Stage Curtains

Agency: City of Columbus
State: Georgia
Type of Government: State & Local
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Posted: Mar 4, 2024
Due: Mar 20, 2024
Solicitation No: RFB No. 24-0026
Publication URL: To access bid details, please log in.
SOLICITATION DESCRIPTION DUE DATE
RFB No. 24-0026 Stage Curtains

Buyer: Della Lewis, CPPB, GCPA

Addendum No. 1

March 20, 2024

(No later than 2:30 PM)

Attachment Preview

COLUMBUS CONSOLIDATED GOVERNMENT
Georgia’s First Consolidated Government
FINANCE DEPARTMENT
PURCHASING DIVISION
February 9, 2024
1111 1st AVENUE – 1st FLOOR, COLUMBUS, GEORGIA 31901
P. O. BOX 1340, COLUMBUS, GEORGIA 31902-1340
706-225-4087, FAX 706-225-4086
www.columbusga.gov
REQUEST FOR BIDS: Qualified vendors are invited to submit sealed bids, subject to conditions and instructions
as specified, for the furnishing of:
RFB No. 24-0026
STAGE CURTAINS
GENERAL SCOPE
The Consolidated Government of Columbus, Georgia (the City) is requesting bids for
a total of twenty-three (23) stage curtains, consisting of fourteen (14) side curtains
and nine (9) middle stage curtains for the Columbus Civic Center arena. The curtains
will be used as backdrops, to keep out sunlight, and to block backstage activity during
shows. The curtains must meet or exceed specifications for DD 9919 Nirvana
B.O.B.
DUE DATE
MARCH 6, 2024 - 2:30 PM (Eastern)
Responses must be submitted via DemandStar on or before the due date. A virtual
opening will be held during the 3:00 PM hour of the due date. Responding vendors are
not required but are invited to attend the opening.
SUBMISSION
REQUIREMENTS
ADDENDA
“NO BID” RESPONSE
If you wish to attend the virtual opening, use one of the Microsoft Teams meeting
options: Click here to join the meeting or call in (audio only) +1 478-239-
0725,,855808406# United States, Macon Phone Conference ID: 855 808 406# Find a local
number | Reset PIN. Note: Columbus Consolidated Government is not responsible for
technical issues that may arise during the virtual opening.
See Appendix A for Submission Requirements, Submission Requirements Checklist,
DemandStar Registration and Submission Instructions.
Any and all addenda will be posted on the Purchasing Division’s web page, at
https://www.columbusga.gov/finance/Bid-Opportunities. It is the vendors’
responsibility to periodically visit the web page for addenda before the due date and
prior to submitting a bid.
If you are not interested in this solicitation, refer to page 3.
Andrea J. McCorvey
Purchasing manager
RFB No. 24-0026
Stage Curtains
Page 1 of 28
IMPORTANT INFORMATION
E-Notification
Columbus Consolidated Government uses the Georgia
Procurement Registry e-notification system. You must register
with the Team Georgia Marketplace to receive future procurement
notifications at https://doas.ga.gov/state-purchasing/getting-
started-supplier.
If you have any questions or encounter any problems while
registering, please contact the Team Georgia Marketplace
Procurement Helpdesk:
Telephone: 404-657-6000
Fax:
404-657-8444
Email: procurementhelp@doas.ga.gov
RFB No. 24-0026
Stage Curtains
Page 2 of 28
STATEMENT OF "NO BID"
Complete and return this form immediately if you do not intend to Bid:
Email: BidOpportunities@ColumbusGA.org
Attn: Della Lewis, CPPB, GCPA
Fax: 706-225-3033
Mail: Columbus Consolidated Government
Purchasing Division
P O Box 1340
Columbus, GA 31902-1340
We, the undersigned decline to bid on your RFB No. 24-0026 for Stage Curtains for the following
reason(s):
Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below)
There is insufficient time to respond to the Request for Bids.
We do not offer this product or service.
We are unable to meet specifications.
We are unable to meet bond requirements.
Specifications are unclear (explain below).
We are unable to meet insurance requirements.
Other (specify below)
Comments:
RFB No. 24-0026
COMPANY NAME:
AGENT:
DATE:
EMAIL:
Stage Curtains
Page 3 of 28
GENERAL PROVISIONS
THESE GENERAL PROVISIONS SHALL BE DEEMED AS PART OF THE BID SPECIFICATIONS.
The provisions of the Procurement Ordinance for the Consolidated Government of Columbus, Georgia as adopted and
amended by Council shall apply to all invitations for bids and award of all contracts and is specifically incorporated herein by
this reference. A copy of the ordinance is on file in the Purchasing Division.
1. TERM “CITY”. The term “City” as used throughout these documents will mean Consolidated Government of Columbus, Georgia.
2. PREPARATION OF FORM. Bid proposals shall be submitted on the forms provided by the City. All figures must be written in ink
or typewritten. Figures written in pencil or erasures are not acceptable. However, mistakes may be crossed out, corrections inserted
adjacent thereto, initialed in ink by the person signing the proposal. If there are discrepancies between unit prices quoted and
extensions, the unit price will prevail. Failure to properly sign forms, in ink, will render bid incomplete.
3. EXECUTION OF THE BID PROPOSAL. Execution of the bid proposal will indicate the bidder is familiar and in compliance with all
local laws, regulations, ordinances, site inspections, licenses, dray tags, etc.
4. BID DUE DATE. The bid submission must arrive in the Purchasing Division on or before the stated due date and time. Upon
receipt, bids will be time and date stamped. Bids will remain sealed and secured until the stated due date and time for the bid opening.
5. BID OPENING. Bids shall be opened publicly in the presence of one or more witnesses at the time and place stated in the public
notice. The amount of each bid, the bidder's name and such other relevant information as the Purchasing Manager deems appropriate
shall be recorded and retained in accordance with Georgia law. The record and each bid shall be open to the public in accordance with
Article 3. 301A of the Procurement Ordinance (Public Access to Procurement Information).
6. LATE BIDS. It is the responsibility of the bidder to ensure bids are submitted by the specified due date and time. Bids received
after the stated date and time will be returned, unopened, to the bidder. The official clock to determine the date and time will be the
time/date stamp located in the Finance Department. All bids received will be time and date stamped by the official clock. The City will
not be held responsible for the late delivery of bids due to the U.S. Mail Service, or any other courier service.
7. RECEIPT OF ONE SEALED BID. In the event only one sealed bid is received, no formal bid opening shall take place. First, the
Purchasing Division shall conduct a survey of vendors to inquire of “no bid” responses and non-responsive vendors. If, from the survey,
it is determined by the Purchasing Division that specifications need revision, the one bid received will be returned, unopened, to the
responding vendor, with a letter of explanation and a new bid solicitation prepared. If it is determined that other vendors need to be
contacted, the bid due date will be extended, and the one bid received will remain sealed until the new bid opening date. The vendor
submitting the single bid will receive a letter of explanation.
If it is determined the one bid received is from the only responsive, responsible bidder, then the bid shall be opened by the
Purchasing Division Manager or designee, in the presence of at least one other witness. The single bid will be evaluated by the
using agency for award recommendation.
8. RECEIPT OF TIE BIDS. In the event multiple responsive, responsible bidders are tied for the lowest price and all other terms and
requirements are met by all tied bidders, the award recommendation shall be resolved in the order of the preferences listed below:
1. Award to the local bidder whose principal place of business is located in Columbus, Georgia.
2. Award to bidder previously awarded based on favorable prior experience.
3. Award to bidder whose principal place of business is located in the State of Georgia.
4. If feasible, divide the award equally among the bidders.
5. If it is not feasible to award equally and only two bidders are tied, perform a coin toss in the presence of the two bidders, either
in person or virtually.
6. If the above preferences are insufficient to resolve the tie, all bid responses will be rejected and the bid will be re-advertised.
9. RECEIPT OF MULTIPLE BIDS. Unless otherwise stated in the bid specifications, the City will accept one and only one bid
per vendor. Any unsolicited multiple bid(s) will not be considered. If prior to the bid opening, more than one bid is received from the
same vendor, the following will occur: (1) the bidder will be contacted and required to submit written acknowledgment of the bid to be
considered; (2) the additional bid(s) will be returned to the bidder unopened. If at the bid opening more than one bid is enclosed in a
single bid package, the City will consider the vendor non-responsive and bids will be returned to the bidder.
10. CONDITIONS AND PACKAGING. Unless otherwise defined in the bid specifications, it is understood and agreed that any item
offered or furnished shall be new, in current production and in first class condition, that all containers shall be new and suitable for
storage or shipment, and that prices include standard commercial packaging.
11. FREIGHT/SHIPPING/HANDLING CHARGES. All freight, shipping, and handling charges shall be included in the bid price. The
City will pay no additional charges.
RFB No. 24-0026
Stage Curtains
Page 4 of 28
12. CORRECTION OR WITHDRAWAL OF BIDS; CANCELLATION OF AWARDS
Correction or withdrawal of inadvertently erroneous bids before bid opening, or cancellation of awards or contracts based on such bid
mistakes, may be permitted where appropriate. Mistakes discovered before bid opening may be modified or withdrawn by written
notice received in the Purchasing Division.
After bid opening, corrections in bids shall be permitted only to the extent that the bidder can show by clear and convincing evidence
that a mistake of a nonjudgmental character was made, the nature of the mistake and the bid price actually intended. After bid
opening, no changes in bid prices or other provisions of bids prejudicial to the interest of the City or fair competition shall be permitted.
