Current Bid Opportunties

  • 2025 PD3 Vehicle Bid

    City of Statesboro

     

    Invitation to Bid: #2025-PD3 8 Police Vehicles

    Bid Due Date: 3:00 PM EST

    Central Services Office 22 West Grady Street Statesboro, GA 30458

    Please address any questions to: Central Services Director, by email at bidinfo@statesboroga.gov

     

    Company:                                                                                                                        

     

     

    Telephone Number:                                                                                                    

     

     

    Authorized Representative (Print):                                                                    

     

     

    Title:                                                                                                                                 

     

     

    Authorized Signature/Date:                                                                                  

     

    Invitation to Bid: 2025-PD3

    Eight (8) Police Department Patrol Vehicles

     

    The City of Statesboro is requesting sealed bids for the purchase of eight (8) 2025 or newer Police Department Patrol Vehicles. Vehicle Specifications can be found on the City’s Website under Opportunities to Bid. Sealed bids shall be due on Thursday, August 21st, 2025 at 3:00pm EST in the Purchasing Office, 22 West Grady Street. Bids shall not be accepted by telephone, e-mail or facsimile machine. Please address any questions to the City of Statesboro Purchasing Office. Bids shall be sealed at time of submittal and shall be clearly labeled 2025-

    Eight (8) Police Vehicles on the outside of the envelope. Any changes/amendments made to the bid specifications will be addressed by issuance of a written addendum. All bids submitted must acknowledge receipt of addenda issued.

     

    Please provide the VIN for each vehicle offered. This is required to be a valid submitted bid. The vehicle should be on the lot or in transit with a traceable VIN number. The vehicles shall be delivered in no more than 45 days from bid award

     

    Department of Central Services 22 West Grady Street Statesboro, GA 30458

     

    Darren Prather, Director darren.prather@statesboroga.gov 912-531-8294

     

    BID DOCUMENT CHECKLIST

    BID # / PROJECT NAME:  2025 PD3 8 Vehicles

    Bid Deadline: August 7, 2025 at 3:00pm

     

    Items Required:                                                                                  Bidders Initials

    Bid Proposal (Complete & Signed) Invitation to Bid

    Acknowledgement of receipt of addenda No Addenda were received

    E-Verify (if required) Copies of Proposal

    Bidder Contact Information:

    Mailing Address:                                                                                                                                   Telephone:                                                                                                                                               Email:                                                                                                                                                       

     

    THE UNDERSIGNED BIDDER HEREWITH SUBMITS THE ABOVE REQUIRED DOCUMENTS. PRINT OFFICIAL COMPANY NAME:                                                                           SIGNED BY:                                                                                                                                                          PRINT NAME AND TITLE:                                                                                                                          

     

     

     

    DATE:                                                                

     

    Specifications

    1. Six (6) 2025 Hybrid Ford Explorer Police Interceptors

    Color : Agate black

    Noise suppression bond straps (60R), Rear door/windows inoperable (68G)

    Ford Platinum 6-year 100,000 warranty added at purchase

    All equipment and specifications typical of the police interceptor package shall be included unless indicated in the following specs listed.

    Delivery Time:                                       

    Bid Price Each:                                             

    Bid Price on Platinum Warranty Each:                                      VIN Numbers:

    1.

    2.

    3.

    4.

    5.

    6.

     

     

    1. One (1) Ford Explorer XLT with the following:

    Color: Agate Black 2025 Explorer XLT 4wd 119″ Wheelbase

    Color: Agate Black Metallic

    2.3L Eco-boost I-4 Engine

    10-Speed Auto Transmission

    Delivery Time:                       

    Bid Price Each:                                                 VIN Number:

     

    All vehicles preferred with the following specifications: Unless unavailable with the policy interceptor package EXTERIOR

