Craig Ranch Regional Park Event Security

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD18750148294865113
Posted Date: Mar 4, 2024
Due Date: Mar 25, 2024
Solicitation No: BID B-1718
Source: Members Only

Bid Information



Type
Invitation for Bid
Status
Issued
Number
BID B-1718 (Craig Ranch Regional Park Event Security)
Issue Date & Time
3/4/2024 08:00:01 AM (PT)
Close Date & Time
3/25/2024 01:00:00 PM (PT)
Time Left
20 days 16 hours 11 minutes 44 seconds
Notes
The City of North Las Vegas (CNLV or City) is inviting proposals from eligible vendors for security services at Craig Ranch Regional Park and Amphitheater (Regional Park) during events. The main goal is to guarantee the safety and security of everyone present, including attendees, staff, artists, and property, throughout concerts, festivals, and special events held at different locations within Craig Ranch Regional Park.

Location: Craig Ranch Regional Park

851 W. Lone Mountain Rd

North Las Vegas, NV 89032

Hours – Vary Mon-Sun noon-2am


Contact Information
Name
Joy Yoshida
Address
2250 Las Vegas Blvd. Suite 820
North Las Vegas, NV 89030 USA
Phone
1 (702) 6331745
Fax
Email
yoshidaj@cityofnorthlasvegas.com





Bid Attachments







File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

FINAL BID B-1718 Craig Ranch Regional Park Event Security.pdf
BID B-1718 Craig Ranch Regional Park Event Security 836 KB


