INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Similar documents
INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

INSTRUCTIONS TO BIDDERS

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

EQUAL EMPLOYMENT OPPORTUNITY AGREEMENT

CITY OF HOPKINSVILLE

COLUMBIA CREDIT UNION An Equal Opportunity Employer

BAYWATER DRILLING, LLC APPLICATION FOR EMPLOYMENT

CITY OF TACOMA Public Works Department, Facilities Management Division

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

EXECUTIVE ORDER 11246

DESCRIPTION. BID Gasoline and Diesel Fuels

Bidding Conditions Attachment C

RMHC Range Mental Health Center PO Box 1188 Virginia, MN 55792

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Are you legally eligible for employment in the United States? Yes No When will you be available to begin work?

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

MINORITY AND WOMEN S BUSINESS ENTERPRISE PLAN LAWRENCE COUNTY, PENNSYVLANIA

REQUEST FOR QUOTATION

Anne Arundel County Government Internship Application

Do You Have: a. valid drivers license? b. are you willing to travel overnight?

Hire Heroes USA An Equal Opportunity Employer. Employment Desired

Hire Heroes USA An Equal Opportunity Employer. Employment Desired

National Science Foundation Ministry of Science, Technology & Research

AMERITAC, INC. EMPLOYMENT APPLICATION

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

EQUAL EMPLOYMENT OPPORTUNITY (E.E.O.) WORKFORCE STATISTICS FORM

City of Jacksonville Finance Department

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

VOLUNTARY AFFIRMATIVE ACTION QUESTIONNAIRE

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

A fully completed application is required; see resume is not acceptable in any field.

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

TERMS AND CONDITIONS OF THE INVITATION TO BID

EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY UNDER EXECUTIVE ORDER 11246

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

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

Last First Middle. Street City State Zip

NOTICE TO BIDDERS FOR

BID Addenda No. Date Issued Addenda No. Date Issued

337 Maine Avenue, Farmingdale, ME T: (207) F: (207) W: E: Application for Employment

Invitation for Bids # Potable Water Service Components

INVITATION FOR BID Bid #872 - Printing Services

EXHIBIT B CIVIL RIGHTS / NON DISCRIMINATION FEDERAL

GENESEE COUNTY ROAD COMMISSION

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

APPLICATION FOR EMPLOYMENT

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

REQUEST FOR PROPOSALS

CITY OF CARIBOU Employment and Volunteer Application 25 High Street, Caribou, ME (207)

PROJECT. at the UNIVERSITY OF ILLINOIS CAMPUS Project Number: Bid Date:

City of Wilton Manors

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

Best Time to Contact You At Home is: : AM/PM to : AM/PM

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

Date: November 26, 2018

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES

INVITATION FOR BID BID #1037 Parka and Softshell Coats

Request for Quotation (RFQ) for Vehicle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP

APPLICATION FORM AN EQUAL OPPORTUNITY / AFFIRMATIVE ACTION EMPLOYER

Application for Employment CITY OF WESTMORLAND AN EQUAL OPPORTUNITY EMPLOYER 355 S. CENTER ST. P.O. Box 699 WESTMORLAND, CA (760)

CLASSIFIED PERSONNEL APPLICATION

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

Employment Application

Purchasing and Procurement Policy

Month/Year JOB # THIS APPLICATION WILL REMAIN ACTIVE FOR THREE (3) MONTHS UPON SIGNING.

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

RIVER HOSPITAL 4 FULLER STREET ALEXANDRIA BAY, NY APPLICATION FOR EMPLOYMENT

CLASSIFIED PERSONNEL APPLICATION

INVITATION FOR BID #2 FUEL OIL

EMPLOYMENT APPLICATION

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

Invitation for Bid - Standard Office Furniture / Task Chair

October 25, 2018 RFP # REQUEST FOR PROPOSAL

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

BOYS & GIRLS CLUBS OF MONTEREY COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER

APPLICATION FOR EMPLOYMENT (CDL Drivers)

