Current Bid Opportunties

  • Creek on the Blue Mile Bridges

     

     

     

    COUNCIL

    Tangie Johnson, District 1 Paulette Chavers, District 2 Ginny Hendley, District 3 John Riggs, District 4

    Shari R Barr, District 5

     

    3/27/2025

    CITY OF STATESBORO

     

    Jonathan McCollar, Mayor Charles Penny, City Manager Leah Harden, City Clerk
    Cain Smith, City Attorney

     

    50 EAST MAIN STREET • P.O. BOX 348 STATESBORO, GEORGIA 30459-0348

     

     

     

    Request for Qualifications

     

    To Provide

     

    Engineering Design Services for

     

     

    Creek on the Blue Mile Bridges
    PI 0019357

    SR 67; SR 73 & CS 699/Zetterower Avenue @ Little Lotts Creek

     

     

    RFQ2025-31

    Qualifications Due:  June 11, 2025

     

     

     

    City of Statesboro
    50 E Main Street

    Statesboro, GA 30458-1159

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    1

     

    RFQ2025-31

    REQUEST FOR QUALIFICATIONS Engineering Design Services for PI 0019357

     

    I.

    General Project Information

     

    D

     

     

     

     

     

     

     

     

     

     

    E.

     

     

     

     

     

    F.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    G.

     

     

     

     

     

     

     

    H.

    Overview

    The City of Statesboro (City) is soliciting Statement of Qualifications (SOQs) from qualified firm(s) or organization(s) to provide consultant services for bridge replacement on SR73/US25/US 301/South Main Street; SR67/Fair Road; and CS 699/South Zetterower Avenue.

    This Request for Qualifications (RFQ) seeks to identify potential providers for the Scope of Services for the project/contract listed in Exhibit I.  Firms that respond to this RFQ and are determined by the City to be sufficiently qualified, may be deemed eligible, and invited to offer a technical approach and/or possibly present and/or interview for these services.  All respondents to this RFQ are subject to instructions communicated in this document and are cautioned to completely review the entire RFQ and follow instructions carefully. The City reserves the right to reject any or all Statements of Qualifications or Technical Approach, and to waive technicalities and informalities at the discretion of the City.

    IMPORTANT- A RESTRICTION OF COMMUNICATION IS IN EFFECT FOR THIS PROJECT.

    From the advertisement date of this solicitation until successful respondents are selected and the award is made official and announced, firms are not allowed to communicate about this solicitation or scope with any staff of the City including the Mayor and City Council, except for the submission of questions as instructed in the RFQ, or with the contact designated in RFQ Section VIII.C., or as provided by any existing work agreement(s).  For violation of this provision, the City reserves the right to reject the submittal of the offending respondent.

    Due to the federal funding, this project will utilize the Georgia Department of Transportation Board adopted 16% overall annual goal for Disadvantaged Business Enterprise (DBE) participation on all federally funded projects. This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint-venture or mentor/ protégé relationship.

    The City will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan.

    For more information on the GDOT DBE Program please contact:

    Georgia Department of Transportation Equal Opportunity Division

    One Georgia Center, 7th Floor

    600 West Peachtree Street, NW Atlanta, Georgia 30308

    Phone: (404) 631-1972

    Scope of Services

    Under the terms of the resulting Agreement, the selected consultant will provide engineering design services, for the Project identified. The anticipated scope of work for the project/contract is included in Exhibit I.

    In addition, the City desires that the Consultant have the ability to provide, either with its own forces or through a sub-consultant team member, comprehensive services necessary to fulfill all preliminary engineering services which may arise during the project cycle.

     

    Contract Term and Type

    The City anticipates one (1) Multi-Phase, Project Specific contract  to  be  awarded  to  one  (1)  firm,  for  the project/contract identified. The City anticipates that the Contract Type may be Lump Sum, Cost Plus Fixed Fee, Cost per Unit of Work or Specific Rate of Compensation. As a Project Specific contract, it is the City’s intention that

    2

     

    RFQ2025-31

    the Agreements will remain in effect until successful completion of the preliminary engineering phase of the project and may choose to utilize the selected consultant for use on construction revisions as necessary.

     

     

    I.

     

    Contract Amount

    The Multi-Phase, Project Specific contract amount will be determined via negotiations with the City. If the City is unable to reach a satisfactory agreement and at reasonable rates to be paid for the services to be provided, the City reserves the right to terminate negotiations with the highest scoring finalist and begin negotiations with the next highest scoring finalist.

     

     

    II.

     

    Selection Method

     

    A.

     

     

     

     

     

    B.

     

     

     

     

     

     

     

    C.

     

     

     

    D.

     

     

     

     

     

     

     

     

     

    E.

    Method of Communication

    All general communication  of  relevant  information  regarding  this  solicitation  will  be  made  via  the  Georgia Procurement Registry (GPR) under RFQ2025-31. All firms are responsible for checking the GPR on a regular basis for updates, clarifications, and announcements. the City reserves the right to communicate via electronic mail with the primary contact listed in the Statements of Qualifications. Other specific communications will be made as indicated in the remainder of this RFQ.

    Phase I – Selection of Finalists

    Based on the Statements of Qualifications submitted in response to the projects/contracts listed in this RFQ, the Selection Committee will review the Experience and Qualifications and Resources and Workload Capacity listed in Section IV. Selection Criteria for Phase I. The Selection Committee will discuss the top submittals, and the final rankings of the top submittals will be determined. From the final rankings of the top submittals, the Selection Committee will identify three (3) to five (5) firms which will be shortlisted.

    All firms must meet the minimum requirements as listed in Section IV.A. below.

    Finalist Notification for Phase II

    Firms selected and shortlisted as finalists will receive notification and final instructions from the City regarding the Phase II – Technical Approach response.

    Phase II – Finalists Response on Technical Approach and Past Performance

    The City will request a Technical Approach of the three (3) to five (5) finalist firms for the project/contract. The City reserves the right to request a presentation/interview on any project/contract as determined in its best interests; however, this additional requirement shall typically be reserved for the most complex projects. Each finalist firm shall be notified in writing and informed of the Technical Approach due date.  Any additional detailed Technical Approach instructions and requirements, beyond that provided in Section V. Selection Criteria for Phase II, for the finalists will be provided in the Finalist Notification. All members of the Selection Committee will review the Technical Approach (and will attend the presentation/interview if so chosen). Firms shall not address any questions, prior to the award announcement, to anyone other than the designated contact.

     

    Final Selection

    Final selection will be determined by carrying the scores from Phase I forward for each Finalist and by evaluating the Technical Approach and Past Performance criteria for Phase II.  The Selection Committee will discuss the Finalist’s Phase II Responses, and the final rankings will be determined.

    Negotiations will then be initiated with the top-ranked firm(s) to finalize the terms and conditions of the contract(s), including the fees to be paid.  In the event a satisfactory agreement cannot be reached with the highest-ranking firm(s), the City will formally terminate the negotiations and possibly enter into negotiations with the second highest- ranking firm, and so on in turn until a mutual agreement is established and the City awards a contract. The final form of the contract shall be developed by the City.

    3

     

     

     

    RFQ2025-31

     

     

     

    III.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    Schedule of Events

    The following Schedule of Events represents the City’s best estimate of the Schedule that will be followed.  All times indicated are prevailing times in Statesboro, Georgia.  The City reserves the right to adjust the Schedule as the City deems necessary.

     

     

    PHASE I DATE TIME
    a. Issuance of public advertisement of RFQ2025-31 5/15/2025 ———-
    b. Deadline for submission of written questions and requests for clarification 5/29/2025 3:00 PM
    c. Deadline for submission of Statements of Qualifications 6/18/2025 3:00 PM
    d. Mandatory Pre-bid 6/4/2025 3:00 PM
    d. The City completes evaluation and issues notification and other information to

    finalist firms

    TBD
    PHASE II
    e. Deadline for submission of written questions from finalists TBD 3:00 PM
    f.  Phase II Response of Finalist firms due TBD 3:00 PM

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    Selection Criteria for Phase I – Criteria for Evaluation of Statements of Qualifications

     

    A.

     

     

     

     

     

     

     

     

     

     

    B.

    Area Class Requirements and Certification

    Presented teams must be prequalified in the indicated Area Class(es) in order to be evaluated.  Required proof of prequalification shall be submitted as indicated in Section VI.B.4. below.  All Submittals will be pre-screened to verify that the Prime consultant has the required Area Class(es) and that the overall team has the required Area Class(es). Any submittal in which the Prime consultant or the overall team area class requirements are not met will be disqualified from further consideration.

    Each submittal will require a certification to allow the City to analyze risks in determining if any firm should be ineligible for award.  The certification shall cover a wide variety of information.  Any firm which responds in any potentially concerning manner must provide additional information as directed herein for consideration by the City to determine if Firm is eligible for award.

     

    Project Manager, Key Team Leader(s) and Prime’s Experience and Qualifications – 30%

    The Selection Committee will evaluate all firms on their Experience and Qualifications, which shall account for a total of thirty (30%) percent of the total evaluation.  The following criteria for scoring Phase I of the evaluation will be utilized to determine which firms are shortlisted:

     

    1.

    2.

    3.

    Project  Manager  education,  registration,  relevant  engineering  experience,  relevant  project  management experience, experience in utilizing the City specific processes, manuals, or guidance.

    Key Team Leaders’ education, registration, relevant technical experience, and relevant experience in utilizing the City specific processes, manuals, or guidance.

    Prime Consultant’s experience in delivering projects of similar complexity, size, scope, and function.

     

    4

     

     

     

     

    RFQ2025-31

     

    C.

    Project Manager, Key Team Leader(s) and Prime’s Resources and Workload Capacity – 20%

    The Selection Committee will evaluate all firms on their Resources availability and Workload Capacity which shall account for a total of twenty (20%) percent of the total evaluation. The following criteria for scoring the Resources and Workload Capacity will be utilized to determine which firms are shortlisted:

     

    1.

    2.

    3.

    4.

    Project Manager Workload

    Workload capacity of Key Team Leader(s) Resources dedicated to delivering project Ability to Meet Project Schedule

     

     

    V.

     

    Selection Criteria for Phase II – Criteria for Evaluation of Technical Approach and Past Performance

     

    A.

    Technical Approach – 40%

    The Selection Committee will evaluate the shortlisted firms (Finalists) on their Technical Approach, which shall account for a total of forty (40%) percent.  The Selection Committee shall utilize the following additional criteria for scoring Phase II of the evaluation to determine the highest ranked/most qualified (NOTE: Scores from Phase I will be carried forward and combined with the scores from the Phase II to determine the final ranking of Finalists):

     

    1.

    2.

    3.

    Provide any unique technical approaches your firm offers relative to addressing anticipated design concepts, use of any alternative methods for delivery (if applicable), and/or management of the project.

    Identify any unique challenges of the project and how your firm intends to mitigate these challenges, including quality control, quality assurance procedures.

    Provide any specific qualifications, skills, knowledge of the project and project area which may uniquely benefit the firm and project, and your ability and willingness to meet time requirements.

     

    B.

    Past Performance – 10%

    The  Selection  Committee  may  consider  information  provided  via  references  provided  for  relevant  projects, knowledge any selection committee member has of performance on relevant projects, and performance evaluations or knowledge presented on GDOT projects.  The Selection Committee will consider all factors in their totality and score from 0 to 10 when arriving at a final score for the Past Performance.

