Legal Notices for 4/25/2012, page 3
b. Assessments for public improvements levied against the following real estate;
c. Any facts which an inspection and accurate survey of the following described real estate may disclose.
6. If the property does not bring two-thirds of its appraised value, a one year right of redemption will exist pursuant to KRS 426.530.
7. This property is sold subject to the right of redemption, if applicable, provided in 28 USCA Sec. 2410.
Dated this 25th day of April, 2012.
HOWARD O. MANN, MASTER COMMISSIONER, WHITLEY CIRCUIT COURT
P. O. BOX 1344, CORBIN, KY 40702; TELEPHONE: (606) 528-0616
ADVERTISEMENT FOR BIDS
Sealed Bids for Downtown Sewer Rehabilitation, for the City of Williamsburg, Kentucky, will be received by the City Clerk at City Hall on May 16, 2012 until 2:00 p.m. (local time) and then publicly opened and read aloud.
The scope of work includes point repairs, CIPP lining, and manhole work within the City of Williamsburg sanitary sewer system.
The Instructions to Bidders, Bid Form, Agreement Forms, Performance and Payment Bonds, Plans, Specifications, and other associated documents may be examined at the following locations:
HDR Engineering, Inc.
2517 Sir Barton Way
Lexington, Kentucky 40509
(859) 223-3755
Fax (859) 223-3150
City of Williamsburg
Attn: City Clerk
423 Main Street
Williamsburg, KY 40769
(606) 549-6033
Builder’s Exchange of Kentucky, Inc.
Website: www.bxkentucky.com
McGraw-Hill Construction/Dodge
Website: www.mcgraw-hill.com
ARC Central
Website: www.qcrepro.com
Plans, Specifications and Contract Documents (including electronic copy of each) shall be obtained from the issuing office, ARC Central at 2456 Fortune Drive, Suite 120, Lexington, Kentucky 40509, phone number (859) 699-5105, website www.qcrepro.com, upon payment of a non-refundable price of $70.00 for each set (including shipping and handling).
The OWNER reserves the right to waive any informalities or to reject any or all bids. Each BIDDER must deposit with his Bid, security in the amount, form and subject to the conditions provided in the Instructions to Bidders.
No BIDDER may withdraw his Bid within ninety (90) consecutive calendar days after the actual date of the opening thereof.
THE HONORABLE RODDY HARRISON, MAYOR
ADVERTISEMENT FOR BIDS
Sealed Bids for “Ball Park Pump Station/Sewer Replacement” for the City of Williamsburg, Kentucky, will be received by the City Clerk at City Hall, 423 Main Street, Williamsburg, Kentucky 40769 on May 16, 2012, until 2:00 p.m. (local time), and then publicly opened and read aloud.
The scope of work includes replacement of sanitary sewer pumping station, gravity sewers and force main in Williamsburg, Kentucky.
The Instructions to Bidders, Bid Form, Agreement Forms, Performance and Payment Bonds, Plans, Specifications, and other associated documents may be examined at the following locations:
HDR Engineering, Inc.
2517 Sir Barton Way
Lexington, Kentucky 40509
(859) 223-3755
City of Williamsburg
Attn: City Clerk
423 Main Street
Williamsburg, KY 40769
(606) 549-6033
Builder’s Exchange of Kentucky, Inc.
2300 Meadow Drive, Suite 100
Louisville, Kentucky 40218-1372
(502) 459-9800
Bidding Documents may also be viewed, but may not be printed, at the internet site www.qcrepro.com by entering the “Public Plan Room” for public projects.
Plans, Specifications and Contract documents shall be obtained from the issuing office, ARC Central at 2456 Fortune Drive, Suite 120, Lexington, Kentucky 40509, phone number (859) 699-5105, website www.qcrepro.com, upon payment of a non-refundable price of $140.00 for each set (including shipping and handling). Orders obtained from ARC Central will include an electronic copy of Plans, Specifications, and Contract Documents.
Copies of reports of explorations and tests of subsurface conditions at or contiguous to the Site that the ENGINEER has reviewed or used in preparing the Contract Documents can also be purchased from the issuing office, ARC Central at 2456 Fortune Drive, Suite 120, Lexington, Kentucky 40509, phone number (859) 699-5105, website www.qcrepro.com, upon payment of a non-refundable price of $20.00 for each copy (including shipping and handling). These reports are not a part of the Contract Documents, and are made available to BIDDER solely for BIDDERS review. Statements of limitation concerning the information in those reports and teats are contained in the Contract Documents.
The OWNER reserves the right to waive any informalities or to reject any or all bids.
Each BIDDER must deposit with his Bid, security in the amount, form and subject to the conditions provided in the Instructions to Bidders.
No BIDDER may withdraw his Bid within ninety (90) consecutive calendar days after the actual date of the opening thereof.
This procurement will be subject to DOW Procurement Guidance including the Davis Bacon Act.
BIDDERS must comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act, and the Contract Work Hours Standard Act and 40 CFR 31.36 L(3, 4 & 6).
BIDDERS must comply with the President’s Executive Order No. 11246 as amended, which prohibits discrimination in employment regarding race, creed, color, sex or national origin.
The Contractor/Subcontractor must comply with 41 CFR 60-4, in regard to affirmative action, to insure equal opportunity to females and minorities and will apply the time tables and goal set forth in 41 CFR 60-4 if applicable to the area of the project.
BIDDER must make positive efforts to use small, minority, women owned and disadvantaged businesses.
If the Contract is to be awarded, Owner will award Contract to the lowest responsive, responsible BIDDER.
THE HONORABLE RODDY HARRISON, MAYOR