In lieu of bid correction, a low bidder alleging a material mistake of fact may be permitted to withdraw its bid if the mistake is clearly
evident on the face of the bid document but the intended correct bid is not similarly evident, or if the bidder submits evidence which
clearly and convincingly demonstrate that a mistake was made.
All decisions to permit correction or withdrawal of bids or to cancel awards of contracts based on bid mistakes will be supported by the
Purchasing Manager's written determination.
13. ADDENDA AND INTERPRETATIONS. If it becomes necessary to revise any part of this bid, a written addendum will be provided
to all bidders. The City is not bound by any oral representations, clarifications, or changes made to the written specifications by City
employees, unless such clarification or change is provided to the bidders in written addendum form from the Purchasing Officer. Bidders
will be required to acknowledge receipt of the addenda (if applicable) in their sealed bid proposal. The vendor may provide an initialed
copy of each addendum or initial the appropriate area on the bid form (pricing page). Failure to acknowledge receipt of the addenda
(when applicable) will render bid incomplete. It is the bidder’s responsibility to ensure that they have received all addenda.
14. BID RECEIPT AND EVALUATION. Bids shall be unconditionally received without alteration or correction except as authorized in
the City's Procurement Ordinance. Bids shall be evaluated based on requirements set forth in the Invitation for Bid, which may include
criteria to determine acceptability such as inspection, testing, quality, workmanship, delivery, and suitability for a particular purpose.
Those criteria that will affect the bid price and be considered in evaluation for award shall be objectively measurable, such as discounts,
transportation cost, and total or life-cycle costs. The specifications presented in the Invitation for Bids shall represent the evaluation
criteria. No other criteria may be used to evaluate bids.
15. TIME FOR CONSIDERATION. Bids must remain in effect for at least sixty (60) days after date of receipt to allow for evaluation.
16. BID SECURITY
(1) Requirement for Bid Security. Bid security shall be required for all competitive sealed bids for construction contracts when the
price is estimated by the Purchasing Manager to exceed $25,000. Bid security shall be a bond provided by a surety company
authorized to do business in the State, or other form satisfactory to the City. Such bonds may also be required on construction
contracts under $25,000 or other procurement contracts when circumstances warrant.
(2) Amount of Bid Security. Bid security shall be in an amount equal to at least five percent (5%) of the bid amount.
(3) Rejection of Bids for Noncompliance with Bid Security Requirements. When the invitation for Bids requires security,
noncompliance with such requirement shall force rejection of a bid.
(4) Withdrawal of Bids. If a bidder is permitted to withdraw its bid before award as provided in Section 3-108 Subsection (G)
(Competitive Sealed Bidding – Correction or Withdrawal of Bids: Cancellation of Awards), no action shall be had against the bidder or
the bid security.
17. CONTRACT PERFORMANCE AND PAYMENT BONDS
(1) When Required: Amounts. When a construction contract is awarded in excess of $25,000, the following bonds or security shall be
delivered to the City, and shall be binding on the parties upon the execution of the contract:
a. a performance bond satisfactory to the City executed by a surely company authorized to do business in the State, or otherwise
secured in a manner satisfactory to the City, amounting to one hundred percent (100%) of the price specified in the contract; and
b. a payment bond satisfactory to the City executed by a surety company authorized to do business in the State or otherwise secured
in a manner satisfactory to the City, to protect all persons supplying labor and material to the contractor or its subcontractors for the
performance of the work provided for in the contract, amounting to one hundred percent (100%) of the price specified in the contract.
At the discretion of the Purchasing Manager, this same condition may be placed on awards of any amount.
(2) Authority to Require Additional Bonds. Nothing in this Section shall be construed to limit the authority of the City to require a
performance bond or other security in addition to the bonds, in circumstances other than the circumstances described in Subsection
(1) above.
18. SUBCONTRACTING. Should bidder intend to subcontract all or any part of the work specified, name(s) and address(es) of sub-
contractor(s) must be provided in bid proposal (use additional sheet if necessary). The bidder shall be responsible for subcontractor(s)
full compliance with the requirements of the bid specifications. THE COLUMBUS CONSOLIDATED GOVERNMENT WILL NOT BE
RESPONSIBLE FOR PAYMENTS TO SUBCONTRACTORS.
RFB No. 24-0026
Stage Curtains
Page 5 of 28
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/02/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/30/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/30/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.