     

     

    VI.

     

    Instructions for Content and Preparation of Statements of Qualifications – Phase I Response

     

    Statements of Qualifications must be submitted in strict accordance with the instructions provided in Section VIII. Submittals MUST be organized, and categorized as outlined, adhering to the headings, numbering and lettering as specified.  Where page limits are stated, each section must begin on a new page and end on the last page allowed for the section.           Do not begin new sections on a page allowed for a previous section. Adherence to these guidelines will enable the City to ensure compliance with the page limitations.

     

     

    Cover page

     

    Each project/contract submittal must have a separate cover page for each copy of each submittal for each project/contract and each must list the RFQ#, RFQ Title, proposing firm’s full legal name and the specific project contract being submitted on to include the PI Numbers, County(ies), and Description.

     

    A.

    Administrative Requirements

    It is required to submit the information below for each copy of each submittal. This is general information and will not be scored but may be used to determine eligibility for selection. Under Administrative Requirements section, only submit the information requested; additional information will be subject to disqualification of your firm.

    1. Basic company information:

    5

     

    RFQ2025-31

     

    a.

    b.

    c.

    d.

    e.

    f.

    g.

     

     

    Company name.

    Company Headquarter Address.

    Contact Information – Name and all contact information (telephone number(s) and e-mail address) of primary proposing contact (this will be the individual with whom the City will direct all communications). Company website (if available).

    Georgia Addresses – Identify and provide addresses for the offices located in the State of Georgia.

    Staff – List the number and disciplines of staff members employed in each office in the State of Georgia. Ownership – Provide form of ownership, including state of residency or incorporation, and number of years in business. Is the Offeror a sole proprietorship, partnership, corporation, limited liability Corporation, or other structure?

     

    2.

    3.

     

    4.

    Certification Form – Complete the Certification Form (Exhibit “II” enclosed with RFQ) and provide a notarized original within the firm’s Statement of Qualifications. This is to be submitted for the Prime ONLY.

    Georgia Security and Immigration Compliance Act Affidavit – Complete the form (Exhibit “III” enclosed with RFQ) and provide a notarized original within the firm’s Statement of Qualifications.  This is to be submitted for the Prime ONLY.

    Addenda – Signed cover page of any Addenda issued for the Prime ONLY.

     

    B.

    Experience and Qualifications

     

     

    1.

     

    Project Manager – Provide information pertaining to the project manager, including but not limited to:

     

    a.

    b.

    c.

    d.

    e.

    Education.

    Registration (if necessary and applicable.)

    Relevant engineering experience.

    Relevant project management experience for projects of similar complexity, size, scope, and function.

    Relevant experience utilizing all applicable processes, manuals, or guidance, including but not limited

    to GDOT’s Plan Development Process, Design Policy Manual, Environmental Procedures Manual, Utility Accommodation Policy and Standards Manual, etc.

     

     

     

    2.

    This information is limited to two (2) pages maximum.

    Key Team Leaders – Provide experience of Key Team Leaders (defined as those individuals who oversee project areas determined as particularly important to each specific project, refer to the Project Description in Exhibit I, specifically Section 7 for the list of Key Team Leaders for each Project). For each Key Team Leader identified provide:

     

    a.

    b.

    c.

    d.

    Education.

    Registration (if necessary and applicable.)

    Relevant experience in the applicable resource area of the most relevant projects.

    Relevant experience utilizing all applicable processes, manuals, or guidance, including but not limited to GDOT’s Plan Development Process, Design Policy Manual, Environmental Procedures Manual, Utility Accommodation Policy and Standards Manual, etc. which are specific to the key team leader’s area.

     

     

     

     

     

     

     

     

     

    3.

    This information is limited to one (1) page maximum for each Key Team Leader identified in Section 7 of each Exhibit I. Respondents submitting more than one (1) page for each Key Team Leader identified will be subject to disqualification.  Respondents who provide more Key Team Leaders than what is outlined in the requirement will be subject to disqualification as this would provide an advantage over firms  who  complied  with  the  requirement  and  had  the  required  number  of  Key  Team  Leaders. Respondents who do not provide the required Key Team Leaders will be subject to disqualification as this does not meet the requirements of the project and therefore would deem the respondent and its team unqualified for the award.

    Prime Experience – Provide information on the prime’s experience and ability in delivering effective services for projects of similar complexity, size, scope, and function, which demonstrate the firm’s capabilities to provide services for the City. For each project, the following information should be provided:

     

    a.

    b.

    c.

    Client name, project location and dates during which services were performed. Description of overall project and services performed by your firm.

    Duration of project services provided by your firm, and overall project budget.

    6

     

     

    RFQ2025-31

    d.

    e.

     

    Experience utilizing GDOT specific processes, manuals, or guidance (PDP, Design Policy, Environmental Procedures Manual, etc.)

    Client(s) current contact information including contact names, telephone numbers and email address. Involvement of Key Team Leaders on the projects.

     

     

     

    4.

    This information is limited to two (2) pages maximum.

    Area Class Summary Form and Notice of Professional Consultant Qualifications – Prime Consultants are defined as the firm submitting the Statement of Qualifications and the firm with whom the City will contract. The Team is defined as the Prime Consultant and their sub-consultants, who are considered team members. Prime Consultants and their sub-consultant team members must meet the GDOT Area Class requirements listed in Exhibit I for each project on which they apply. In regard to the required Area Classes, for each project/contract on which they apply, respondents should submit a summary form (example provided in Exhibit IV) which details the required area classes for the Prime Consultant and all sub-consultants or joint-venture of consultants on the team listed in the Statement of Qualifications.  The area classes and firm’s meeting the area classes listed on the summary form must meet all required area classes or the team will be disqualified.  If a team member’s prequalification will expire prior to the due date of the SOQs, documentation must be provided which shows that the firm has submitted its application for prequalification prior to the SOQ due date. The team must maintain its prequalification certification to be considered eligible for award if selected. Additionally, respondents should submit the Notice of Professional Consultant Qualifications (for the Prime Consultant and all sub-consultants for each project) issued by GDOT and attach after the Area Class summary form.

    This information is limited to the one (1) page for the Area Class table (unless the project needs require an extensive list of area classes) and the required Notice of Professional Consultant Qualifications.

     

     

    C.

     

    Resources/Workload Capacity

     

    1.

    Overall Resources – Provide information regarding the overall resources dedicated to delivering the specific project, including:

     

    a.

     

    b.

     

     

    c.

    Organizational chart which identifies the project manager, prime, Key Team Leaders, support personnel, and reporting structure.  This chart may be submitted on a 11” x 17” page. (Excluded from the page count)

    Primary Office – Identify and discuss the primary office which will be responsible for handling the specific project and the number and types of staff within the office and how this office could benefit the project and promote efficiency. This information to be included on the one (1) page with the Narrative on Additional Resource Areas and Ability.

    Narrative on Additional Resource Areas and Ability – Respondents are to provide information regarding additional resource areas identified as important to the project, to discuss how the key areas will integrate and work together on the project, to discuss any information which is pertinent to these areas, to provide a narrative regarding how the organization of the team, including the PM and Key Team Leaders can deliver the project on schedule given their workload capacity. (The City recognizes that some individuals may be able to meet the schedule while carrying heavier project loads.) Respondents may discuss the advantages of your team and the abilities of the team members which will enable the project to meet the proposed schedule as identified in Exhibit I (where applicable). If there is no proposed schedule, discuss the advantages of the team and the abilities of the team members which will enable the project to move as expeditiously as possible.  Respondents submitting more than the one (1) page allowed (combined for C1.b. and C1.c.), will be subject to disqualification.

     

    2.

    Project Manager Commitment Table – Provide a list of ALL projects (the City, other governments and private contracts – Information may be validated and any firm determined not to be listing all projects may be subject to disqualification) on which the proposed project manager is currently committed, to enable the City to ascertain the project manager’s availability.  Utilize a table similar to the following format with a minimum of all criteria indicated to provide the requested information:

     

     

     

     

     

    7

     

     

     

    RFQ2025-31

    Project Manager PI/Project # for GDOT Projects/Name of Customer for Non-GDOT Projects Role of PM on Project Project Description Current  Phase of Project Current  Status  of Project Monthly   Time Commitment in Hours

     

     

     

     

     

     

    3.

    Key Team Leader Project Commitment Table – Provide a table similar to the below, with a minimum of all criteria indicated, which identifies ALL projects the Key Team Leaders (refer to the Project Description in Exhibit I, specifically Section 7 for the list of Key Team Leaders for each Project) are committed on to enable the City to ascertain the available capacity.

     

     

    Key Team

    Leader

    PI/Project # for GDOT Projects/Name of Customer for Non-GDOT Projects Role of Key Team Leader on Project Project Description Current Phase of Project Current Status of Project Monthly Time Commitment in Hours

     

     

     

     

     

    This information is limited to the organization chart (excluded from page count), [one (1) page of text to include both C1.b. Primary Office and C1.c. Narrative on Additional Resource Areas and Ability], and the tables.

    VII. Instructions for Preparing Technical Approach and Past Performance Response – Phase II Response

    The following information will only be requested of the shortlisted firms. The Selection Committee will evaluate the shortlisted firms using the information provided as requested below (NOTE: Scores from Phase I will be carried forward to Phase II):

    The Phase II responses must be submitted in strict accordance with the instructions provided in Section IX. Submittals MUST be organized, and categorized as outlined, adhering to the headings, numbering and lettering as specified.  Where page limits are stated, each section must begin on a new page and end on the last page allowed for the section.  Do not begin new sections on a page allowed for a previous section. Adherence to these guidelines will enable the City to ensure compliance with the page limitations.

     

    Phase II Cover page – Each submittal must have a separate cover page for each copy of each Phase II submittal, and each must indicate the response is for Phase II, list the RFQ#, RFQ Title, proposing firm’s full legal name and the specific project contract being submitted on to include the PI Numbers and Description.

     

     

    A.

     

    Technical Approach

     

    1.

    2.

    3.

    Provide any unique technical approaches your firm offers relative to addressing anticipated design concepts, use of any alternative methods for delivery (if applicable), and/or management of the project.

    Identify any unique challenges of the project and how your firm intends to mitigate these challenges, including quality control, quality assurance procedures.

    Provide any specific qualifications, skills, knowledge of the project and project area which may uniquely benefit the firm and project, and your ability and willingness to meet time requirements.

     

     

     

    B.

    This information will be limited to a maximum of three (3) pages.

    Past Performance

    No additional information should be submitted to fulfill this requirement.  Information from the relevant projects listed as well as information on file with the City will be used to fulfill this requirement.

     

    8

     

    RFQ2025-31

    Past performance may be evaluated through the checking of project references for the proposed project manager as well as the firm.  The City will check these references at random.  For this reason, attention should be paid to
    the references provided to ensure that the contact information provided is accurate and the individual references are reachable. Other past performance information which may be utilized includes The City consultant performance ratings as well as knowledge that any member of the Selection Committee has pertaining to the past performance of the firm on any project.

    VIII. Instructions for Submittal for Phase I – Statements of Qualifications

     

    A.

     

     

    B.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    C.

