ADVERTISEMENT FOR BIDS Sample Clauses

ADVERTISEMENT FOR BIDS. 3.3.1 The Owner shall prepare the Advertisement for Bids and pay for the publication.
AutoNDA by SimpleDocs
ADVERTISEMENT FOR BIDS. The Owner is responsible for the cost of publishing the Advertisement for Bids, but the Architect shall prepare it and arrange for its publication. The Architect shall obtain the Owner’s approval regarding the number of newspapers in which the advertisement is to be published.
ADVERTISEMENT FOR BIDS. The Architect shall prepare the Advertisement for Bids, consult with the Owner regarding the number of locations in which it is to be published, and have it appropriately published. The Owner will either pay for the publication directly to the publisher(s) or reimburse the Architect for publication pursuant to Article 6, Reimbursable Expenses.
ADVERTISEMENT FOR BIDS. Sealed bids will be received for the State of Louisiana by the Division of Administration, Office of Facility Planning and Control, Claiborne Office Building, 0000 Xxxxx Xxxxx Xxxxxx, Xxxxxxxxxx Room 1-145, Post Office Box 94095, Baton Rouge, Louisiana 70804-9095 until 2:00 P.M on July 15, 2014. ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY FACILITY PLANNING AND CONTROL OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING. FOR: CAMINADA HEADLAND BEACH AND DUNE RESTORATION INCREMENT II PROJECT NUMBER: BA-143 Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from: xxxx://xxx.xxxxxxxxx.xxx/xxxxx.xxx?md=pagebuilder&tmp=home&pid=432. Printed copies can also be obtained from: COASTAL PROTECTION AND RESTORATION AUTHORITY (CPRA) 000 Xxxxxx Xxxxxx, Xxxxx 0000 Xxxxx Xxxxx, Xxxxxxxxx, 00000 Attn: Xxxxx XxXxx Email: xxxx.xxxxxxx@xx.xxx Phone: (000) 000-0000 Fax: (000) 000-0000 All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project. The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project. A MANDATORY PRE-BID CONFERENCE WILL BE HELD at 10:00 AM CST on June 19, 2014 at Port Fourchon Operations Center, 108 A. O. Rappelette Rd (Hwy 3090), Port Fourchon, LA. Bids shall be accepted only from those bidders who attend the Mandatory Pre-Bid Conference in its entirety.
ADVERTISEMENT FOR BIDS. The City of Fountain Inn will receive sealed bids until 3:00 PM, local time, on December 13, 2023, at Fountain Inn City Hall, 000 X. Xxxx Xxxxxx, Xxxxxxxx Xxx, Xxxxx Xxxxxxxx 00000 for A New Stage Cover at Commerce Park, Fountain Inn, South Carolina. At this time and place all bids received will be publicly opened and read aloud. A “Bid Guaranty” of not less than Five (5%) percent of the Base Bid is required. A Mandatory Pre-Bid Conference is scheduled for November 17, 2023, at 11:00 AM, at the Fountain Inn Xxxxxx’x Market, 000 Xxxxx Xxxxxx, Xxxxxxxx Xxx, XX 00000. Bids for the project will only be accepted by General Contractor Bidders in attendance at the Pre-Bid Conference. Requests for information may be submitted until 5 p.m. (EDT) on Tuesday, December 5, 2023, to Xxx Xxxxx with Xxxxx Xxxxxxx Xxxxx Architecture via eMail at xxxxxx@xxxxxxx.xxx. Plans and specifications are available for inspection by interested bidders at the office of the Architect. Drawings and specifications for the project were prepared by Xxxxx Xxxxxxx Xxxxx Architecture, 00 Xxxxxxxxxx Xxxx, Xxxxxxxxxx, Xxxxx Xxxxxxxx 00000 (Tel: 000-000-0000). General Contractors licensed to do business in the State of South Carolina may obtain sets of bid documents by contacting Xxx Xxxxx via eMail request xxxxxx@xxxxxxx.xxx. Bidders must obtain bidding Documents/Plans from the above listed source(s) to be listed as an official plan holder. Only those bidding documents / plans obtained from the source(s) are official. Bidders that rely on copies of bidding documents / plans obtained from any other source do so at their own risk. To be eligible for consideration, bids must comply with the laws of the State of South Carolina and the Procurement Code of the City of Fountain Inn, South Carolina. Bids will be required to remain open for acceptance or rejection by the Owner for thirty (30) days after the bid opening date. All other instructions concerning submission of a bid will be found in the “Instructions to Bidders”, which is a part of the Contract Documents. ® AIA Document A701TM – 2018 Instructions to Bidders for the following Project: (Name, location, and detailed description) THE OWNER: (Name, legal status, address, and other information) THE ARCHITECT: (Name, legal status, address, and other information) TABLE OF ARTICLES 1 DEFINITIONS 2 BIDDER’S REPRESENTATIONS 3 BIDDING DOCUMENTS 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 ENUME...