    DOOR HANDLES – BODY COLOR EASY FUEL® CAPLESS FILLER HEADLAMPS – AUTO LED

    LED SIGNATURE LIGHTING MIRRORS-MAN-FOLD DUAL PWR HEATED WITH APPROACH LAMPS POWER LIFTGATE

    PRIVACY GLASS – REAR DOORS REAR INT WIPER/WASH/DFRST REAR SPOILER, BODY COLOR ROOF-RACK SIDE RAILS-BLACK TAIL LAMPS-LED

    TRAILER SWAY CONTROL VARIABLE INTERVAL WIPERS INTERIOR

    1TOUCH UP/DOWN DR/PASS WIN

    3RD ROW – 50/50 FOLD FLAT DUAL ILLUM VIS VANITY MIRR FRONT ROW HEATED SEATS IP CLUSTER 6.5″ LCD SCREEN

    LTHR WRAPPED STEERING WHL W/MOUNTED CTRLS, TILT/TELE POWER DRIVER SEAT – 10 WAY POWERPOINTS – 12V

     

    ROTARY GEAR SHIFT DIAL

    TRI-ZONE ELECTRNC TMP CTRL USB A(1) AND C(1)-1ST ROW FUNCTIONAL

    4-DR INTELL ACCESS LOCK/ UNLOCK W/PUSH-BUTTON START AM/FM/MP3, 6 SPEAKERS

    BRAKES, 4-WHEEL DISC/ABS FORD CO-PILOT360™ FORDPASS™ CONNECT

    HILL START ASSIST

    REAR PARKING SENSORS REAR VIEW CAMERA REFRESH95

    SIDE-WIND STABILIZATION

    SYNC®3 8″ SCRN W/APPLINK®SAFETY/SECURITY ADVANCETRAC™ WITH RSC®

    AIRBAG-DRIVER/PASS KNEE AIRBAGS – DUAL STAGE FRONT

    AIRBAGS – FRONT SEAT/MOUNTED SIDE IMPACT AIRBAGS – SAFETY CANOPY® INDIV TIRE PRESS MONIT SYS

    LATCH CHILD SAFETY SYSTEM PERIMETER ALARM PERSONAL SAFETY SYSTEM™ SOS POST-CRASH ALERT SYS™

     

    1. One (1) 2025 F-150 4X2 SUPERCREW STX

    Color: Agate Black

    145″ WHEELBASE AGATE BLACK METALLIC

    5.0L V8 ENGINE INTERIOR ELEC TEN-SPEED AUTO TRANS

    Delivery Time:                                                 Bid Price Each:            VIN Number:

    1.

     

     

    Specifications:

    EXTERIOR

    DAYTIME RUNNING LAMPS EASY FUEL® CAPLESS FILLER FULLY BOXED STEEL FRAME GRILLE – BLACK & DARK GRAY

    HEADLAMPS – AUTO HIGH BEAM HEADLAMPS – AUTOLAMP (ON/OFF) LED REFLECTOR HEADLAMPS PICKUP BOX TIE DOWN HOOKS POWER TAILGATE LOCK

    REAR PRIVACY GLASS TRAILER SWAY CONTROL WIPERS- INTERMITTENT INTERIOR

    CRUISE CONTROL DOOR LOCKS – POWER DUAL SUNVISORS ILLUMINATED ENTRY

     

    MESSAGE CTR: OUTSIDE TEMP, COMPASS, TRIP COMPUTER TILT/TELESCOPE STR COLUMN

    FUNCTIONAL AM/FM STEREO AUTO HOLD

    BLIS W/CROSS-TRAFFIC ALERT CLASS IV TRAILER HITCH W/ SMART TRLR TOW CONNECTOR CURVE CONTROL

    FORDPASS™ CONNECT 5GWI-FI HOTSPOT TELEMATICS MODEM LANE-KEEPING SYSTEM

    POST-COLLISION BRAKING PRE-COLLISION ASSIST W/AEB REVERSE SENSING AND

    REAR VIEW CAMERA SELECTABLE DRIVE MODES SYNC®4 W/EVR & 12″ SCREEN SAFETY/SECURITY ADVANCETRAC™ WITH RSC®

    AIRBAGS – FRONT SEAT/MOUNTED SIDE IMPACT AIRBAGS – SAFETY CANOPY®

    CTR HIGH MOUNT STOP LAMP PERIMETER ALARM

    SECURE PKG 1 YR INCLUDED SOS POST-CRASH ALERT SYS™

     