    There is one (1) electronic version submittal required.  The Submittal must follow the format and meet the content requirements identified in Section VI, entitled Instructions for Content and Preparation of Statements of Qualifications – Phase I Response. See Attachment 1 for a summary of how the submittals should be prepared.

    Submittals must be typed on standard (8½” x 11”) paper.  The pages should be numbered; however, submittal pages will be counted by section to determine compliance with page limits.  Responses are limited to the page counts indicated in each section using a minimum of size 11 font.  Page counts will be determined by pages with print on them, not by the physical piece of paper.  Each Statement of Qualifications shall be prepared simply and economically as indicated above. Colored displays, and promotional materials are not desired. Emphasis must be on completeness, relevance, and clarity of content.

    NOTE: Additional pages other than what has been specified above in each section should not be included and will be grounds for disqualification.           Submittals are limited to the information requested in Section VI. Instructions for Content and Preparation of Statements of Qualifications – Phase I Response only. Hyperlinks or embedded video are not allowed.

    Statements of Qualifications submittals must be a PDF document for each project/contract.  Each PDF document must follow the naming convention for electronic records as follows: the proposing firm’s full legal name, RFQ#, RFQ Title and the specific project contract number being submitted on.  To submit your Statement of Qualification
    to Marcos Trejo, (912) 764-0681marcos.trejo@statesboroga.gov.

    Statements of Qualifications must be received by the City prior to the deadline indicated in the Schedule of Events (Section III of RFQ).

    No submittals will be accepted after the time and date set for receipt.

    All expenses for preparing and submitting responses are the sole cost of the party submitting the response.  The City is not obligated to any party to reimburse such expenses.  All submittals upon receipt become the property of the City. Labeling information provided in submittals “proprietary” or “confidential”, or any other designation of restricted use will not protect the information from public view.  Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award.

    the City reserves the right, in its sole discretion, to waive any technicalities associated with this submittal if deemed in the best interest of the City.

    Questions and Requests for Clarification

    Questions about any aspect of the RFQ, or the project, shall be submitted in writing via e-mail to:

    Marcos Trejo, (912) 764-0681 email: marcos.trejo@statesboroga.gov.

    The deadlines for submission of questions relating to the RFQ are the times and dates shown in the (Schedule of Events- Section III).  From the issue date of this solicitation until a successful proposer is selected and the award is made official and announced, respondents are subject to the Restriction of Communication in Section I.B.

     

     

    IX.

     

    Instructions for Submittal for Phase II – Technical Approach and Past Performance Response

     

    THESE  INSTRUCTIONS  ARE  INTENDED  SOLELY  FOR  THOSE  FIRMS  IDENTIFIED  AND  NOTIFIED  AS FINALISTS. Final Instructions will be provided to the Finalists in the notification.

    Please note that each project/contract will follow an individual schedule which meets the availability of each Selection Committee.  For this reason, the Notice to Selected Finalists and resulting Phase II responses may be on different schedules for each project/contract.

    9

     

    RFQ2025-31

     

     

    A.

     

     

     

    B.

     

    There is one (1) electronic version submittal required.  The Submittal must follow the format and meet the content requirements identified in Section VII, entitled Instructions for Preparing Technical Approach and Past Performance Response – Phase II Response.  See Attachment 1 for a summary of how the submittals should be prepared.

    Submittals must be typed on standard (8½” x 11”) paper.  The pages should be numbered; however, submittal pages will be counted by section to determine compliance with page limits. Responses are limited to the page counts indicated in each section using a minimum of size 11 font.  Page counts will be determined by pages with print on them, not by the physical piece of paper.  Each Statement of Qualifications shall be prepared simply and economically as indicated above. Colored displays, and promotional materials are not desired. Emphasis must be on completeness, relevance, and clarity of content.

     

    NOTE:  Additional pages other than what has been specified above in each section should not be included and will be grounds for disqualification.  Submittals are limited to the information requested in Section VII.  Instructions for Preparing Technical Approach and Past Performance Response-Phase II Response only. Hyperlinks or embedded video are not allowed.

    Technical Approach submittal must be a PDF document for each project/contract. Each PDF document must follow the naming convention for electronic records as follows: the proposing firm’s full legal name, RFQ#, RFQ Title and the specific project contract being submitted on.  To submit your Technical Approach to Marcos Trejo, (912) 764- 0681, email: marcos.trejo@statesboroga.gov.

    Technical Approach must be received by the City prior to the deadline indicated in Notice to Selected Finalists.

     

    C.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    D.

    No submittals will be accepted after the time and date set for receipt.

    All expenses for preparing and submitting responses are the sole cost of the party submitting the response.  The City is not obligated to any party to reimburse such expenses.  All submittals upon receipt become the property of the City.  Labeling information provided in submittals “proprietary” or “confidential”, or any other designation of restricted use will not protect the information from public view.  Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award.

    The City reserves the right, in its sole discretion, to waive any technicalities associated with this submittal if deemed in the best interest of the City.

    No submittals will be accepted after the time and date set for receipt.

    Responses submitted via facsimile or e-mail will be rejected. All expenses for preparing and submitting responses are the sole cost of the party submitting the response.  The City is not obligated to any party to reimburse such expenses. All submittals upon receipt become the property of the City. Labeling information provided in submittals “proprietary” or “confidential”, or any other designation of restricted use will not protect the information from public view.    Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award.

    The City reserves the right, in its sole discretion, to waive any technicalities associated with this submittal if deemed in the best interest of the City.

    Questions and Requests for Clarification

    Questions about any aspect of the Phase II Response for Finalists, shall be submitted in writing via e-mail to: Marcos Trejo e-mail: marcos.trejo@statesboroga.gov.

    or as directed in the Notice to Selected Finalists, if different.  The deadlines for submission of questions relating to the Phase II Response will be identified in the Notice to Selected Finalists.  From the issue date of this solicitation until a successful proposer is selected and the award is made official and announced, respondents are subject to the Restriction of Communication in Section I.B.

     

     

     

    10

     

    RFQ2025-31

     

    X.

    Terms and Conditions

     

    A.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    B.

    Statement of Agreement

    With the submission of a Statement of Qualifications (SOQ), the respondent agrees that he/she has carefully examined the Request for Qualifications and agrees that it is the respondent’s responsibility to request clarification on any issues in any section of the Request for Qualifications with which the respondent disagrees or needs clarified. The respondent also understands that failure to mention these items during the question period or in the SOQ will be interpreted to mean that the respondent is in full agreement with the terms, conditions, specifications and requirements in the therein.  With submission of a SOQ, the respondent hereby certifies:  (a) that this SOQ is genuine and is not made in the interest or on behalf of any undisclosed person, firm, or corporation; (b) that respondent has not directly or indirectly included or solicited any other respondent to put in a false or insincere SOQ; (c) that respondent has not solicited or induced any person, firm, or corporation to refrain from sending a SOQ.

     

    The respondent also understands that failure to provide required information may result in disqualification. Failure
    to provide administrative information may not result in disqualification. At the City’s discretion, the City may notify the respondent that administrative information is not provided or there was an error in the information provided, and the City will allow a respondent to provide an update to the administrative information.  However, the exception to this is the provision of the required GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT, which by Georgia Law requires disqualification of the response.  The above changes mentioned to administrative information would be considered allowable as these would be limited to changes which do not affect the information which the evaluators use to score the respondents. Failure of a respondent to provide the specific administrative information as required in the notice will result in disqualification. Any respondent who provides changes in addition to the information requested in the notice shall be subject to disqualification.  Failure of a respondent’s SOQ to provide any information pertaining to a respondent and its teams qualifications, of any type, will subject the SOQ to disqualification. The City will not allow updates to qualifications to be provided to avoid disqualification as this would allow a respondent to modify its SOQ and alter the information which evaluators would score. The above changes related to qualifications would not be allowable as these would allow changes which do affect the information which the evaluators use to score the respondents SOQ.

    Joint-Venture Proposals, Sub-Consultants, and Vendors

    The City does not generally desire to enter into “joint-venture” agreements with multiple firms.  In the event two or more firms desire to “joint venture”, it is strongly recommended that one incorporated firm propose and maintain status as the Program Management firm with the remaining firms participating as major firms.  Any joint venture, proposed and established as a separate business entity, should have its own set of books and supporting documentation sufficient for an audit trail. Transactions should be recorded consistent with the joint-venture agreement, and care must be taken to ensure that the joint-venture bears its equitable share of the costs. Therefore, “unpopulated joint-ventures” would not have an adequate accounting system suitable for cost reimbursement contracts.

    However more traditional “populated joint-ventures” are welcomed.  A populated joint-venture is where an alliance
    is brought to life by infusing it with working capital, employees, and control systems.  The alliance implements all necessary business systems, including payroll processing, purchasing, property control, etc.   The alliance will develop its own indirect rate structure and calculates its own indirect cost rates, based on the direct and indirect costs it incurs.

    Sub-Consultants shall generally be considered any team member which is performing any service which typically requires prequalification, which is subject to the Audit and Accounting System Requirements, and whose services are billed as costs.  Sub-Consultant Team Members must be written into the resulting Agreement and are subject
    to all terms and conditions in the Agreement.  Vendors shall be considered any team member which is performing any service which typically does not require prequalification, which is not subject to the Audit and Accounting System Requirements, and whose services are billed as direct expenses.  Vendors may not be written into the resulting Agreement and may not be subject to all terms and conditions in the Agreement.

     

     

     

    11

     

    RFQ2025-31

     

    C.

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    D.

    Non-Discrimination and Disadvantaged Business Enterprise Requirements

    The City in accordance with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d–42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award.

    Due to the federal funding, this project will utilize the Georgia Department of Transportation Board adopted 16% overall annual goal for Disadvantaged Business enterprise (DBE) participation on all federally funded projects. This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint-venture or mentor/ protégé relationship.

    The City will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan.

    For more information on the GDOT DBE Program please contact:

    Georgia Department of Transportation Equal Opportunity Division

    One Georgia Center, 7th Floor
    600 West Peachtree Street, NW Atlanta, Georgia 30308

    Phone: (404) 631-1972

    Audit and Accounting System Requirements

    The City reserves the right to reject any proposal with firms that do not meet the following requirements:

     

    1.

    2.

    3.

    4.

    Firm(s) should have an accounting system in place to meet requirements of 48 CFR Part 31 and, in the case of non-profit organizations, OMB Circular A-122.

    Any firm that currently has an aggregate contract amount exceeding $250,000 should have submitted their yearly CPA overhead audit.

    Firm(s) should have no significant outstanding deficient audit findings from previous contracts with the City that have not been resolved.

    The prime is responsible for being reasonably assured that all sub-consultant(s) presented as a part of the proposed team are similarly in compliance with the above requirements.

     

    E.

     

     

     

     

     

    F.

    Submittal Costs and Confidentiality

    All expenses for preparing and submitting responses are the sole cost of the respondent submitting the response. The City is not obligated to any respondent to reimburse such expenses.  All submittals upon receipt become the property of the City.  Labeling information provided in submittals as “proprietary” or “confidential”, or any other designation of restricted use will not protect the information from public view. Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until a final award.