ADVERTISEMENT FOR BIDS. The Village of Lincolnwood, Cook County, Illinois will receive sealed bids at the Village Hall, located at 0000 X. Xxxxxxx Ave., Lincolnwood, Illinois 60712, until Eleven (11:00) A.M. local time the 22ND day of February, 2017, for the LOWES ENTRANCE MODIFICATIONS. Said bids will be publicly opened and read aloud at that time. This project generally consists of HMA pavement removal and replacement, sidewalk and curb removal and replacement, restoration; and all other related appurtenances and accessories necessary to complete the Work. Contractors and Subcontractors shall conform to the "Public Works Preference Project" Act, (30 ILCS 560/1, et. Seq.). Contractors shall be required to pay not less than the prevailing wage rates on the Project as established by the United States Department of Labor and the State of Illinois Department of Labor. Copies of these wage rates are incorporated in the Contract Documents. The Bidder to whom a Contract is awarded shall furnish a Performance and Payment Bond each in an amount equal to the Contract Price. A Bid Security in the amount as described in the Invitation for bidders, Section 6 (see table). The Contract Documents may be examined at the following location: Xxxxxxxxxxx X. Xxxxx Engineering, Ltd., 0000 X. Xxxxxxx, Ste. 600, Rosemont, IL 60018 The Contract Documents for the proposed improvements are on file with the Village Clerk, and may be obtained at the office of the Engineer, Xxxxxxxxxxx X. Xxxxx Engineering, Ltd., 0000 Xxxx Xxxxxxx Xxxx, Ste. 600, Rosemont, Illinois 60018, telephone: 000-000-0000, upon payment of a non-refundable fee of twenty dollars ($20.00) for each set of Contract Documents payable to Xxxxxxxxxxx X. Xxxxx Engr., Ltd. The Village of Lincolnwood reserves the right in receiving these bids to waive technicalities and reject any and all bids. Published by the authority of the Village of Lincolnwood, Illinois
ADVERTISEMENT FOR BIDS. Xxxxxxx Community School District 158 is seeking bids for Life Safety Systems Inspection Services Bid # 2018-49.. Attendance at the Pre-Bid Meeting is mandatory to be eligible for bid award. Pre-bid meeting is scheduled to take place on February 8, 2018 at 10:30 a.m. at Xxxxxxx Community School District 000 Xxxxxxxxxxxxxx Xxxxxx, 000 Xxxxxxxx Xxxxx, Xxxxxxxxx, IL 60102. Bids must be received at the above address no later than: 2:30 p.m. on February 20, 2018. Submit your bids to the attention of: Xxxx Xxxx, Superintendent of Schools, Xxxxxxx Community School District 000, 000 Xxxxxxxx Xxxxx, Xxxxxxxxx, XX 00000, (000) 000-0000. Your bid MUST be submitted in a SEALED ENVELOPE clearly marked: Bid # 2018-49 LIFE SAFETY SYSTEMS INSPECTION SERVICES Bid security in the form of a bid bond, certified check or cash in an amount equal to 10% of the highest possible combination of bid amounts shall be submitted with the bid. Bids shall be opened publicly and the contents announced at the specified closing time and at the location immediately above. Bids received after stated time will not be accepted and will be returned unopened. . All bids submitted shall be valid for a period of at least (90) ninety days from the date of bid opening. The only alterations, which may be allowed, will be those approved by the Board of Education. No immediate decision shall be rendered concerning the bids submitted at time of opening. The Bidder shall be actively engaged in work of the nature of the project for which bid is submitted as described in the bid specifications and shall have adequate equipment and personnel to do the work. Each Bidder shall submit with their proposal, a list of no less than five (5) projects, from five different clients, completed within the last three years, related to the type of work specified in the particular bid specification. Advertisement published in the Daily Herald on February 1, 2018 SECTION 4
AutoNDA by SimpleDocs