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

CONFEDERATED TRIBES OF COOS, LOWER UMPQUA & SIUSLAW INDIANS

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

City of Ward P.O. Box 237 Ward, AR APPLICATION FOR EMPLOYMENT

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Transcription:

INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid Bond: Performance Bond: Prevailing Wages Required: Friday, July 7, 2017, 11:00 A.M., Board Room, Main Library No Yes Yes PLEASE MARK THE RETURN SEALED ENVELOPE: 1. Bid Opening Date and Time 2. Title of Bid RETURN SEALED BIDS TO: Anthony Cortez, Director of Finance Rockford Public Library 215 North Wyman Street Rockford, Illinois 61101-1023 Telephone: (815) 987-6612 BIDS SUBMITTED BY FACSIMILE OR E-MAIL WILL NOT BE ACCEPTED. BID RESULTS: Bid results may be obtained by telephone at (815) 987-6612 or by fax at (815) 965-0866.

ROCKFORD PUBLIC LIBRARY ~ BIDDING GENERAL CONDITIONS 1. Pricing. The firm shall insert price for all bid items and all other information requested in these specifications. The price shall be the full, delivered cost to Rockford Public Library ( the Library ) including all factors whatsoever. 2. Total versus Per Item Awards. The Library generally awards contracts based on a lump sum basis to the lowest responsible and responsive bidder. However, the Library may choose to award on a per item basis. Therefore, each bidder must submit pricing for each item indicated on the bid forms. Bidders must clearly indicate which items are bid and which are not. 3. Delivery of Merchandise. Delivery terms will always be Freight On Board (FOB) Destination. The Library accepts no responsibility for the condition of any merchandise purchased prior to acceptance by the Library. Failure to comply with this requirement will constitute rejection of the bid. 4. Acceptance of Merchandise at Delivery. The Library reserves the right to refuse acceptance of delivered merchandise that differs substantially from the specifications in this invitation to bid. 5. Prompt Payment Act. The Library intends to comply with the governmental prompt payment act. The supplier will be paid upon submission of invoices to: Anthony Cortez, Director of Finance, Rockford Public Library, 215 North Wyman Street, Rockford, Illinois 61101-1023. 6. Legal Compliance. The vendor awarded this contract will comply with all Federal, State, County, and City laws, ordinances, rules and regulations that in any manner affect the production and sale of the product or service contained herein. Lack of knowledge on the part of the vendor will in no way be cause for release of this obligation. If the Library becomes aware of violation of any laws on the part of the vendor, it reserves the right to reject any bid, cancel any contract, and pursue any other legal remedies deemed necessary. 7. Legal Requirements. This contract sets forth the entire agreement between the Library and the Bidder and shall govern the respective duties and obligations of the parties. The laws of the State of Illinois shall govern the validity of this contract, and any disputes arising from the contract. Should a court of competent jurisdiction declare a provision of this contract invalid, it shall not affect the validity of the remaining provisions of the contract. 8. Bid Bond. When required on the cover sheet, a bid bond in the amount specified shall accompany all bids. All bids not accompanied by bid bond, when required, will be rejected. A bank cashier s check, bank draft, or certified check equal to the amount specified is acceptable in lieu of a bid bond. Bid bonds of the two lowest firms will be returned after the contract is awarded. 9. Performance Bond. When required by the specifications herein, the successful firm shall furnish a performance bond, acceptable to the Library, within 14 calendar days after notification of contract award. Failure to furnish the required bond within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the Library as liquidated damages and not as a penalty. 10. Taxes. No charge will be allowed for taxes from which Rockford Public Library is exempt. Rockford Public Library is not liable for the Illinois Retailers Occupation Tax, the Service Occupation Tax or the Service Use Tax. The Library is exempt from the Federal Excise and Transportation Tax. 11. Withdrawal of Bids. Firms may withdraw or cancel their bids at any time prior to the advertised invitation to bid opening. After the opening time, no bid shall be withdrawn or cancelled. All bids F:\director\bids\eeocbids 2