    Award Conditions

    This request is not an offer to contract or a solicitation of bids. This request and any proposal submitted in response, regardless of whether the proposal is determined to be the best proposal, is not binding upon the City and does not obligate the City to procure or contract for any services. Neither the City nor any respondent submitting a response will be bound unless and until a written contract mutually accepted by both parties is negotiated as to its terms and conditions and is signed by the City and a respondent containing such terms and conditions as are negotiated between those parties. The City reserves the right to waive non-compliance with any requirements of this Request for Qualifications and to reject any or all proposals submitted in responses. Upon review of responses, the City will determine the respondent(s) proposal that in the sole judgment of the City is in the best interest of the City (if any

     

    12

     

    RFQ2025-31

    is so determined), with respect to the evaluation criteria stated herein. The City then intends to conduct negotiations with such respondent(s) to determine if an acceptable contract may be reached.

     

    G.

     

     

     

     

     

    H.

     

     

     

     

     

     

    I.

     

     

     

    J.

    Debriefings

    In lieu of Pre-Award and Post-Award debriefings, it shall be the City’s policy to provide the “Selection Package” at the time of the Selection Announcement (also referred to as the Announcement of Entering into Negotiations). The “Selection Package” will include the scores and comments of phases for all firms who responded and will typically be provided as a PDF file and e-mailed. Previously, pre-award debriefings only provided the scores and comments of the firm. It shall be the policy of the City that all debriefings will typically be conducted in writing.

    Right to Cancel or Change RFQ

    The City reserves the right to cancel any and all Request for Qualifications where it is determined to be in the best interest of the City to do so. The City reserves the right to increase, reduce, add or delete any item in this solicitation as deemed necessary.

    It is the responsibility of all firms interested in submitting Statement of Qualifications (SOQs) for this advertisement to routinely check the posting on the Georgia Procurement Registry for any revisions to this RFQ.

    Substitutions, Alternates, Exceptions, and Extensions

    No substitutions or alternates will be accepted for this solicitation.  Any respondent submitting substitutions or alternates will be considered non-responsive and will not be considered for award.

    Code of Conduct Pertaining to Conflict of Interest in the Award and Administration of Contracts

    Contractor warrants and represents that:

    The Services to be performed hereunder will not create an actual or apparent conflict of interest with any other work it is currently performing; and the firm is not presently subject to any agreement with a competitor or with any other party that will prevent the firm from performing in full accord with this Agreement; and the firm is not subject to any statute, regulation, ordinance, or rule that will limit its ability to perform its obligations under this Agreement; and

    the firm shall be free to accept other work during the term hereof; provided, however, that such other work shall not interfere with the provision of Services hereunder.

    EXHIBIT I

    Project/Contract

     

    1.

    2.

     

     

     

     

     

    3.

    PI Number: 0019357

    Description: Located in city of Statesboro, the project begins at SR 73/US25/US 301/South Main Street and concludes at CS 699/South Zetterower Avenue. The project intends to replace existing bridge on SR 73/US/25/US 301/South Main Street at Little Lotts Creek in place with a grade separated bridge, replace bridge on SR 67/Fair Road at Little Lotts Creek at new location with a grade separated bridge, widen an existing culvert on CS 699/South Zetterower Avenue at Little Lotts Creek. The project is approximately 0.60 mile. Tasks for construction engineering and

    inspection may be included in the contract.

    Required Area Classes:

    Prime Consultants are defined as the firm submitting the Statement of Qualifications and the firm with whom the City will contract.         The Team is defined as the Prime Consultant and their sub-consultants, who are considered team members.  The Prime Consultant must be prequalified in the Area Classes identified below in Section 5.A. The Prime Consultant or sub-consultant team members must be prequalified in the Area Classes identified below in Section 5.B. Respondents should submit a summary form (example provided in Exhibit IV) which details the required area classes for the Prime Consultant and all sub-consultants or joint venture of consultants on the team listed in the Statement of Qualifications.  The area classes listed on the summary form must meet all required area classes or the team will be disqualified. The Prequalification Expiration Date must be current by the deadline stated for this RFQ.

     

     

    13

     

    RFQ2025-31

     

    1. The Prime Consultant MUST be prequalified by GDOT in the area classes listed below:
    Number Area Class
    4.01(a) Minor Bridge Design

     

     

    1. The Team (either the Prime Consultant and/or one or more of their sub-consultant team members) MUST be

    prequalified by GDOT in the area classes listed below:

    Number Area Class
    1.06(a) NEPA
    1.06(b) History
    1.06(c) Air Quality
    1.06(d) Noise
    1.06(e) Ecology
    1.06(f) Archaeology
    1.06(g) Freshwater Aquatic Surveys
    1.06(h) Bat Surveys
    1.07 Attitude, Opinion, and Community Value Studies (Public Involvement)
    1.10 Traffic Analysis
    3.01 Two-Lane or Multi-lane Rural Roadway Design
    3.02 Two-Lane or Multi-lane urban Roadway Design
    3.06 Traffic Operations Studies
    3.07 Traffic Operations Design
    3.08 Landscape Architecture Design
    3.10 Utility Coordination
    3.13 Facilities for Bicycles and Pedestrians
    3.15 Highway Lighting
    3.16 Value Engineering (VE)
    4.01(a) Minor Bridge Design
    4.02 Major Bridge Design
    4.04 Hydraulic and Hydrological Studies (Bridges)
    5.01 Land Surveying
    5.02 Engineering Surveying
    5.08 Overhead/Subsurface Utility Engineering (SUE)
    6.01(a) Soil Survey Studies
    6.02 Bridge Foundation Studies
    6.04(a) Laboratory Testing of Roadway Construction Materials
    6.04(b) Field Testing of Roadway Construction Materials
    6.05 Hazardous Waste Site Assessment Studies
    8.01 Construction Engineering and Supervision
    9.01 Erosion, Sedimentation, and Pollution Control Plan
    9.03 Field Inspection for Erosion Control

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    4.

    Scope:

    a.

    b.

     

    Project Description & Project Justification Statement Traffic Engineering

     

    i.

    ii.

    Traffic projections request, Traffic Data Report, Traffic Forecasting

    Traffic Analysis for operational features

     

    c.

    d.

    e.

    f.

    g.

    h.

    i.

    j.

    Environmental Survey Boundary

    Early activities: Property Owner Access Notification Letter, Cultural Resources Notification letter, National Environmental Policy Act (NEPA) Letter, Waters of the US

    Fieldwork for Land Survey, Archaeology, Ecology, and History

    Resource Survey Reports for Archaeology, Ecology, and History

    Land/topographical Survey Database

    Phase 1 Environmental Site Assessment for Underground Storage Tanks/Hazardous Waste Report Preliminary Right of Way (ROW) cost estimate & concept level utility cost estimate

    GDOT concept report

    14

     

    RFQ2025-31

    k.

    l.

    m.

    n.

    o.

    p.

    q.

    r.

    s.

    t.

    u.

    v.

    w.

    x.

    y.

    z.

     

    Avoidance and Minimization Measures Meeting

    Technical study for Archaeology, Ecology, and History

    Phase 2 Environmental Site Assessment for Underground Storage Tanks/Hazardous Waste Report if

    needed

    Utility coordination per Utilities Accommodation Procedures & Policy Manual

    Design Variances, if needed

    Lighting design, if needed

    Utility and Construction cost estimate annual updates

    Preliminary Field Plan Review

    Detour impact coordination, report, and associated items for detour

    NEPA document

    Location & Design report, if needed

    ROW plans

    ROW acquisition

    Final Field Plan Review

    Environmental permitting & updates

    Plans, Specifications, and Estimate Package

     

    1. Construction phase

     

    i.

    ii.

    iii.

    iv.

    v.

    vi.

    vii.

    viii.

    ix.

    x.

    Assist with City and selected contractor contract preparation

    Coordinate the preconstruction meeting with the selected contractor

    Provide responses to questions during the bidding for City approval

    Assist with the construction phase coordination

    Provide laboratory and field tests of necessary roadway construction materials

    Review Contractor’s Pay Application and make payment recommendations to the City

    Assist with compliance with specifications and submit reports to the City

    Provide engineering services requested by the City during construction of the project

    Coordinate the final inspection and final punch item list for review and approval by the City

    Assemble project’s closeout documents and submit to the City with applicable recommendations.

     

    7.

    Related Key Team Leaders:

     

    A.

    B.

    C.

    D.

    E.

    Design

    Environment

    Utilities

    Survey

    Bridge

     

     

    8.

     

    Timeline:

    a.

    b.

    c.

    d.

     

     

    Notice to Proceed with Preliminary Engineering: September 1, 2025 Concept Approval Calendar Year 2027

    Right of Way Authorization Fiscal Year 2028

    Construction Authorization Fiscal Year 2029

     

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    15

     

    RFQ2025-31

    EXHIBIT II CERTIFICATION FORM

     

    I, __________________________, being duly sworn, state that I am ______________________ (title) of ________

    ___________________________________                                                          (firm) and hereby duly certify that I have read and understand the

    information presented in the attached proposal and any enclosure and exhibits thereto.

    Initial each box below indicating certification.  The person initialing must be the same person who signs the Certification Form.  (If unable to initial any box for any reason, place an “X” in the applicable box and attach a statement explaining the non-certification. The City will review and make a determination as to whether or not the firm shall be considered further or disqualified).

    I further certify that to the best of my knowledge the information given in response to the Request for Qualifications is full, complete and truthful.
    I further certify that the submitting firm and any principal employee of the submitting firm has not, in the immediately preceding five (5) years, been convicted of any crime of moral turpitude or any felony offense, nor has had their professional license suspended, revoked or been subjected to disciplinary proceedings, nor is any team members/principals currently under indictment for any reason related to actions on public infrastructure projects.

    I further certify that I understand that Firms included on the current Federal list of firms suspended or debarred are not eligible for selection and that the submitting firm has not, in the immediately preceding five (5) years, been suspended or debarred from contracting with any federal, state or local government agency, and further, that the submitting firm is not now under consideration for suspension or debarment from any such agency.

    I further certify that the submitting firm has not in the immediately preceding five (5) years been defaulted in any federal, state or local government agency contract and further, that the submitting firm is not now under any notice of intent to default on any such contract, nor has been removed from a contract or failed to complete a contract as assigned due to cause or default.

    I further certify that the firm or any affiliate(s) has not been involved in any arbitration, litigation, mediation, dispute review board or other dispute resolution proceeding with a client, business partner, or government agency in the last five (5) years involving an amount in excess of $500,000 related to performance on public infrastructure projects.

    I further certify that there are not any pending regulatory inquiries that could impact our ability to provide services if we are the selected consultant.

    I further certify that there are no possible conflicts of interest created by our consideration in the selection process or by our involvement in the project.

    I further certify that the submitting firm’s annual average revenue for the past five (5) years is sufficient to allow the services to be delivered effectively by our firm and that there are no trends in the revenue which may be concerning other than normal market fluctuations.

    I further certify that in regards to Audit and Accounting System Requirements, that the submitting firm:

     

    I.

    II.

    III. IV.

    Has an accounting system in place to meet requirements of 48 CFR Part 31 and, in the case of non-profit organizations, OMB Circular A-122.

    Has submitted its yearly Certified Public Accountant overhead audit if it currently has an aggregate contract amount exceeding $250,000.

    Has no significant outstanding deficient audit findings from previous contracts with the City that have not been resolved.

    Is responsible for being reasonably assured that all sub-consultant(s) presented as a part of the proposed team are similarly in compliance with the above requirements.