Attachment Preview

Mayor
Pamela A. Goynes-Brown
City Manager
Ryann Juden, J.D., Ph.D.
Council Members
Scott Black
Ruth Garcia Anderson
Isaac E. Barron
Richard J. Cherchio
Finance Department
Purchasing Department
2250 Las Vegas Boulevard, North · Suite #820 · North Las Vegas, Nevada 89030
Telephone: (702) 633-1745 · Fax: (702) 669-3328 · TDD: (800) 326-6868
www.cityofnorthlasvegas.com
March 4, 2024
CITY OF NORTH LAS VEGAS
INVITATION TO BID
BID B-1718 Craig Ranch Regional Park Event Security
Bids will be received electronically only through the Nevada Gov eMarketplace (NGEM) System at
www.ngemnv.com until March 25, 2024 at 1:00 P.M. local time (the “Bid Due Date”). A Bid opening
will be held on a conference call via Google Meet, Telephone# 657-235-2363, Meeting Pin# 833
533 036# on the Bid Due Date.
An optional Pre-Bid Meeting will be held on March 11, 2024 at 10:00 a.m. local time via Google Meet
conference call, Telephone # 925-494-2178, Meeting Pin# 998 186 006#. The purpose of this meeting is
to discuss the Invitation to Bid requirements, answer questions, and address concerns. Any and all
questions or concerns to be raised during the Pre-Bid meeting must be submitted in writing either via
email or submitted in NGEM at the conclusion of the Pre-Bid Meeting.
All questions or concerns must be submitted electronically in NGEM or via e-mail to Joy Yoshida,
Buyer, at yoshidaj@cityofnorthlasvegas.com. The cut-off time for all questions is March 18, 2024, at
12:00 p.m. local time. All questions received will be consolidated and answered AFTER the question
cutoff period via Addendum on NGEM. Any questions received after the question cutoff period will not
be answered.
Bid documents may be accessed on NGEM or on the City of North Las Vegas (City) Purchasing Web
Page (listed above). The City reserves the right to reject any and all Bids, waive any informality or
technicality, or to otherwise accept Bids deemed in the best interest of the City. Capitalized terms
contained in this Invitation to Bid are defined in the Definitions section on page 10.
_______________________________________________
Marie Leake
Procurement Manager
Published in the Las Vegas Review Journal
(March 4, 2024)
1
#VDA5O8JR0DXH49v1
CITY OF NORTH LAS VEGAS INVITATION TO BID
BID B-1718 Craig Ranch Regional Park Event Security
1. PUBLIC RECORDS:
The Bid documents and all Bids submitted in response thereto are public records. You are
cautioned not to put any material into the Bid that is proprietary in nature. The City is a public
agency under state law. As such, it is subject to the Nevada Public Records Law (Chapter 239
of the Nevada Revised Statutes). The City’s records, including this Invitation to Bid, are public
records which are subject to inspection and copying by any person, unless declared by law to be
confidential.
2. PERFORMANCE OF WORK:
The selected Respondent shall perform all work as may be necessary to complete the Contract
in a satisfactory and acceptable manner, and unless otherwise provided, shall furnish all
transportation, materials, equipment, labor and incidentals necessary to complete the project.
3. FORM OF CONTRACT:
Execution of the Contract by all named parties will authorize delivery of goods and/or services
obtained under this Invitation to Bid.
4. ELECTRONIC BID THROUGH NGEM SYSTEM:
Bids must be submitted online through the Nevada Government eMarketplace (NGEM). NGEM
is an electronic bidding system used by a consortium of local government entities in Nevada for
supplier registration and the submission of electronic bids and proposals. NGEM is available at
www.ngemnv.com. There is no cost for any Respondent to use NGEM, however, all Respondents
must register prior to gaining access to see the details of any solicitation and to submit a bid or
proposal online. All Bids must be submitted on NGEM no later than the Bid Due Date and time.
NGEM’s server clock will govern time of submittal.
5. EXPLANATION TO RESPONDENT:
Any explanations desired by Respondent regarding the meaning or interpretation of specifications
must be requested in writing and with sufficient time allowed for a reply to reach Respondent
before submission of their Bid. Oral explanations given before the award of the Contract will not
be binding. Any written interpretation made will be furnished to all Respondents and its receipt
by the Respondent will be acknowledged. Interpretation of the meaning of the plans,
specifications, or other pre-Bid documents will not be binding if presented to any Respondent
orally. Every request for such interpretation should be in writing addressed to Joy Yoshida, Buyer
at yoshidaj@cityofnorthlasvegas.com . Any and all such interpretations and any supplemental
instructions deemed necessary will be in the form of a written addendum to the specifications
which, if issued, will be posted on NGEM. Failure of any Respondent to receive any such
addendum or interpretation shall not relieve such Respondent from any obligation under these
Bid documents as submitted. All addenda issued shall become part of the Bid documents.
6. METHOD OF EVALUATION AND AWARD OPTIONS:
The evaluation of this Bid will be conducted by City personnel. The City will award this Bid to the
Respondent(s) that submits the lowest responsive and responsible Bid deemed to be in the City’s
best interest. The City reserves the right to reject all Bids. Pursuant to NRS 332.065(4), the City
shall not enter into the Contract with a Respondent to this Bid unless the Contract includes the
written certification that the Respondent is not currently engaged in, and agrees for the duration
of the contract not to engage in, a boycott of Israel.
2
#VDA5O8JR0DXH49v1
7. ASSIGNMENT OF CONTRACTUAL RIGHTS:
It is agreed that the Contract must not be assigned, transferred, conveyed, or otherwise disposed
of by either party in any manner, unless approved in writing by the other party or unless otherwise
allowed pursuant to NRS 332.095(2). The Respondent will be an independent contractor for all
purposes and no agency, either expressed or implied, exists between the City and Respondent.
8. CONDITIONS OF BID SUBMITTAL:
(a) The Bid must be signed by a duly authorized official of the proposing firm or company
submitting the Bid.
(b) No Bid will be accepted from any person, firm, or company that is in arrears for any
obligation to the City, or that otherwise may be deemed irresponsible or unresponsive by
City staff or North Las Vegas City Council (City Council).
(c) No Bid will be accepted from any person, firm, or company if that person, firm, or company
or any of its principals are debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from transactions with any federal or state department
or agency. By signing and submitting a Bid to the City, the Respondent certifies that no
current suspension or debarment exists.
(d) All Bids shall be prepared in a comprehensive manner as to content. Neither expensive
binders nor promotional material are necessary or required.
9. BID PROTESTS:
The City will publish the Recommendation of Award Notification on NGEM. Any Respondent may
file a notice of protest regarding the proposed award of the Contract by the City Council.
Respondents will have five (5) business days from the date the Recommendation of Award is
published to submit the written protest to the City Clerk. The written protest must include a
statement setting forth, with specificity, the reasons the person filing the protest believes that
applicable provisions of the Bid documents or law were violated. At the time a notice of protest
is filed, the person filing such notice of protest shall post a bond with a good and solvent surety
authorized to do business in the State of Nevada, and supply it to the City Clerk. The bond posted
must be in an amount equal to the lesser of: (i) twenty-five percent (25%) of the total value of the