shall be firm and valid for a period of sixty (60) calendar days. 12. Subcontracting. The successful firm may not subcontract the award without written consent of the Library s Director of Finance. 13. Termination of Contract. The Library reserves the right to terminate the contract in its entirety or in portions, upon written notice to the Contractor, if the Library Board of Trustees does not appropriate sufficient funds to complete the contract or in the event of default by the Contractor. Default is defined as failure of the Contractor to perform any of the provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. In the event of default, the Library may purchase the product(s) and/or service(s) from other sources and hold the defaulting company responsible for any excess costs occasioned thereby. Should default be due to failure to perform or because of a request for a price increase, the Library reserves the right to remove the firm from the Library s bidder list for a period of up to three years. 14. EEO Forms. Each firm shall be required to submit with its bid information all EEO forms included in the invitation to bid package. Any bid which fails to include the properly completed compliance items will not be read and will not be considered. All subcontractors shall also be required to comply with and submit the same EEO forms as the firm. Subcontractors will not be allowed to do any work for the firm until these documents are submitted to the Library. 15. Restrictive or Ambiguous Specifications. It is the responsibility of the prospective firm to review the invitation to bid specifications and to notify the Director of Finance if the specifications are formulated in a manner that would unnecessarily restrict competition. Any such protest or question regarding the specifications or invitation to bid procedures must be received by the Library not less than seventy-two hours prior to the time set for the opening. 16. Bid Protest. Firms wishing to protest bids or awards shall notify the Director of Finance in writing within 30 days after the invitation to bid opening. The notification should include the bid number, the name of the firm protesting, and the reason why the firm is protesting the bid. The Director of Finance will respond to the protest within 30 calendar days. 17. Disputes. In case of disputes as to whether or not an item or service quoted or delivered meets specifications, the decision of the Director of Finance or authorized representative shall be final and binding to all parties. The Director of Finance may request a written recommendation from the head of the department using the equipment or service being procured. 18. Exceptions. Any deviations from these specifications shall be noted and submitted with the bid. Failure to address deviations from specifications may result in bid rejection. 19. Bid Rejection. The Library reserves the right to reject all bids at any time, for any reason, and to act in the best interests of the Library. h\bids\nordlofcenter\hvacblackboxtheatre 3

1. GENERAL SCOPE 1.1. Rockford Public Library has a need to replace the HVAC equipment for the Black Box Theatre at its Nordlof Center. 2. AWARD PROCEDURES 2.1. Basis of Award. The Library will award this contract to the lowest responsible and responsive bidder that is able to meet the requirements and criteria set forth in this document. A responsive bidder is able to provide a product or service that conforms in all material respects to provide the service desired at the highest possible standards of quality. A responsible bidder has the integrity and reliability to fully perform all contract requirements and assure good faith performance. 2.2. Evaluation of Bid. Each bid shall be evaluated to determine whether the proposed product or service complies with the specifications detailed in this document. If this evaluation determines that a bid does not comply with the specifications set forth in this invitation to bid, then that bid shall be eliminated from consideration. 2.3. Evaluation Team. A team composed of the Director of Finance and members of the department procuring the product or service shall evaluate each bid. 2.4. Award Procedures. The lowest responsive and responsible bidder shall receive this contract. The Library s evaluation team will assess the low bidder to verify his/her compliance with these specifications. If the lowest bidder is not able to meet these specifications, then they shall be eliminated from consideration and the evaluation team shall assess the second low bidder. This process will continue until a winning bidder is determined. 3. BID DOCUMENT REQUIREMENTS 3.1. Bid Form. Included at the end of these specifications is a bid form for the cooling system. The following is required on the bid form: Bidders shall supply unit prices, extended prices, and a grand total price. Prepayment discounts shall not be included in the bid price but shall be clearly marked in the space provided. Please supply contact information, which must include a mailing address, a business phone number, and an e-mail address. Bidders shall specify delivery time in terms of elapsed days from date of contract award. A minimum three-year warranty covering parts and labor is required on the specified product. Bidders must submit manufacturer specifications and relevant literature. 3.2. Stated delivery date. Bidders are asked to supply a delivery date on the bid form. This date is a contractual obligation of the vendor and a plea that insufficient time was specified is not a valid reason for failure to meet the stated delivery date. Only when a delay occurs due to unforeseen causes beyond the control and without fault or negligence of the vendor may the delivery date be extended. The Library shall be the sole judge as to whether the delivery date shall be extended. 3.3. Questions. All questions regarding these specifications should be directed to Anthony Cortez, Director of Finance, at acortez@rockfordpubliclibrary.org. All questions must be received no later than 5:00 PM on June 23, 2017. All questions answered will be posted on the RPL bid h\bids\nordlofcenter\hvacblackboxtheatre 4