     

    I acknowledge, agree and authorize, and certify that the proposer acknowledges, agrees and authorizes, that the City may, by means that either deems appropriate, determine the accuracy and truth of the information provided by the proposer and that the City may contact any individual or entity named in the Statement of Qualifications for the purpose of verifying the information supplied therein.

    I acknowledge and agree that all of the information contained in the Statement of Qualifications is submitted for the express purpose of inducing the City to award a contract.

    A material false statement or omission made in conjunction with this proposal is sufficient cause for suspension or debarment from further contracts, or denial or rescission of any contract entered into based upon this proposal thereby precluding the firm from doing business with, or performing work for, the State of Georgia.  In addition, such false statement or omission may subject the person and entity making the proposal to criminal prosecution under the laws of the State of Georgia of the United States, including but not limited to O.C.G.A. §16-10-20, 18 U.S.C. §§1001 or 1341.

     

    Sworn and subscribed before me

    _______________________________________

     

    This _____ day of ________, 20___.

     

    ____________________________________

    NOTARY PUBLIC

    Signature

     

    My Commission Expires:

    _________________

    NOTARY SEAL

     

     

    16

     

    RFQ2025-31

    EXHIBIT III

     

    GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT

     

    Consultant’s Name:
    Address:
    Solicitation No./Contract No.: RFQ-2025-31
    Solicitation/Contract Name: GDOT 0019357, Bulloch County, SR 67; SR 73 & CS 699/Zetterower Avenue @ Little Lotts Creek

    CONSULTANT AFFIDAVIT

    By executing this affidavit, the undersigned Consultant verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, entity or corporation which is engaged in the physical performance of services on behalf of the City of Statesboro has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91.

    Furthermore, the undersigned Consultant will continue to use the federal work authorization program throughout the contract period and the undersigned Consultant will contract for the physical performance of services in satisfaction of such contract only with sub-consultants who present an affidavit to the Consultant with the information required by O.C.G.A. § 13-10-91(b).  Consultant  hereby  attests  that  its  federal  work  authorization  user  identification  number  and  date  of authorization are as follows:

     

    ____________________________________________

    Federal Work Authorization User Identification Number (EEV/E-Verify Company Identification Number)

     

    ___________________________________________

    Name of Consultant

    I hereby declare under penalty of perjury that the foregoing is true and correct

     

    ____________________________________________

    Printed Name (of Authorized Officer or Agent of Consultant)

     

    ____________________________________________

    Signature (of Authorized Officer or Agent)

     

    SUBSCRIBED AND SWORN BEFORE ME ON THIS THE

     

    _____ DAY OF ______________________, 201_

     

     

    ________________________________________

    Notary Public

    My Commission Expires: ___________________

    ___________________________

    Date of Authorization

     

     

     

     

     

     

     

     

    _______________________________________

    Title (of Authorized Officer or Agent of Consultant)

     

    ___________________________

    Date Signed

     

     

     

     

     

     

     

    [NOTARY SEAL]

     

     

    Rev. 11/01/15

     

    17

     

    RFQ-484-2025-31

    EXHIBIT IV

    Area Class Summary Example

     

     

    Respondents should complete a table similar to the below and indicate by placing an “X” in the appropriate column indicating the firm which meets each required area class for each specific project with particular emphasis on the area classes which the Prime must hold as well as the sub-consultants. The below table is a full listing of all area classes.  Since no single advertisement would require every area class, Respondents should delete all the area classes which are not applicable
    to the project they are pursuing and only include the ones applicable.  Particular attention should be paid to the date that consultants certificate expires.

    Area  Class

    #

    Area Class Description Prime Consultant Name Sub- Consultant #1 Name Sub- Consultant #2 Name Sub-
    Consultant   #3 Name
    Sub-
    Consultant   #4 Name
    Sub-
    Consultant   #5 Name
    Sub-
    Consultant   #6 Name
    DBE – Yes/No ->
    Prequalification Expiration Date
    1.01 Statewide Systems Planning
    1.02 Urban Area and Regional Transportation Planning
    1.03 Aviation Systems Planning
    1.04 Mass and Rapid Transportation Planning
    1.05 Alternate Systems Planning
    1.06(a) NEPA
    1.06(b) History
    1.06(c) Air Quality
    1.06(d) Noise
    1.06(e) Ecology
    1.06(f) Archaeology
    1.06(g) Freshwater Aquatic Surveys
    1.06(h) Bat Surveys
    1.07 Attitude, Opinion, and Community Value Studies (Public Involvement)
    1.08 Airport Master Planning (AMP)
    1.09 Location Studies
    1.10 Traffic Analysis
    1.11 Traffic and Toll Revenue Studies
    1.12 Major Investment Studies
    1.13 Non-Motorized transportation Planning
    2.01 Mass Transit Program (Systems Management)
    2.02 Mass Transit Feasibility and Technical Studies
    2.03 Mass Transit Vehicle and Propulsion System
    2.04 Mass Transit Controls, Communication and Information Systems
    2.05 Mass Transit Architectural Engineering
    2.06 Mass Transit Unique Structures
    2.07 Mass Transit Electrical and Mechanical System
    2.08 Mass Transit Operations Management and Support Services
    2.09 Airport Design (AD)
    2.10 Mass Transit Program (Systems Marketing)
    3.01 Two-Lane or Multi-lane Rural Roadway Design
    3.02 Two-Lane or Multi-lane urban Roadway Design
    3.03 Multi-Lane Urban Roadway Widening and Reconstruction
    3.04 Multi-lane Rural Interstate Limited Access Design
    3.05 Multi-lane Urban Interstate Limited Access Design
    3.06 Traffic Operations Studies
    3.07 Traffic Operations Design
    3.08 Landscape Architecture Design

    18

     

    RFQ2025-31

    3.09 Traffic Control Systems Analysis, Design and Implementation
    3.10 Utility Coordination
    3.11 Architecture
    3.12 Hydraulic and Hydrological Studies (Roadway)
    3.13 Facilities for Bicycles and Pedestrians
    3.14 Historic Rehabilitation
    3.15 Highway and Outdoor Lighting
    3.16 Value Engineering (VE)
    3.17 Toll Facilities Infrastructure Design
    4.01 Minor Bridge Design
    4.02 Major Bridge Design
    4.04 Hydraulic and Hydrological Studies (Bridges)
    4.05 Bridge Inspection
    5.01 Land Surveying
    5.02 Engineering Surveying
    5.03 Geodetic Surveying
    5.04 Aerial Photography
    5.05 Photogrammetry
    5.06 Topographic Remote Sensing
    5.07 Cartography
    5.08 Overhead/Subsurface Utility Engineering (SUE)
    6.01(a) Soil Survey Studies
    6.01(b) Geological and Geophysical Studies
    6.02 Bridge Foundation Studies
    6.03 Hydraulic and Hydrologic Studies (Soils & Foundation)
    6.04(a) Laboratory Testing of Roadway Construction Materials
    6.04(b) Field Testing of Roadway Construction Materials
    6.05 Hazardous Waste Site Assessment Studies
    8.01 Construction Engineering and Supervision
    9.01 Erosion, Sedimentation, and Pollution Control Plan
    9.02 Rainfall and Runoff Reporting
    9.03 Field Inspection for Erosion Control

     

     

     

     

     

     

     

     

     

     

     

     

     

     

    19

     

     

    RFQ2025-31

     

     

    ATTACHMENT 1

    Submittal Formats for the City Engineering Projects

    # of Pages Allowed

     

     

     

    A.

    Cover Page

    Administrative Requirements

    ->

    1

     

    1.

    Basic Company Information

     

    bb.

    cc.

    dd.

    ee.

    ff.

    gg.

    hh.

    Company name

    Company Headquarter Address Contact Information

    Company Website

    Georgia Addresses

    Staff

    Ownership

     

    Excluded

     

    2.

    3.

    4.

    Notarized Certification Form (Exhibit II) for Prime

    Notarized Georgia Security and Immigration Compliance Act Affidavit (Exhibit III) Signed Cover Page of any Addenda Issued

    ->

    ->

    ->

    1

    1

    1 (each addenda)

     

    B.

    Experience and Qualifications

     

    1.

    Project Manager

     

    a.

    b.

    c.

    d.

    e.

    Education

    Registration

    Relevant engineering experience

    Relevant project management experience

    Relevant experience using GDOT specific processes, etc.

     

    2

     

    2.

    Key Team Leader Experience

     

    a.

    b.

    c.

    d.

    Education

    Registration

    Relevant experience in applicable resource area

    Relevant experience using GDOT specific processes, etc.

    1 (each)

     

    3.

    Prime’s Experience

     

    a.

    b.

    c.

    d.

    e.

    f.

    Client name, project location, and dates

    Description of overall project and services performed Duration of project services provided

    Experience using GDOT specific processes, etc. Clients current contact information

    Involvement of Key Team Leaders

     

    2

     

    4.

    Area Class Table and Notice of  Professional Consultant Qualifications for Prime and Sub-Consultants

    ->

    Excluded

     

    C.

    Resources/Workload Capacity

     

    1.

    Overall Resources

     

    a.

    b.

    c.

    Organization chart

    Primary office to handle project and staff description of office and benefits of office Narrative on Additional Resource Areas and Ability

    ->

    Excluded

    1

     

    2.

    3.

    Project Manager Commitment Table

    Key Team Leaders Project commitment table

    ->

    ->

     

     

     

    20

    Excluded Excluded

     

  • Addendum 1 Bank Services RFP

    Instruction to all financing institutions: Please include this email in your response to the City of Statesboro Banking Service RFP as the first page of your response.  Please type your name and financial institution – Sign and date it. This will not count against page limit. In addition, this Addendum #1 can be found on the City’s procurement website.

     

    Kind Regards,

    Ricardo

     

     

    _______________________________

    Name of Banker

     

    _______________________________

    Signature of Banker

     

    _______________________________

    Financial Institution

     

    _______________________________

    Date

     

  • Request for Proposal – Banking Services

    Ricardo Cornejo                                            Doug Gebhardt

    First Vice President First Vice President
    Public Finance Public Finance
    515 East Crossville Road Suite 380

    Roswell, Georgia 30075

    515 East Crossville Road Suite 380

    Roswell, Georgia 30075

    (404) 865-4040 (404) 825-9467
    rcornejo@investdavenport.com dgebhardt@investdavenport.com

    May 1, 2025

    City of Statesboro, Georgia Request for Proposal – Banking Services

     

    Table of Contents:

     

     

    1. Objectives and Bank Account Structure RFP Estimated Timetable
    2. Scope of Work Selection Criteria
    3. Instructions to the Financial Institutions Terms and Conditions
    4. Financial Institutions to Review City Operations Additional Requirements
    5. Format of Proposal and Submittal

     

     

     

    Attachments

    Exhibit A – Banking Services Proposal Form Exhibit B – Cost Proposal

    Attachment A – Immigration and Security Form Attachment B – Vendor Declaration

     

    1. Objectives and Bank Account Structure

    In our capacity as Financial Advisor to City of Statesboro, Georgia (the “City”), Davenport & Company LLC (“Davenport”) is issuing this Request for Proposals (the “RFP”) on behalf of the City to solicit proposals from qualified, experienced, financially sound and responsible financial institutions to provide banking services for the City. We are looking for a financial institution that will assign the City’s General Operating Account, and other accounts and requirements, to a specialized governmental unit with a dedicated team of experienced staff to

     

    service these accounts. In addition to these accounts, the City also requires a dedicated customer service representative to be assigned to the City to assist with the day-to-day activity on these accounts.

