City-Owned Surplus Property-Request for Proposals
The City of Paducah, Kentucky is requesting sealed proposals for the purchase and transfer of property at; 1209 Bell Ave., 627 Boyd St., 626 Burnett St., 1310 Burnett St., 908 Clark St., 1109 Ellis St., 623 Husbands St., 1136 Martin Luther King, 1232 Martin Luther King, 1109 Monroe St., 1111 Monroe St., 1115 Monroe St., 1203 Monroe St., 1211 Monroe St., 1165 N. 11th St., 1207 N. 12th St., 1235 N. 12th St., 930 N. 22nd St., 1116 Oscar Cross Ave., 1223 Salem Ave., 2226 Seitz St., 833 South 5th St., 1009 S. 8th St., 403 S. 9th St., 1117 S. 11th St., 816 S. 12th St., 516 Walter Jetton Blvd., and 1423 Walter Jetton Blvd.
Transfer of this property will be based on the best-evaluated future use of the property, highest bid and compliance with applicable codes. To be considered for these properties bidders must be current on City taxes and have no existing liens on any property currently owned in the City of Paducah.
Persons interested in submitting a sealed proposal should submit a written offer to purchase the property including the purchase price offer, the intended use of the property, your full name, address, and telephone number in a sealed envelope clearly marked “Sealed Bid” with the address of the property marked on the outside. Proposals can be mailed to The City of Paducah, Planning Department, P. O. Box 2267, City Hall, Paducah, KY 42002-2267. For additional information please call 444-8690. All such sealed proposals should be submitted to the Planning Department prior to 9:00 AM, local time on May 21, 2012. All proposals will be opened on May 21, 2012 at 9 AM in the City of Paducah Commission Chambers. Please visit this website for a complete listing of surplus properties. The City of Paducah reserves the right to reject any or all proposals submitted.
Invitation to Bid-Greenway Trail Phase I Project
Additional Information for Bidders >>
RECEIPT OF PROPOSALS The City of Paducah, Engineering–Public Works Department will receive sealed bids for the "GREENWAY TRAIL PHASE I PROJECT” at 2:00 p.m. CST, on Tuesday May 22, 2012. All Bids received will be publicly opened and read aloud in the Commission Chambers, Second Floor, City Hall, 300 South 5th Street, Paducah, Kentucky. A MANDATORY PRE-BID MEETING will be held at the City of Paducah Commission Chambers on Wednesday, May 16, 2012 at 2:00 p.m. CST.
PROJECT DESCRIPTION This Project will consist of the construction of approximately 8,800 linear feet of a Pedestrian and Bicycle Trail on the City’s Floodwall Levee from North 8th Street to Campbell Street along with shelters, a restroom facility and additional appurtenances in full accordance with the Plans and Specifications.
OBTAINING CONTRACT DOCUMENTS Copies of Plans and Specifications may be obtained at:
Paducah Blueprint & Supply Co., Inc.
999 Broadway, Paducah, Kentucky 42001
270-444-6171 or 800-423-6479
http://www.padblueprint.com
There is a Non-Refundable Deposit of $100.00 required per set. Plans and specifications can be viewed and are on file at the following locations:
City of Paducah
Engineering-Public Works Dept AGC of Western Kentucky
City Hall, 300 South 5th St. 2201 McCracken Boulevard
Paducah, Kentucky 42003 Paducah, Kentucky 42001
BID SECURITY A satisfactory Bid Bond executed by the bidder or a certified bank cashier’s check in an amount equal to five percent (5%) of the bid shall be submitted with each bid. No other forms of security will be accepted. Failure to submit a bid bond or certified bank cashier’s check will result in disqualification of the bid.
PREQUALIFICATION The Bidder’s qualifications, along with all proposed Sub-Contractor’s shall include, but be not limited to, being pre-qualified with the Kentucky Transportation Cabinet. A copy of the Certificate of Eligibility for the Bidder and all proposed Sub-Contractor’s shall be included with the Bid Proposal for proof of Qualification. Failure of the Bidder to provide this documentation shall result in disqualification.
BID EVALUATION - AWARD OF CONTRACT After reasonable consideration of all bids received, a Notice of Award will be given to the responsible bidder who submits the lowest responsive bid in accordance with the specifications.
CONTRACT TIME The Project Contract Time Period is One Hundred and Twenty (120) consecutive calendar days. Liquidated Damages will be assessed at the sum of Two Hundred and Fifty Dollars ($250.00) for each consecutive calendar day thereafter until the Project is completed as provided in accordance with the Specifications.
FEDERAL-AID CONSTRUCTION REQUIREMENTS This Project is funded by Federal Highway Funds and will require the Contractor and all Sub-Contractors employed by the Contractor to strictly and fully comply with all Federal laws and regulations identified within the Specifications. Failure to comply with these provisions during the duration of the contract shall be grounds for cancellation of the contract and disqualification of the eligibility for future contracts.
PREVAILING WAGE RATE REQUIREMENTS This Project will involve the use of Federal Funds and therefore the Contractor and all Sub-Contractors shall comply with the Federal and State prevailing wage requirements. The prevailing hourly wage as determined by the US Department of Labor and the Commissioner of the Kentucky Department of Workplace Standards has been inserted within these specifications. The applicable higher wage rate would apply to each classification.
EQUAL EMPLOYMENT OPPORTUNITY The Contractor shall ensure that employees and applicants for employment are not discriminated against because of their race, religion, color, sex national origin, age or disability.
DBE GOALS The requirements of the Disadvantaged Business Enterprise (DBE) program apply to this Federal-Aid Project, as described in 23 CFR 635.107 and 49 CFR Part 26. The Bidder shall be aware that Disadvantaged Business Enterprises (“DBE”) shall have the opportunity to participate in the performance of highway construction projects financed in whole or in part by Federal Funds in order to create a level playing field for all businesses who wish to contract with the City. The Disadvantaged Business Enterprise (DBE) goal established for this Project is in the amount of 7% percent of the total value of the contract.
DRUG FREE WORKPLACE The City of Paducah has adopted a Drug and Alcohol Free Workplace Policy in compliance with 803 KAR 25.280, in which drug and alcohol use and abuse in the workplace is prohibited. All contractors and subcontractors doing business for the City of Paducah shall adhere to this policy.
OWNER'S RIGHTS RESERVED No bid shall be withdrawn for a period of Sixty (60) days subsequent to the opening of bids. The City reserves the right to reject any and all bids in accordance with the City of Paducah’s Code of Ordinances and the Project Specifications.
Invitation to Bid-Noble Park Pool Concessionaire
The concessionaire will provide pool visitors with hot and cold food options, cold drinks, popcorn or other snack options, candy options, and frozen treat options. The chosen concessionaire is required to be present and open for business at the Noble Park Pool Tuesdays through Saturdays, noon-6:00 p.m. and Sundays, 1:00-5:00 p.m. from June 1 through August 8, 2012. Bids must be submitted by Friday, May 11, 2012 at 5:00 p.m.
Additional Information >>
300 South 5th Street
P.O. Box 2267
Paducah, Kentucky 42002-2267
Hours: 8:00 A.M.-4:30 P.M.
ph. 270-444-8800