    THIS CHECKLIST SHOULD BE INITIALED AND SIGNED WHERE INDICATED AND RETURNED WITH ALL DOCUMENTS

    CITY OF STATESBORO NOTICE

     

    These are the “boiler-plate” rules and requirements of the City of Statesboro in regards to submitting sealed

    bids, proposals and qualifications.

    (Please sign where required and adhere to the requirements that pertain to this Bid)

    Also, please submit one copy with each Bid/RFP/RFQ response.

    Only one copy per vendor submittal—If sending five copies of bid, only send one of these signed—both areas signed (agreement and non-collusion affidavit)

     

    All applicable terms and conditions contained herein shall apply unless otherwise altered in the body of the bid package.

    It shall be the sole right of the City of Statesboro to determine the applicability of any condition in question.

     

    INSTRUCTIONS TO BIDDER

     

     

    BID FORMS. Unless otherwise specified, vendor may submit individual bid forms.

     

    BID OPENING AND BID RESULTS. Bids are opened publicly in the City of Statesboro Purchasing Office. Interested parties are invited to attend the bid opening. A tabulation of bids received will be available within a reasonable time after the bid opening. Bid results will be faxed or mailed to interested parties upon request.

     

    BID WITHDRAWAL. Bidders’ authorized representatives may withdraw bids only by written request received by the City of Statesboro prior to the submittal deadline. After the bid deadline has past, vendors shall not be allowed to withdraw their bids for a period of (90) days. The determined successful bidder shall not be allowed to withdraw their bid at any time.

     

    INFORMED BIDDERS. Before submitting bids, Bidders must fully inform themselves of the conditions, requirements and specifications of the work or materials to be furnished. Failure to do so will be at Bidders’ own risk and they cannot secure relief on the plea of error.

     

    LATE BIDS. Bids not received by the Bid Submittal Deadline are late. Late bids will be returned to Bidders unopened.

    PRICES, NOTATIONS, AND MISTAKES. All prices and notations must be in ink or typewritten. Mistakes may be crossed out and corrections typed or printed adjacent to the mistake and initialed in ink by the person who signs bid. Prices shall be stated in units and quotations made separately on each item. In case of conflict, unit prices will govern. Where there is a conflict between words and figures, words will govern.

     

    OFFERS OF MORE THAN ONE PRICE. Bidders are allowed to submit more than one bid but not more than four bids. Bidders may submit one Base Bid and up to three Alternate Bids. Where Bidder submits more than one bid, one bid shall be marked “Base Bid” and the others shall be marked “Alternate Bid”. Each Base Bid and each Alternate Bid shall be submitted in accordance with the terms and conditions of this bid solicitation. Bidders may reproduce this bid package to submit alternate bids. Additional bid packages will not be furnished by the City of Statesboro. Also, if both parties agree, additional units may be purchase within a twelve (12) month calendar

     

     

     

    year from the original award of this contract with all terms and conditions of the original bid/contracting process being in effect.

    QUESTIONS, INTERPRETATION, OR CORRECTION OF QUOTE DOCUMENTS. Bidders shall notify

    the City of Statesboro Purchasing Department of any inconsistency found during the examination of the solicitation. Any clarification shall be made, in writing to the COS Purchasing Agent. Questions regarding this solicitation must be submitted by email, to COS Purchasing Agent and shall arrive at least one week prior to submittal Deadline. Questions received after the deadline will not be addressed. Bidder’s company name, address, phone and fax number, and contact person must be included with the questions or comments.

     

    Clarification, corrections, or changes to specifications. All clarifications, corrections, or changes, to the solicitation documents will be made by Addendum only. Bidders shall not rely upon interpretations, corrections, or changes made in any other manner, whether by telephone, in person, or at a pre-bid conference. Interpretations, corrections, and changes shall not be binding unless made by Addendum. All Addenda issued shall become part of the Agreement documents. Addendum will be sent to all known solicitation holders by email. It is the Bidders sole responsibility to ascertain that it has received all Addenda issued for this solicitation. All Addenda must be acknowledged and returned on or before the Submittal Deadline, unless otherwise directed by an Addendum.

     

    TERMS OF THE OFFER. COS’s acceptance of Bidder’s offer shall be limited to the terms herein unless expressly agreed in writing by the COS. Bids offering terms other than those shown herein will be declared non-responsive and will not be considered.

     

    STATE CONTRACT WILL BE CONSIDERED The City of Statesboro reserves the right to utilize The Statewide Contracts for Administrative Vehicles, Police Pursuit and Special Service Vehicles.

     

    TERMS AND CONDITIONS

    BID MUST INCLUDE VIN #s. Vehicle must be delivered within 60 days of Bid Award and MUST include all relevant paperwork. Payment will not be issued until MSO and Title have been received by the City of Statesboro.

    ATTORNEY FEES. In the event a suit or action is instituted in connection with any controversy arising out of this contract, the prevailing party shall be entitled to receive, in addition to its costs, such sum as the court may adjudge reasonable as to attorney’s fees and costs.

     

    BIDDER AGREEMENT TO TERMS AND CONDITIONS. Submission of a signed bid will be interpreted to mean Bidder has agreed to all the terms and conditions set forth in the pages of this solicitation.

     

    CANCELLATION OF CONTRACT. The City of Statesboro shall reserve the right to cancel this contract by giving (30) days written notice to the vendor. The City of Statesboro (COS) may cancel this contract with cause anytime by giving (10) days written notice to the supplier/contractor. Cancellation for cause shall be at the discretion of the City of Statesboro (COS) and shall include but not limited to: failure to supply materials or service specified within the time allowed or within the terms, conditions or provisions of this contract. The successful Bidder may not cancel this contract without prior written consent of the City of Statesboro (COS).

     

    COMPLIANCE OR DEVIATION TO SPECIFICATIONS. Bidder hereby agrees that the material, equipment or services offered will meet all the requirements of the specifications in this solicitation unless deviations from them are clearly indicated in the Bidder’s response. Bidder may submit an attachment entitled “Exceptions to Specifications”, which must be signed by Bidder’s authorized representative. An explanation must be made for each item to which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. Bids failing to comply with this requirement will be considered non-responsive. Submittal of brochure or other manufacturer literature is desirable but shall not be an acceptable substitution for this requirement.

    COMPLIANCE WITH LAWS. All bids shall comply with current federal, state, local and other laws relative thereto.

     

    FORCE MAJEURE. If execution of this contract shall be delayed or suspended and if such failure arises out of causes beyond the control of and without fault or negligence of the Contractor, the Contractor shall notify the COS, in writing, within twenty-four (24) hours, after the delay. Such causes may include but are not limited to acts of God, war, acts of a public enemy, acts of any

     

    governmental entity in its sovereign or contractual capacity, fires, floods, epidemics, strikes and unusually severe weather.

     

    FORMATION OF CONTRACT. Bidder’s signed bid and COS’s written acceptance shall constitute a binding contract.

    LAWS GOVERNING CONTRACT. This contract shall be in accordance with the laws of the state of Georgia. The parties stipulate that this contract was entered into in the county of Bulloch, in state of Georgia. The parties further stipulate that the county of Bulloch, GA, is the only appropriate forum for any litigation resulting from a breach hereof or any questions risen here from.

    NOMENCLATURES. The terms Successful Bidder, supplier, vendor, and contractor may be used interchangeably in this solicitation and shall refer exclusively to the person, company, or corporation with whom the COS enters into a contract as a result of this solicitation.

     

    REJECTION OF BIDS. The COS reserves the right to reject any bids, all bids, or any part of a bid. The COS reserves the right to reject the bid of any Bidder who previously failed to perform adequately for the COS or any other governmental agency. The COS expressly reserves the right to reject the bid of any Bidder who is in default on the payment of taxes, licenses, or other monies due the City of Statesboro (COS).

    SAFETY. All articles delivered under this contract must conform to the Safety Orders of the State of Georgia, Division of Industrial Safety.

     

    SELL OR ASSIGN. The successful Bidder shall not have the right to sell, assign, or transfer, any rights or duties under this contract without the specific written consent of the COS.

     

    SEVERABILITY. If any provisions, or portions of any provisions, of this contract are held invalid, illegal, or unenforceable, they shall be severed from the contract and the remaining provisions shall be valid and enforceable.

    TAXES, FEDERAL EXCISE. The COS is exempt from Federal Excise Tax.

     

    TAXES, SALES. (State) Sales Tax should be shown separately on the Bid Form, when and where indicated.

    WAIVER OF INFORMALITIES. The COS reserves the right to waive informalities or technicalities in bids.

     

    SPECIAL PROVISIONS

    FOR MATERIALS & EQUIPMENT

     

    AUTHORIZED DISTRIBUTOR. Successful Bidder must be an authorized distributor for the product he offers, or with his bid he must submit documentation from an authorized distributor that he has purchased the specified product/equipment from that distributor and that the distributor will honor all of the manufacturer’s warranties.

     

    BRAND NAMES. Manufacturers names, trade names, brand names, model and catalog numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be considered for alternative brands that meet or exceed the quality of the specifications listed for any item.

     

    BRAND SUBSTITUTIONS. Bids will be considered for items complying substantially with specifications, provided deviations to the specifications are stated and items are described in detail. When offering alternate products, it is the responsibility of the bidder to indicate the brand names and model/catalog numbers, and to provide evidence of the equality of the items to the products specified in the solicitation. Standard catalog sheets or technical data will not be accepted in lieu of this requirement. The City of Statesboro shall be the sole judge if equivalents are equal to the items specified. The City of Statesboro reserves the right to waive brand specific requirements.

     

    COMPLIANCE WITH OSHA. Bidder agrees that all item(s) offered comply with all applicable Federal and the State Occupational Safety and Health Act, laws, standards and regulations, and that Bidder will indemnify and hold the COS harmless for any failure to so conform.

     

    DELIVERY HOURS. See restrictions in the scope of proposal.

    DELIVERY TIME. Please list when work can begin and a completion date.

     

    DEMONSTRATION OF PRODUCT. A demonstration of the item(s) offered may be required. If the demonstration cannot not to be performed at a (Agency) facility, the demonstration must be performed within a 60-mile radius of the COS Purchasing Office. Bidders shall indicate on their bid the location of the demonstration site. Bids for item(s) that do not perform to the COS’s satisfaction during the demonstration will be declared non-responsive and will not be considered for award of bid.

     

    SPECIAL PROVISIONS

    FOR MATERIALS & EQUIPMENT – Continued

     

    F.O.B. POINT & SHIPPING CHARGES. All prices shall be quoted F.O.B. destination, City of Statesboro. All shipping and freight charges shall be shown separately on the bid form.

     

    HOLD HARMLESS. Successful Bidder agrees to indemnify, defend, and hold harmless the City of Statesboro and all employees, insurance carriers connected with COS from all losses, claims, suits, demands, expenses, subrogation, attorneys’ fees, or actions of any kind in nature resulting from personal injury to any person (including bodily injury and death), or damage to any property, arising or alleged to have arisen out of Bidder’s negligent acts, errors, omissions, for provision of the products specified under the contract. The amount and type of insurance coverage requirements set forth herein, or lack thereof, will in no way be construed as limiting the scope of indemnity in this paragraph.

     

    MANUFACTURER & MODEL NUMBER. On his Bid Form, Bidder must state the manufacturer name and model number of each item proposed.

     

    NEW AND UNUSED. Unless specifically provided to the contrary, all materials and equipment shall be new and unused and of the current production year. Bids that are received for other than the current production year or for items and materials that have been previously used will be rejected.

     

    SAMPLES. For evaluation purposes, samples may be requested from any Bidder. Samples shall be provided at no charge unless Bidder indicates on his bid the exact charge for samples. The COS reserves the right to consume samples for testing. The COS may retain sample until delivery and acceptance of contracted items and vendor shall remove samples at their expense at the request of COS.

     

    TESTING. After delivery, random samples may be submitted to a commercial laboratory, or other inspection agency, for testing to determine if they conform to the specifications. In cases where tests indicate the samples do not meet specifications, the cost of the testing shall be borne by the contractor. When tests indicate the materials do not meet specifications, the COS reserves the right to cancel the award and to purchase the goods in the open market at the expensed of the vendor.

     

    Bidder further agrees, in addition to the terms and conditions specified herein the following terms and conditions that are a part of this bid and any resulting contract:

     

    F.O.B. Point. All shipments shall be made F.O.B. destination, City of Statesboro, GA). F.O.B. destination indicates that the seller is responsible for shipment until it is tendered to the City of Statesboro, even if the COS agrees to pay for shipping and handling. The COS will allow freight charges, but only if they are indicated on this form. Freight shall be shown separately on the lines provided.

     

    Award. Bid award will be based on the lowest responsible bid price including any transportation charges, as well as any other criteria indicated in these specifications.

    Signatures. All information submitted by Bidder, including signatures, must be original. Copies will not be accepted.

     

    Taxes. The COS is exempt from Federal Excise Tax. The COS is exempt from state sales tax in Georgia.

     

    Non-Collusion Affidavit

     

     

    State of (Georgia) County of Bulloch

     

                                                                   , being first duly sworn, deposes and says that he or she is Owner of                                                                   the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the Bidder has not , directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.”

     

    (Date)                                                     (Signed )

    Bidder Name                              Authorized Representative (Person, Firm, Corp.)

    Address                                         Representative’s Name

    City, State, Zip                             Representative’s Title

     

    Vendor Name:                                                                                           

    Representative:                                                                                           /Title:                                                                                                               Signature:                                                                                                              

    Date:                                                            

     

    *By signing this form, I agree to the terms and conditions contained in this bid package and if my company is awarded the contract, I agree that this signed bid response shall serve as the legal binding document concerning this contract.

  • RFP 2026-40 Roofing and Waterproofing Services

    RFP 2026-40

    Roofing and Waterproofing Services

    The City of Statesboro, Georgia is soliciting Requests for Proposals from qualified firms or individuals to provide roof consulting services and waterproofing consulting services. The intent of this RFP is to select qualified, responsive and responsible entities able to furnish the full range of disciplines necessary to provide the services identified. The Respondent shall have a minimum of five years of experience in providing roof inspections and have the required certifications as specified. Responders shall submit a copy of its current, valid business license with its submission to the response. Sealed Responses should be submitted no later than July 24, 2025 at 3:00 PM to:

    City of Statesboro

    Attn: Darren Prather

    22 West Grady St.

    Statesboro, GA 30458

    Labeled: RFP 2025-40 ROOFING AND WATERPROOFING INSPECTION SERVICES

  • ENG-122j: N. ZETTEROWER AVE. FROM HILL STREET TO NORTHSIDE DRIVE

    ENG-122j PDF 07072025

  • ENG-122q: Stockyard Road from W Main Street to Williams Road

    ENG-122q RFQ-P final


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