     

     

    CITY OF STATESBORO FINANCIAL INFORMATION

     

     

    The City of Statesboro has a population of approximately 34,452 and is located in Bulloch County, Georgia. The geographic area of the city is 16.13 square miles. The City of Statesboro provides a full range of services to its citizens. This includes public safety, water/sewer, storm water, sanitation, natural gas, planning, and other governmental services. Detailed information regarding the operating budget and audited financial statements for the City of Statesboro may be found at the online website: https://www.statesboroga.gov following the link to the Finance Department.

    Bank Account Structure:

    Proposals are requested for banking services for the City’s operating accounts within the scope of the following descriptions. The City proposes to operate utilizing the following seventeen (17) bank accounts for the City; and two (2) bank accounts for the Downtown Statesboro Development Authority.

    City of Statesboro Accounts:

    Sweep Concentration Account             Deposit Concentration Account E-Government Account           Zero Balance Deposit Account

    General Disbursement Account           Zero Balance Disbursement Account Payroll Account                       Zero Balance Disbursement Account Flexible Spending Account      Zero Balance Disbursement Account Confiscated/Seized Assets Account  Interest Bearing Public Funds

    2013 SPLOST                                      Interest Bearing Account

    2019 SPLOST                                      Interest Bearing Account

    2025 SPLOST                                      Interest Bearing Account

    2018 TSPLOST                                    Interest Bearing Account

    Federal Confiscated                             Non-Interest-Bearing Public Funds

    State Confiscated                                Non-Interest-Bearing Public Funds

    CDBG Account                                     Non-Interest-Bearing Public Funds Analyzed Checking Account Old Register Rd. TAD Account Interest Bearing Public Funds

    South Main Street TAD Account           Interest Bearing Public Funds ARPA Funds                               Interest Bearing Public Funds

    2023 TSPLOST                                    Interest Bearing Public Funds

     

    Downtown Statesboro Development Authority (DSDA) Accounts:

    DSDA Sweep Account                          Deposit Concentration Account DSDA Operating Account                     Zero Balance Disbursement Account Description:

    To enable the City to have maximum cash availability an account structure as outlined below. The structure will be comprised of 2 concentration accounts, 4 zero-balance controlled disbursement accounts,1 zero-balance deposit account, 3 non-interest-bearing public funds checking account, and 9 interest bearing public funds checking account. These accounts include those for the City of Statesboro and the Downtown Statesboro Development Authority. All balances will be maintained in the concentration accounts. Each zero-balance disbursement and deposit account will have a zero-ledger balance. The City reserves the right to open or close additional zero-balance disbursement, non-interest-bearing public funds accounts, or interest-bearing public funds accounts during the term of this agreement at no additional cost, should it deem it necessary.

    Concentration Account:

    The purpose of the concentration account is to concentrate the City’s cash balances for more effective cash management and investment. All deposits under this agreement shall be made into these concentration accounts. Funds deposited into these accounts shall be considered as collected as soon as funds are available to the bank. Incoming and outgoing wire transfers will be made from this account principally for investment purchases and sales. These accounts will be titled (1) the Sweep Concentration Account; and (2) the DSDA Sweep Concentration Account.

    Zero-Balance, Controlled Disbursement Accounts:

    The four zero-balance disbursement accounts shall be titled (1) the General Disbursement Account; (2) the Payroll Account; (3) the Flexible Benefits Account; and the (4) DSDA Operating Account. These zero-balance disbursement accounts will act as the disbursement accounts for all City issued checks and ACH items.

    They will operate on the following basis. As checks are presented for payment, the zero-balance accounts will be debited. A debit total will accumulate during the regular business day. At the end of the business day, the total amounts debited will be transferred from the concentration account and credited to the zero-balance accounts. All returned checks are to be re-deposited a second time before charging back to the City. All returned checks are to be charged to the account into which they were originally deposited.

    Zero-Balance Deposit Account:

    One zero-balance deposit account that shall be titled E-Gov Account. The purpose of this account is for the deposit of on-line payments.

    Deposits:

    There will be no deposits to the zero-balance disbursement accounts. Transfers:

    The transfer debits between the zero-balance accounts and the concentration accounts will represent the total of disbursements.

    Interest Bearing Public Funds Accounts:

     

    Nine demand deposit accounts titled: 2013 SPLOST, 2019 SPLOST, 2025 SPLOST, 2018 T-SPLOST, ARPA, 2023 T-SPLOST, Tax Allocation District, Old Register TAD, and Confiscated/Seized Assets. During the term of this contract, it may be necessary to add and/or delete accounts due to changes in the City’s operating structure. The awarded financial institution will incorporate these new accounts into this system as if they were a part of the original RFP and will not penalize the City for adding or deleting accounts which are a part of the original proposal.

    Non-Interest-Bearing Public Funds Accounts:

    Three demand deposit account titled: CDBG, Federal Confiscated, and State Confiscated. During the term of this contract, it may be necessary to add and/or delete accounts due to changes in the City’s operating structure. The awarded financial institution will incorporate these new accounts into this system as if they were a part of the original RFP and will not penalize the City for adding or deleting accounts which are a part of the original proposal.

    Operation of the System:

    It is the intent of the City of Statesboro to operate the system so that the City’s float is eliminated to the maximum extent possible from all accounts. The accounts that are a part of the system shall be operated in accordance with the following provisions:

    • Funds collected by the various departments will be deposited into the appropriate The City shall receive credit for all funds when collected funds are available to the financial institution, but no later than the next business day following receipt of the deposit.
    • All checks, warrants, and drafts drawn on the awarded Institution and all City checks (U.S., State, and local) will be deposited into the appropriate account for credit as collected funds on the day of
    • All incoming wire transfers shall be made available for immediate
    • Transfers between the accounts will be charged to the City only as transfer, not also as items deposited and checks paid.

     

     

     

     

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

    1. Scope of Work

    The services required to accommodate the City’s current and future needs major service categories are described below. In the Banking Services Proposal, please describe the financial institution’s ability to perform each Scope of Work. (Response Requirements included Banking Services Proposal Form)

    1. Wire Transfers. The successful financial institution shall enter a wire transfer agreement with the City. The terms of this agreement will be mutually negotiated and agreed Transfers may be in the form of repetitive, non-repetitive, internal, ACH, or EFT. The bank must be a member of the Federal Reserve System and have direct wire capabilities. The bank must be a member of an automated clearinghouse association and be in compliance with all rules and relations set by the National Automated Clearing House Association (NACHA), local ACH associations, and ACH operators. The City shall have the ability to initiate all types and amounts of wire transfers electronically. Confirmations of all incoming and outgoing wires will be made available daily by the bank.

    The successful financial institution agrees to execute any orders for outgoing wire transfers on a timely basis. Transfers ordered by noon local time and not received by the destination party by 4:00 p.m. local time that are reported to the City will be traced by the successful financial institution from origin to destination to ascertain the party responsible for the delay.

    1. Direct Deposit and Payroll System. The City currently processes payroll for approximately 380 full and part- time/seasonal City employees on a bi-weekly basis City employee are paid on Thursday. The successful bank will be provided a schedule at the beginning of each fiscal year that shows file delivery dates and direct deposit pay dates for the full Employees must be allowed to split their pay checks into different accounts bi-weekly. Please identify any potential limitations on the number of accounts your institution may implement. All employees must be able to access their funds by 12:01 a.m. local time on payday. Currently, the City delivers direct deposit files by 3:00 p.m. local time on Wednesday for the Thursday payday. The City desires to maintain these scheduled timeframes, with delivery of the direct deposit data to the banking institution via electronic means. The timetable for each pay period is such that the direct deposit transmission must be bank-processed in a “TIME CRITICAL” manner. The bank will arrange for ACH set-up and ample pre-note days prior to the first payday after any contract begins.
    2. Tax The City utilizes the Electronic Federal Tax Payment System (EFTPS) for Federal/FICA/Medicare

    withholding payments and the State of Georgia’s Electronic Tax Payment System for State withholding payments.

    1. Positive Pay. The City uses a positive pay system for disbursements and needs continued access to this security system. Online banking must allow for import of a positive pay file. Positive Pay will need to apply to both disbursement and sweep investment accounts.
    2. Integrated payables services. The City currently does not use third-party check issuance ACH payments, and virtual credit card payments integrated with the City accounting software Tyler Incode 10. However, would like to have this service from the selected financial institution.
    3. Investment of Available Funds. The successful financial institution will agree to invest all idle cash in all accounts other than interest-restricted accounts daily in an overnight repurchase agreement or other authorized investments. A statement of all overnight investment activity should be sent to the City within five business days of the preceding month end.

     

    1. The financial institution will maintain a portfolio of investments, safe kept by a third party (i.e., The Federal Reserve Bank) and pledged to the City, sufficient to collateralize all deposits of the City in excess of FDIC coverage in accordance with applicable OCGA §45-8-11 through §45-8-15 and §50-17-59. The successful financial institution will enter into a written collateral agreement with the City at the time such collateral is pledged. When changes in deposited funds mandate a change in collateral, said collateral will be pledged within three working days. The pledged collateral cannot be substituted without written consent of the City. The collateral will be reviewed daily and priced by a third party on a monthly basis to ensure proper collateralization of funds on deposit. The City will receive a monthly written report detailing all collateral pledged.

    The successful financial institution, in lieu of the above collateralization requirements, may utilize the Georgia Bankers Association (GBA) State of Georgia Pledging Pool, as allowed by the State of Georgia. However, if this means of collateralization is used, the City will require a monthly report from GBA that lists the total public deposits of the successful financial institution and the total securities pledged for those deposits. This report is to be provided within three working days of the end of each month at no cost to the City and should the collateral be less than 110 percent, the financial institution will have five working days from the end of the month to ensure required collateralization. Failure to provide this report on a timely basis or failure to provide adequate collateralization on a timely basis may result in termination of any contracts.

    1. Reporting Services and Statements of Advice. All accounts will run on a calendar month basis. The financial institution must provide monthly statements, account reconciliation reports, account analysis statements, confirmation tickets, cancelled checks, and other report-related features normally associated with commercial accounts. The City preference is that monthly statements and account analysis statements shall be received by the 1st working day of the However, if the financial institution cannot meet this timeframe please provide when monthly statements and accounts analysis statements will be received. Provide a sample bank statement in your proposal to the City.

    All advices affecting a debit or credit memo transaction must be provided daily and electronically. Confirmation of all wires should be provided electronically on a daily basis. Bank coding errors should be corrected within 72 hours after notification by the City at no cost to the City. The financial institution will be expected to provide custom, specialized reports from time to time.

    A paid item file including check number, check amount, and date paid for all items paid in the preceding month should be available for the City to download within five business days after month-end for the payroll and general disbursement accounts. All paid item data for the City shall be maintained by the bank after download for a period of one year. Unpaid items data would also be helpful.

    1. Check Cashing. The successful financial institution shall honor all payroll, accounts payable, and petty cash checks that are on the positive pay listing provided by the City and presented by payees at any of its offices when accompanied by appropriate identification, without charge to the payee.
    2. Online Banking Online banking shall be compatible with the City’s operating system Windows 10 /
    3. Online banking shall include cash management support. The financial institution must be capable of providing balance, float, and activity figures electronically on a daily basis. Online inquiry, transaction initiation, and reporting systems shall be accessed via internet to include at a minimum:
      1. Daily reporting of account balances, collected and available,
      2. Account detail for current month and, at minimum, eleven prior months (Electronic Statements)
      3. Wire transfer initiation and authorization,

     

    1. City-originated stop payments of checks,
    2. Returned items charged against accounts,
    3. Bank reconciliation files,
    4. Online check images (front and back) for all accounts, and,
    5. Records of all account activity must be accessible (online). It is preferred these records be available for eighteen months but required for twelve months for audit purposes.
    6. Additional reports to be accessible on the online platform; ACH Controls, Positive Pay, Wire Reports, Stop Payment, Account Transfer, Image Retrieval and ability to customize reports.
    1. Deposit
      1. Remote deposit. The City conducts remote deposit processing at City Hall. A minimum of four check scanners shall be required for City Hall. Include a detailed explanation of the financial institution’s remote deposit services in the proposal.
      2. On average, the City makes 125 cash deposits per month for $80,000 mostly bills, not coins. Of that, the Finance Department at City Hall deposits $10,000 per month. In addition, the Municipal Court makes 20 deposits per month for $8,000. The Finance Department is currently utilizing SmartSafe technology for cash deposits for processing City Hall cash deposits. The successful banking institution shall have SmartSafe capabilities in order to meet the cash deposit requirements at the City.
    2. City Credit The City maintains credit card accounts as part of its current banking relationship. Proposers shall provide information on its credit card services including any associated annual fees and interest rates charged. Cards will be issued to approximately 115 employees for travel and business-related expenses. Access and maintenance of maintenance of accounts must be available to administrators. Digital submission of receipts and approvals must be enabled. Transactions ranges from $180,000 – $230,000 per month. The current line of credit is $500,000. However, the City request that the financial institution allow for individual line of credit limits on temporary basis.
    3. Merchant Services & Payment Card Processing. The City uses 2 different providers Chase & Tyler Payments to accept credit card payments at separate locations; utility, landfill, and court where credit card payments are accepted. Proposers shall detail any potential costs.
    4. E-Lockbox Services. The City currently uses an Electronic Lockbox (“E-Lockbox”) service for all fee payments including utility payments. The City receives and process payments electronically, whether it is sent through online bill pay, electronic transfers or physical checks. Payment information is transmitted electronically to the City, allowing for automatic posting of payments. The successful banking institution shall have E-Lockbox
    5. Interest Earning Cumulative collected balances in all accounts will earn interest that will be credited to the applicable account monthly. Explain the basis of the interest earnings rate in your response. In the response, include the specific index used to calculate the rate and whether there is an interest rate floor. (Please See Exhibit B)
    6. Electronic Accelerated Payments. The City is interested in paying vendors electronically in order to expedite the payment process leading to faster disbursements and improved cash flow. Please explain the banking institution’s ability to accomplish this by electronic payments, invoice automation and automated

     

    Provide information indicating if this is a service your institution can provide and how the service would be provided. Please include any file types you accept, any standards used, and if the City will have the capability to create unique templates.

    1. Supplies for Currently the City has an annual supply credit for such services such as, but not necessarily limited to deposit slips, check stock, bill straps and coin wrappers, locking night depository bags, and non-locking depository bags. The bank will also provide the check and endorsement stamps for all accounts at the invoice cost to the bank. The City would like to maintain this supply credit service. The banking institution shall provide an explanation on how the credit is received, any limitations on the types of supplies (i.e., smart safe bags), submit receipt for supplies not provided
    2. Protection Door to The financial institution must be able to provide armored car service or an alternative service for its two primary locations, City Hall and Municipal Court, for the deposit of the City’s cash.
    3. Availability of Funds. Deposits will be couriered or submitted electronically with remote deposit capabilities on a daily basis. The bank will guarantee immediate credit on all wire transfers and U.S. Treasury checks upon receipt. All other checks shall be credited accordingly to the successful banking institution’s availability schedule. Banks are required to attach to the proposal a copy of their availability schedule.
    4. Please describe additional products/services offered by your financial institution that would assist the City with their banking services needs which have not been covered in the RFP. For example, in what ways can the City automate the AR/AP process to alleviate financial staff’s hours devoted to the process. This AR/AP automation is a critical factor to the City.
    5. Bank Services The successful banking institution must designate one or more senior staff person(s) who will serve as the City’s principal contact for purposes of questions and problem resolution throughout the life of the contact, for all accounts and services.
    6. The banking institution must provide on-site training in addition to making web-based training available to City staff for all areas of service. Training, operating manuals, and ongoing support are to be supplied for all services provided.
    7. Relationship The City will require the financial institution to conduct a banking process review every 12 months where the Treasury Team will observe and examine the City’s accounts receivable process, accounts payable process and financial account to ensure that workflows and procedures are efficient and noting where a process is too labor intensive and be supplanted with automation.
    8. Analytic Measurement. The banking institution will have the ability to measure product volume, service resolution time, customer service inquires received volume and target completion date trend via analytics and share with the City every 12 months.

     

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

    1. Instructions to Financial Institutions

    The City requests information and competitive price quotations from financial institutions for banking services as specified herein. Late receipt of the proposal will result in the proposal being excluded from the process. Please complete the Banking Services Proposal Form, Exhibits A and B, Attachments A and B. In addition, post award forms to the winning bidder will include but not be limited to a W-9 and a Contractor Performance Scorecard. The City expects to complete evaluation of the RFP’s by the Week of June 2, 2025.

     

    1. All questions concerning this RFP must be submitted via email to bidinfo@statesboroga.gov and rcornejo@investdavenport.com by the due date in the schedule of events described in Section 6. Only one email per Financial Institution will be allowed. The City may revise this RFP by issuing an addendum. The addendum will be posted on the City’s website along with the posting of the RFP at https://www.statesboroga.gov/purchasing/currentbidopportunities. Addenda will become part of the proposal documents and subsequent contract. Financial Institutions must sign and return any addendum with their RFP response.
    2. From the date this Request for Proposals (the “RFP”) is issued until a Financial Institution is selected, Financial Institutions are not allowed to communicate with any staff (other than designee below) or elected officials of the City regarding this procurement. Any unauthorized contact will disqualify the Financial Institution from further Contact information for a single point of contact is as follows:

    Ricardo Cornejo, rcornejo@investdavenport.com, 404-865-4040

    1. Financial Institutions to Review City Operations

    The City is offering all financial institutions an opportunity to review the City’s cash management and treasury operations onsite. The City believes this will give the financial institutions ample opportunity to understand the process and formulate questions prior to responding to the RFP.

    1. Format of Proposal and Submittal

    The proposal shall be prepared economically, and shall be straightforward, avoiding elaborate promotional materials beyond those sufficient to provide a complete presentation. It shall adhere to the format shown in Banking Services RFP Submittal Requirements on page 12, focusing on proven capabilities of the proposer to meet the requirements of this RFP. The Authority is not responsible for any expenses incurred by the proposer in preparing and submitting a response.

    The proposal must be submitted via email to bidinfo@statesboroga.gov and rcornejo@investdavenport.com and the subject line containing the company name, address, telephone number, and TITLE (CITY OF STATESBORO BANKING SERVICES RFP) and include:

    Completed, Responses to the Banking Service Submittal Requirements, Scope of Work, Exhibit A and B, and Attachments A and B (limit of (45) forty-five pages) in PDF format.

    No responsibility shall attach to the City for the premature opening of a proposal not properly addressed and identified. Proposals received late or via facsimile and U.S. mail will NOT be considered.

    Information submitted in response to this RFP will not be released by the City prior to a contract award. If a response includes trade secrets, the respondent is required to submit a non-redacted response and a redacted copy excluding trade secrets. If the respondent identifies no trade secrets, it agrees that all sections shall be made available upon public request after a contract award in accordance with Georgia open records laws.

     

    1. RFP Estimated Timetable

    The anticipated schedule for the RFP and contract approval is as follows:

    Davenport Distributes Proposal Documents……….. May 1, 2025

    Opportunity to Review Operations…………………….. May 8, 2025 Time TBA

    Deadline for submission of questions………………… May 13, 2025 4:00p.m.

    Deadline for receipt of proposal………………………… May 22, 2025 11:00 a.m.

    Interview of Shortlisted Financial Institutions………. Week of June 2

    Estimated Implementation Schedule Start Date….. Month of July or August 2025.

    1. Selection Criteria

    The following criteria will be used to evaluate information submitted in response to this RFP.

    1. Compliance with the Bank RFP, Scope of Work and Cost Proposal set forth in this
    2. Ability of respondent and its staff to meet the needs of the
    3. Capacity to provide the highest quality and breadth of services at the most cost-effective

    The City may request an online demonstration from a respondent(s) as part of the evaluation and selection process. It is the intent of the City to have a single Financial Institution provide all of the banking services specified within this RFP.

    Minimum Qualifications

    Financial Institutions wishing to submit a response to this RFP must:

    • Be a state or federally chartered banking institution with a local presence within City limits throughout the term of the contract.
    • Be insured by the Federal Deposit Insurance Corporation (FDIC).
    • Be a member of the Federal Reserve System and have access to all related
    • Have the ability to accept deposits at a City location or a processing center in Georgia for next day deposit at the latest.
    • Have experts on staff to provide a full range of banking services to the
    • Have a secure, online, web-based reporting
    • Demonstrate appropriate experience servicing government customers with similar account attributes and transaction volume as described herein.
    • Be able to accept deposits at a branch up to 4:00 m. local time and credit the City account on the day of the deposit.
    • Be a qualified depository for public funds and have sufficient qualified collateral available to pledge in accordance with banking regulations.

     

    1. Terms and Conditions
    2. The City reserves the right to accept or reject any and all proposals, cancel all or part of this RFP and waive any irregularities. The award will be made to the Financial Institution who best complies with the requirements of the RFP and who, in the opinion of the City, presents the services which best suits the City’s needs at a competitive price. Customer service and technology will be key factors.
    3. The Financial Institution must certify that it has fully read and understood the RFP, by completing and signing Exhibit A, and has full knowledge of the scope, nature, quantity and quality of work to be performed, the detailed requirements of the services to be provided, and the conditions under which the services are to be performed.
    4. The City assumes no cost by the Financial Institution in preparation of the RFP
    5. The City is seeking information for an initial contract 60 months, with the option to renew for additional 12-month periods with the consent and agreement of both the Financial Institution and the City.
    6. Additional Requirements
    7. TERMINATION FOR CAUSE: The City reserves the right to terminate the resulting contract, in whole or in part, for failure to comply with any provisions of the contract as outlined by providing a written notice to the successful financial institution at least thirty (30) days before the effective date of termination. The successful financial institution will not be relieved of any outstanding responsibilities or unfinished obligations under this contract.

    The successful financial institution has the right to terminate this contract for cause by providing a written notice of intent to the City Manager or their designee to terminate at least thirty (30) days prior to the effective date of the contract termination.