Bid submitted by the person filing the notice of protest; or (ii) two hundred fifty thousand dollars
($250,000).
A notice of protest filed in accordance with this section shall operate as a stay of action in relation
to the award of the Contract until a determination is made by the City Council. A person who
makes an unsuccessful Bid may not seek any type of judicial intervention until after the City
Council has made a determination on the notice of protest and awarded the contract. Neither the
City nor any authorized representative of the City is liable for any costs, expenses, attorney’s
fees, loss of income, or other damages sustained by a person who submits a Bid, whether or not
the person files a notice of protest pursuant to this section.
If a protest is upheld, the bond posted and submitted with the notice of protest will be returned to
the person who posted the bond. If the protest is rejected, a claim may be made against the bond
by the City in an amount equal to the expenses incurred by the City because of the unsuccessful
protest.
10. LICENSES:
All Respondents must provide a copy of all appropriate licenses in accordance with the laws of
the State of Nevada, prior to submission of Bids. Upon award, the successful Respondent will be
required to obtain a North Las Vegas Business License.
11. PUBLIC OPENING:
Bids received will be opened and the name of the Respondent’s company will be read via
3
#VDA5O8JR0DXH49v1
conference call at the time and place indicated in the Bid documents. Respondents, their
authorized agents, and the public are invited to call in. No responsibility will attach to any City
official or employee for the pre-opening of, or the failure to open, a Bid not properly addressed or
identified.
12. TERM OF THE CONTRACT:
The Contract shall begin on the Effective Date and will continue for a three (3) year term or as
otherwise stated in the Contract.
13. INSURANCE:
Prior to the commencement of the Contract, the successful Respondent must provide properly
executed Certificates of Insurance to the City, which shall clearly evidence all insurance required
by the City, including a policy or certificate of comprehensive general liability insurance in which
the City, its public officials, officers, employees, agents, and volunteers shall be the named
insured or be named as an additional insured. In compliance with this provision, the Respondent
may file with the City a satisfactory policy providing a minimum $1,000,000 blanket coverage
policy or certificate of insurance. Such insurance will (i) waive subrogation against the City, its
officers, agents, servants, and employees; (ii) will be primary and any insurance or self-insurance
maintained by the City will apply in excess of, and not contribute with, the insurance required; (iii)
will include or be endorsed to cover the Respondent’s contractual liability to the City; and (iv)
disclose all deductibles and self-insured retentions in the Certificate of Insurance. No deductible
or self-insured retention may exceed $250,000.00 without the City’s written approval. Required
insurance shall not be canceled, allowed to expire or be materially reduced in coverage until after
30 days’ written notice has been given to, and approved in writing by, the City Attorney or the City
Risk Manager.
The policy shall provide the following minimum limits:
WORKER’S COMPENSATION INSURANCE: Each successful Respondent shall secure,
maintain in full force and effect, and bear the cost of complete Worker’s Compensation insurance
in accordance with the Nevada Industrial Insurance Act - Nevada Revised Statutes, Chapter
616A-616D, inclusive, for the duration of the Contract and shall furnish the City, prior to the
execution of the Contract, a Certificate of Insurance which meets the requirements of the Nevada
Industrial Insurance Act. The City, or any of its officers or employees, will not be responsible for
any claims or suits in law or equity occasioned by the failure of the successful Respondent to
comply with the provisions of this paragraph. If the successful Respondent has no employees,
then Exhibit C - Affidavit of Rejection of Coverage for Workers’ Compensation must be completed
and submitted with response to this Invitation to Bid.
COMMERCIAL GENERAL LIABILITY (CGL): Insurance Services Office Form CG 00 01 covering
CGL on an “occurrence” basis, including products and completed operations, property damage,
bodily injury and personal & advertising injury with limits no less than $3,000,000.00 per
occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location (ISO CG 25 03 05 09 or 25 04 05 09) or the general aggregate
limit shall be twice the required occurrence limit.
AUTOMOBILE LIABILITY: ISO Form Number CA 00 01 covering any auto (Code 1), or if
Respondent has no owned autos, covering hired, (Code 8) and non-owned autos (Code 9), with
limit no less than $1,000,000 per accident for bodily injury and property damage.
4
#VDA5O8JR0DXH49v1
PROFESSIONAL LIABILITY (Errors and Omissions): Insurance appropriate to the Respondent's
profession, with a limit no less than $2,000,000.00 per occurrence or claim, $4,000,000.00
aggregate.
Requested Liability limits can be provided on a single policy or combination of primary and
umbrella, so long as the single occurrence limit is met.
The insurance policies are to contain, or be endorsed to contain, the following provisions:
ADDITIONAL INSURED STATUS: The City, its officers, officials, employees, and volunteers are
to be covered as additional insureds on the CGL policy with respect to liability arising out of work
or operations performed by or on behalf of the Respondent including materials, parts, or
equipment furnished in connection with such work or operations. General liability coverage can
be provided in the form of an endorsement to the Respondent’s insurance (at least as broad as
ISO Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37
forms if later revisions used).
PRIMARY COVERAGE: For any claims related to this contract, the Respondent’s insurance
coverage shall be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as
respects the City, its officers, officials, employees, and volunteers. Any insurance or self-
insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess
of the Respondent’s insurance and shall not contribute with it.
NOTICE OF CANCELLATION: Each insurance policy required above shall provide that coverage
shall not be canceled, except with notice to the City.
WAIVER OF SUBROGATION: Respondent hereby grants to the City a waiver of any right to
subrogation which any insurer of said Respondent may acquire against the City by virtue of the
payment of any loss under such insurance. Respondent agrees to obtain any endorsement that
may be necessary to affect this waiver of subrogation, but this provision applies regardless of
whether or not the City has received a waiver of subrogation endorsement from the insurer.
The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the
City for all work performed by the Respondent, its employees, agents, and subcontractors.
SELF-INSURED RETENTIONS: Self-insured retentions must be declared to and approved by the
City. The City may require the Respondent to purchase coverage with a lower retention or provide
proof of ability to pay losses and related investigations, claim administration, and defense
expenses within the retention.
ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers authorized to conduct
business in the state with a current A.M. Best’s rating of no less than A:VII, unless otherwise
acceptable to the City.
CLAIMS MADE POLICIES: If any of the required policies provide claims-made coverage:
The Retroactive Date must be shown, and must be before the date of the contract or the
beginning of contract work.
5
#VDA5O8JR0DXH49v1
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >