirety this Invitation to Bid and agree to adhere to all of the terms and conditions included herein. Yes No, list of exceptions that we would like to be considered is attached. We submit our prices and agree to adhere to all terms and conditions and to make delivery within days after receipt of orders or continuous delivery as specified. Company: Mailing Address: Signature: Type name: Telephone #: Fax #: Title: Date: E-Mail: Primary Contact Type name: Title: Telephone #: Fax #: E-Mail: Page 18 of 38