    1. TERMINATION WITHOUT CAUSE: The City reserves the right to terminate the contract at any time without cause, in whole or in part, by providing a written notice to the other party at least thirty (30) days before the effective date of termination. The other party will not be relieved of any outstanding responsibilities or unfinished obligations under this contract that were incurred prior to termination.
    2. REPORTING DISPUTES: The Financial Institution shall report any contract disputes and/or problems to the City Manager or their designee, in writing, within 48 hours of their occurrence.
    3. INDEPENDENT CONTRACTOR: The Financial Institution shall be an independent contractor. Nothing in this agreement shall be construed as authority for the Financial Institution to make commitments which shall bind the City to otherwise act on its behalf, except as the City Government may expressly authorize in writing.
    4. INSURANCE: The Financial Institution shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance specified such as the insurer shall be in good standing within the state of Georgia through the Insurance Commissioner’s Office and must be rated “A” or better, with AM Best Company.

     

    Banking Services RFP Submittal Requirements

     

    BANKING SERVICES PROPOSAL (45 Page Limitation) The following can be placed in an appendix labelled resumes, attachment A, B, sample bank statement, availability schedule and Gantt Chart. These will not count against the 45-page limitations.

     

    • Transmittal Letter. Provide an explanation of why the financial institution will best meet the current and future needs of the City.
    • Identify the institution’s principal staff members who will be involved in providing services to the Please indicate senior staff member(s) who will be the City’s primary contact. Provide Resumes.

    – A dedicated customer services representative, as opposed to a standard 1-800 number, is strongly preferred. Please provide this contact information and outline the City’s process in the event an issue arises.

    • Scope of Work
    • Describe your experience with other Georgia municipal governments. A listing of three references where similar services have been provided – preferably current local governments. The client reference will include name of government, contact person, telephone number and email.
    • A list of all government accounts lost within the last two Disclose any services terminated and the reason(s) for termination of contract, either voluntary or other.
    • Please describe how the financial institution would assist the City in an implementation Please outline implementation via a Gantt chart – outlining tasks, dates and responsible party.
    • Describe new products for Cash Management Treasury Manager implemented in the last three years for new municipal clients like the City.
    • Discuss any plans your institution has for future cash management services enhancement in For example, the ability for designated City staff to receive verification codes via City email.
    • Describe the impact that any pending mergers or acquisitions may have on your
    • What security features are in place to minimize the risk of unauthorized transactions?
    • Please disclose fees for printed
    • Please fully explain any exceptions to the RFP specifications and any alternative services you propose

    in place of the City’s requests.

    • Sample Bank Statement
    • Availability Schedule
    • Exhibit A – Banking Services Proposal Form
    • Exhibit B – Cost Proposal
    • Attachments A and B

     

    Exhibit A

     

    Banking Services Proposal Form

     

    In compliance with the attached specification, the undersigned offers and agrees that if this proposal is accepted by the City Council within sixty (60) days of the date of proposal opening, that the undersigned will furnish any or all of the deliverables upon which prices are quoted, at the price set opposite each, to the designated point(s) within the time specified.

     

     

     

     

    Proposal contact person name                                                                 

     

     

    Proposal contact phone number                                                                 

     

     

    Proposal contact email                                                                 

     

     

    Signature of Bank Financial Institution Representative                                                                 

     

     

    Name of banking institution                                                                 

     

     

    Address of local office/branch                                                                

     

     

     

     

     

     

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

    Exhibit B

    Cost Proposal Form (Pro-Forma)

    Please provide pro-forma detailing the monthly cost, discounts, required balances, and ECR. Please use the following template. Please total Monthly Cost and Required Balances.

    Interest Earning Accounts. Cumulative collected balances in all accounts will earn interest that will be credited to the applicable account monthly. Explain the basis of the interest earnings rate in your response. In the response, include the specific index used to calculate the rate and whether there is an interest rate floor.

    The estimated information below is for the City’s activity in its most active accounts for the Month of April 2025. While some months may deviate from these activity levels slightly, the information included should be an accurate representation of a typical month for the City.

    Financial Institution to provide commentary regarding fees / account balances and how the City may or may not benefit from placing surplus balances in Georgia Fund 1

     

     

     

     

     

     

     

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

     

    Banking Services Monthly Volume Unit Price Monthly Service

    Cost

    Required Balance
    Sweep Concentration Account

     

    General Account Services
    Deposits 187
    Other Debits 31
    Other Credits 22
    Preauthorized Credits 163
    Return Deposited Item 5
    Preauthorized Debits 6
    Deposit Administration Fee 349,893
    Monthly Account Maintenance 1
    Items Dep On US 428
    Cash Deposited 6,930
    Items Deposited Cch 8
    Items Dep Local Fed-City 141
    Items Dep Local Fed-RCPC 779
    Items Dep Local Fed-RCPC 52
    Items Dep Non-Local Fed-City 127
    Items Dep Non-Local Fed-RCPC 386
    Accelerate Ar Console Services
    Accl Ar Console Ir Online Archive 1
    Accl Ar Console Ir Online Arch/Pymt 169
    Accl Ar Console Ir Online Arch/Item 169
    Accelerate Ar Elockbox Services
    Accl Ar Elockbox Maintenance 1
    Accl Ar Elockbox Per Transaction 170
    Accl Ar Elockbox Transmission File 1

    Accelerate Ar Remote Deposit Svcs

    Commercial Cash Services

    Cash Services Monthly Location Fee 2
    Vault Deposit 12
    Vault Deposit Cash Processing 874,474
    Vault Change Order 2
    Vault Coin Order Per Roll 50
    Online Banking Services
    Gateway Premium Reportng-Addl Acct 1

     

     

    Banking Services Monthly Volume Unit Price Monthly Service

    Cost

    Required Balance
    General Disbursement Account

     

    General Account Services
    Checks Paid 330
    Other Credits 21
    Stop Payment 4
    Preauthorized Debits 25
    Monthly Account Maintenance 1
    Account Protection & Recon Services
    Positive Pay Monthly Per Acct 1
    Positive Pay Per Item Issued 305
    Payee Positive Pay Per Item Issued 305
    Positive Pay Exception Per Item 14
    ACH Positive Pay Monthly Per Acct 1
    ACH Positive Pay Comp Id Rule Added 2

    ACH Origination Services

     

     

     

     

     

     

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

     

     

    Interest Rates and Rebates

    Interest Earning Accounts. Cumulative collected balances in all accounts will earn interest that will be credited to the applicable account monthly. Explain the basis of the interest earnings rate in your response. In the response, include the specific index used to calculate the rate.

    Rebates. State how any rebate for use of the Procurement Cards would be calculated, and actually calculate the amount of the annual rebate assuming 10,000 transactions, having a dollar value of $1,500,000 for the entire year.

    Method of rebate calculation is:                                                                   

     

     

    Calculated rebate using assumed annual # of transactions and dollar value is:                             

     

     

     

    GEORGIA SECURITY & IMMIGRATION COMPLIANCE (GSIC) AFFIDAVIT

    The City of Statesboro and the Financial Institution agree that compliance with the requirements of O.C.G.A. § 13-10-91, as amended, and Rule 300-10-1-.02 of the Rules of the Georgia Department of Labor are conditions of this Agreement for the physical performance of services.

    The Financial Institution further agrees that its compliance with the requirements of O.C.G.A. § 13-10-91, as amended, and DOL Rule 300-10-1-.02 is attested to on the executed Contractor Affidavit and Agreement attached hereto.

    If employing or contracting with any subcontractor(s) in connection with this Agreement, Contractor further agrees:

    (1) To secure from the subcontractor(s) an affidavit attesting to the subcontractor’s compliance with O.C.G.A. §

    13-10-91, as amended, and DOL Rule 300-10-1-.02; such affidavit being in the form attached hereto; and

    The failure of Contractor to supply the affidavit of compliance at the time of execution of this Agreement and/or the failure of Contractor to continue to satisfy the obligations of O.C.G.A. § 13-10-91, as amended, and DOL Rule 300-10-1-.02 as set forth in this Agreement throughout the contract period shall constitute a material breach of the contract. Upon notice of such breach, Contractor shall be entitled to cure the breach within ten days, upon providing satisfactory evidence of compliance with the terms of this Agreement and State law. Should the breach not be cured, the City shall be entitled to all available remedies, including termination of the contract and damages.

     

     

     

     

     

    [Remainder of Page Left Intentionally Blank]

     

    ATTACHMENT A

    IMMIGRATION AND SECURITY FORM/CONTRACTOR AFFIDAVIT AND AGREEMENT

    Contract No. and Name:                                                                                                                                                                         

     

     

    Name of Contracting Entity:                                                                                                                                                                 

     

    By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. §13‐10‐91, stating affirmatively that the individual, firm, or corporation which is contracting with the City of Statesboro has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to Immigration Reform and Control Act of 1986 (IRCA), P.L. 989‐603], in accordance with the applicability provisions and deadlines established in O.C.G.A. §13‐10‐91.

    The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with City of Statesboro, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. §13‐10‐91 on a Subcontractor Affidavit provided in Rule 300‐10‐01‐.08 or substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to City of Statesboro at the time of the subcontractor(s) is retained to perform such service.

     

    EEV / Basic Pilot Program* User Identification Number

     

    BY: Authorized Officer or Agent (contractor name)                                                     Date

     

    Title of Authorized Officer or Agent of Contractor

     

    Printed Name of Authorized Officer or Agent

     

    SCRIBED AND SWORN BEFORE ME ON THIS                 DAY OF                             , 20      .

     

    Notary Public                                                                        My commission Expires:                                                                               

    *or any subsequent replacement operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99‐603.

     

    ATTACHMENT B

    VENDOR DECLARATION

     

    The vendor understands, agrees and warrants:

     

    That the vendor has carefully read and fully understands the full scope of the specifications.

     

    That the vendor has the capability to successfully undertake and complete the responsibilities and obligations in said specifications.

     

    That this bid shall be valid for 60 days.

     

    That this bid may be withdrawn by requesting such withdrawal in writing at any time prior to May 22, 2025 @ 11:00 AM, but may not be withdrawn after such date and time for a period of 60 days.

     

    The City of Statesboro reserves the right to reject any or all bids and to accept that bid which will, in its opinion, best serve the public interest. The City of Statesboro reserves the right to waive any technicalities or informalities in the bidding.

     

    That by submission of this bid the vendor acknowledges that the City of Statesboro has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information supplied by the vendor.

     

    If a partnership, a general partner must sign.

     

    If a corporation, the authorized corporate officer(s) must sign and the corporate seal must be affixed to this proposal. VENDOR:

     

    Name                                                                                                                     Title

     

    Name                                                                                                                     Title

     

    AFFIX CORPORATE SEAL (if applicable)

     

     

    Subscribed and sworn to before me this             day of                                    20         . NOTARY PUBLIC                    


The Purchasing Department provides the programs in procurement, property liability/risk management and grant activities to ensure the most efficient use of our public funds and resources. Vendors may request information on bids and the bid process by contacting the Central Services Department at 912-764-0642

Vendor Application

If you would like to be added to the City of Statesboro’s vendor listing, please submit a completed Vendor Application and IRS Form W-9 by email to Darren.prather@statesboroga.gov,  or mail to the following address:

City of Statesboro
Central Services
PO Box 348
Statesboro, GA 30459

Notice:  Bid packets may be requested by Email:  darren.prather@statesboroga.gov

 

No Entries Found

 

Closed Bid Results

Contact Information:
Darren Prather
22 West Grady Street
Statesboro, GA 30458
912-764-0642