page of the RPL website: http://www.rockfordpubliclibrary.org/bids 4. SPECIFIC REQUIREMENTS 4.1. General Description. Rockford Public Library will be replacing the HVAC equipment for the Black Box Theatre at its Nordlof Center. Specific Description and Equipment. See attached specifications. 4.2. Bid Form. Included at the end of the bid specification packet is a page titled Bid Form. The following describes the requested information that prospective vendors should complete to receive full consideration for the award. 4.3. Technical Specifications. Bidders should provide complete technical information for each item requested to receive full consideration for the award. Should bidders need more room than allowed on the bid form, additional information should be attached to the bid. 4.4. Mandatory site visit required; the week of June 19, 2017 has been set for these visits. Bidders may schedule appointments between 8:00 AM and 5:00 PM and direct questions about this to Noel Devine, Director of Facilities, at ndevine@rockfordpubliclibrary.org or 815-966-2713. h\bids\nordlofcenter\hvacblackboxtheatre 5

Rockford Public Library Bid Requirements for Equal Employment Opportunity All bidders seeking to do business with Rockford Public Library are required to submit with any formal, sealed bid the following documents: 1. Equal Employment Opportunity Affirmative Action Plan Statement of Policy 2. Statement of Non-Compliance and Certificate of Non-Segregated Facilities 3. Contractor or Vendor Workforce Data Form listing all current employees, by classification, directly employed by the bidder 4. Your State of Illinois Pre-Qualification Certification Number, issued by the State Fair Employment Practices Commission, entered in the place provided therefore If you do not yet have State Pre-Qualification (item #4), you may, in lieu thereof, enter in the place provided on Page 6 of the EEO forms, your commitment to make application therefore within 30 days from the date of bid opening. Any bid which fails to include the four items listed above with your sealed bid will not be read and will not be considered. Any question pertaining to EEO requirements should be addressed to Anthony Cortez, Director of Finance, 215 North Wyman Street, Rockford, Illinois 61101-1023. Phone: 815-987-6612. h\bids\nordlofcenter\hvacblackboxtheatre 6

Rockford Public Library Equal Employment Opportunity Affirmative Action Plan Statement of Policy It is the policy of this company,, to provide equal employment opportunity without regard to race, religion, color, national origin, handicap, age or sex through a program of positive action affecting all employees. In this program, our company carries out the requirements of Federal Executive orders 11246 and 11375, Civil Rights Act of 1964, Equal Employment Act of 1972, and all other applicable laws, and indicates its active support of the principle of equal opportunity in employment. At present, % of our work force are minorities and % of our work force are females, and we will attempt to utilize minorities and females through a positive, continuing program in all jobs for which we contract in the future. Our company will utilize referrals from the City of Rockford s Equal Opportunity Compliance Division for use of minorities and females regarding any future job vacancies. It is also our intent to make efforts to purchase supplies or equipment from small business concerns located in the City of Rockford or counties of Winnebago or Boone and owned in substantial part (at least 51%) by minorities or females. is the official who will be responsible for implementing the above policy statement. will be designated as the Equal Opportunity Officer in our company, responsible for submission of all required equal employment opportunity documents. In addition, is hereby authorized to sign payrolls as well as our company s officers. (NOTE: If only officers will be authorized to sign payrolls, please fill in no one in this space.) Officer s Signature Firm or Corporation Name Address Date h\bids\nordlofcenter\hvacblackboxtheatre 7

Statement of Noncompliance If the Equal Employment Opportunity hearing committee determines that a contractor, subcontractor or bidder is not in compliance with this chapter (also known as Ordinance 9-1/2 City of Rockford Equal Employment and Business Opportunity Ordinance), the hearing committee shall issue and serve upon such person a written statement of noncompliance setting forth the manner in which it finds such person has violated this chapter, and imposing and/or requiring appropriate sanctions, including, but not limited to: A. Denying, suspending or revoking qualifications, or declaring the contractor, subcontractor or bidder irresponsible and ineligible for future contracts or subcontracts until such time as the contractor, subcontractor or bidder shall demonstrate to the Equal Employment Opportunity hearing committee that it is in compliance; B. Withholding or delaying payment on the contract; or, C. Suspending, avoiding or canceling contract work. Certification of Non-Segregated Facilities The bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Employment Opportunity clause in any contract resulting from acceptance of this bid. The bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certification from proposed subcontractors from the provisions of the Equal Employment Opportunity clause, and that he will retain such certification in his files. Person, Firm or Corporation Authorized Signature Date h\bids\nordlofcenter\hvacblackboxtheatre 8

Important Note to All Bidders In regards to the Bid Requirements for Equal Employment Opportunity and Affirmative Action, all forms must be completely filled out and signed or your bid will not be considered or read. This especially applies to the Contractor or Vendor Workforce Data Form. The categories must all be filled out. They include: A. Job Classification; B. Pay Range; C. Males; D. Females; E. Racial. Bids which fail to address any of these categories will not be considered and will not be read. Below are the Federal definitions of the following racial groups accepted as minorities by the City of Rockford: Black: A person having origins in any of the Black racial groups of Africa, not of Hispanic origin. Hispanic: A person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Islands, regardless of race. Asian: A person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. This area includes, for example, China, Japan, Korea, the Philippine Republic and Samoa. American Indian or Alaskan Native: A person having origins in any of the original peoples of North America. Falsification of any required Equal Employment Opportunity or Affirmative Action information on the part of the bidder could result in rejection of the bid submitted or, in the case where a contract has already been awarded, in the cancellation of said contract. Should you have any question regarding any affirmative action or EEO requirements, please contact Ernest Webster, Equal Opportunity Compliance Officer at (815) 967-6796; or write to Equal Opportunity Compliance Division, City Hall 425 East State Street, Rockford, Illinois 61104. h\bids\nordlofcenter\hvacblackboxtheatre 9

Contractor or Vendor Work Force Data Form Bidder s Name: Job Classification W B H A I W B H A I W = White B = Black H = Hispanic A = Asian or Pacific Islander I = American Indian Person, Firm or Corporation Authorized Signature Date h\bids\nordlofcenter\hvacblackboxtheatre 10

The four declarations required for compliance with the laws on Equal Employment Opportunity are attached hereto. Our Illinois Department of Human Rights Number is. (We do not have an Illinois Department of Human Rights Number. In lieu thereof, we will make application for it within 30 days from the date of this bid opening. Place checkmark on line if applicable.) Person, Firm or Corporation Authorized Signature Title Date h\bids\nordlofcenter\hvacblackboxtheatre 11

Bid Form Rockford Public Library Bid on HVAC Equipment Replacement for the Black Box Theatre at Nordlof Center Contact Information. Please provide as much of this information as possible. Name of Business: Mailing Address: City: State: Zip Code: Contact Person(s): Phone Number: Fax Number: Web Site: E-mail Address: Technical Specifications. Manufacturer Model HVAC unit cost $ Miscellaneous materials cost $ Installation $ Electrical work $ Miscellaneous duct work $ Other (specify): $ TOTAL: $ Please attach additional documentation as noted in Sections 4.3 of the Specific Requirements. h\bids\nordlofcenter\hvacblackboxtheatre 12