ADVERTISEMENT FOR BIDS. The City of Durham will open formal sealed bids submitted by pre-qualified bidders on Thursday December 15, 2011 at 2:00 P.M. for Contract SW-24 (NCDOT TIP No. EL- 2921E) American Tobacco Trail – Phase E in the Public Works Conference Room 3B, 3rd floor, 000 Xxxx Xxxx Xxxxx, Xxxxxx, Xxxxx Xxxxxxxx. The project involves the furnishing of all materials, labor, equipment, tools, etc. unless otherwise specified, for the construction of approximately 4.2 miles of the American Tobacco Trail from NC 54 in Durham to the Chatham County line including a new bicycle/pedestrian bridge spanning I-40. All bidders shall comply with all applicable laws regulating the practice of General Contracting as contained in Chapter 87 of the General Statues of North Carolina. These laws require the bidder to be licensed by the N.C. Licensing Board for General Contractors when bidding on any non-federal aid project where the bid is $30,000 or more, except for certain specialty work as determined by the Licensing Board. Bidders shall also comply with all other applicable laws regulating the practices of Electrical, Plumbing, Heating, and Air Conditioning and Refrigeration contracting as contained in Chapter 87 of the General Statues of North Carolina for Licensing Requirements within 60 calendar days of bid opening, regardless of funding sources. The City Council of the City of Durham reserves the right to reject any or all bids. All bids must include a non-collusion affidavit. This project is funded by the FHWA through the NCDOT and administered by the City of Durham. All contractors bidding on the project must be pre-qualified by the NC Department of Transportation (NCDOT) in order to be considered for contract award. Contractors who are not prequalified may obtain information and forms for pre-qualifying from: Contractual Services Unit Contractual Services Engineer: Xxxx Xxxxxxxxx, PE Tel. (000) 000-0000 Fax (000) 000-0000 To find contractors prequalified by NCDOT, go to xxxxx://xxxxxxx.xxxxx.xxx/VendorDirectory/default.html. All required pre-qualification statements and documents shall be filed with the NCDOT State Contractor Qualifications Engineer at least two weeks prior to the date of opening bids. The Disadvantaged Business Enterprise (DBE) goal for this project is 9%. Subcontractors must be certified by NCDOT as a DBE in order for their participation to count towards the goal. To find DBEs certified by NCDOT, go to xxxxx://xxxxxxx.xxxxx.xxx/VendorDirectory/default.html. The...
ADVERTISEMENT FOR BIDS. 2.1.2. Specifications for Oak Creek Tower Shelter Replacement Project;
ADVERTISEMENT FOR BIDS. Separate sealed BIDS for the Airfield Pavement and Marking Maintenance, Phase 3 will be received by the State of Tennessee at the Department of Transportation, Aeronautics Division office until 1:00 P.M. local time, Tuesday, March 15th, 2022. BIDS will then be publicly, virtually opened and read aloud. BIDS received after this time will not be accepted and will be returned unopened. Contractors wanting to attend should send an email to Xxxx Xxxx Xxxxxxxxxxxx (xxxx.xxxxxxxxxxxx@xx.xxx) no later than 4:00 P.M. local time, Monday, March 14th, 2022 requesting a virtual meeting invitation. The Virtual Bid-Opening will be conducted using the Cisco Webex virtual meeting platform. Scope of work: Pavement and airfield markings maintenance on select Tennessee airports. A Virtual Pre-Bid Conference will be held Tuesday, March 1st, 2022, at 9:00 A.M. local time. Attendance at this conference by the prime contractor is mandatory in order to be eligible to submit a bid. Contractors wanting to attend should send an email to Xxxx Xxxx Xxxxxxxxxxxx (xxxx.xxxxxxxxxxxx@xx.xxx) no later than 4:00 P.M. local time, Monday, February 28th, 2022 requesting a virtual meeting invitation. The Virtual Pre-Bid Conference will be conducted using the Cisco Webex virtual meeting platform. Bid Requirements, Contract Forms and Conditions, Specifications, and Drawings may be examined at the following:
Time is Money Join Law Insider Premium to draft better contracts faster.