Dolores Huerta Resource Center (DHRC): Community Resource Center Operator

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD18750265504309707
Posted Date: Jan 22, 2024
Due Date: Feb 5, 2024
Solicitation No: RFP 2024-002
Source: Members Only

Bid Information



Type
Request for Proposal
Status
Issued
Number
RFP 2024-002 (Dolores Huerta Resource Center (DHRC): Community Resource Center Operator)
Issue Date & Time
1/22/2024 08:00:02 AM (PT)
Close Date & Time
2/5/2024 10:00:00 AM (PT)
Time Left
13 days 14 hours 24 minutes 45 seconds
Notes
The selected Non-Profit Provider (“DHRC Operator” or “Center Operator”) shall operate and coordinate service providers and services for the Dolores Huerta Community Center (“DHRC” or “Center”) on behalf of the City of North Las Vegas (“CNLV” or the “City”). The purpose of this Scope of Work is to outline the responsibilities, deliverables, and expectations associated with the operation of the DHRC. The specific location of the DHRC is to be determined. The Scope of Work may be carried out in phases as the Center opens and begins operations depending on the City needs and approvals.

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-RFP 2024-002 DHRC Community Resource Center Management.pdf
RFP 2024-002 Dolores Huerta Resource Center (DHRC):

Community Resource Center Operator

1.06 MB


Attachment Preview

Mayor
Pamela A. Goynes-Brown
Council Members
Isaac E. Barron
Ruth Garcia Anderson
Scott Black
Richard J. Cherchio
City Manager
Ryann Juden, J.D., Ph.D.
Finance Department
2250 Las Vegas Boulevard, North · Suite #708 · North Las Vegas, Nevada 89030
Telephone: (702) 633-1745 · Fax: (702) 669-3328 · TDD: (800) 326-6868
www.cityofnorthlasvegas.com
January 22, 2024
CITY OF NORTH LAS VEGAS
REQUEST FOR PROPOSAL (“RFP”)
RFP 2024-002 Dolores Huerta Resource Center (DHRC):
Community Resource Center Operator
Proposals will be received electronically only through the Nevada Gov eMarketplace (NGEM)
System at www.ngemnv.com until February 5, 2024 at 10:00 A.M. local time(the “Proposal Due
Date”). A Proposal opening will be held on a conference call via Google Meet, Telephone#
605-620-1325, Meeting Pin# 210 050 904# on the RFP Due Date.
An optional Pre-Proposal Meeting will be conducted at 10:00 A.M., local time, January 29, 2024
via Google Meet conference call, Telephone # 385-999-6184, Meeting Pin# 812 466 185#. The
purpose of this meeting is to discuss the Request for Proposal requirements and answer any
questions or concerns. Any and all questions asked during the Pre-Proposal meeting must be
submitted in writing either via email or submitted in NGEM at the conclusion of the Pre-Proposal
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 January 31,
2024, at 12:00 p.m. local time. All questions received will be consolidated and answered AFTER
the question cut off period via Addendum on NGEM. Any questions received after the question
cut off period will not be answered.
Proposal 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 Proposals,
waive any informality or technicality, or to otherwise accept Proposals deemed in the best interest
of the City. Capitalized terms contained in this Request for Proposals are defined in the Definitions
section on page 10.
Joy Yoshida
___________________
Joy Yoshida
Senior Buyer
Published Las Vegas Review Journal January 22, 2024
1
#UPI4ICOO0DRTBIv1
CITY OF NORTH LAS VEGAS
REQUEST FOR PROPOSAL (“RFP”)
RFP 2024-002 Dolores Huerta Resource Center (DHRC):
Community Resource Center Operator
1. PUBLIC RECORDS:
The RFP documents and all Proposals submitted in response thereto are public records.
You are cautioned not to put any material into the Proposal 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 Request for Proposal, 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 successful Respondent shall perform all the work described in this RFP as may be
necessary to complete the Contract in a satisfactory and acceptable manner according to
the terms set forth herein and in any agreement entered into with the City.
3. FORM OF CONTRACT:
Execution of the Contract by all named parties will authorize delivery of goods and/or
services obtained under this Request for Proposals.
4. ELECTRONIC RESPONSE THROUGH NGEM SYSTEM:
Proposals must be submitted online through the Nevada Government eMarketplace
(NGEM). The NGEM System 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. The NGEM System is available at www.ngemnv.com. There is no
cost for any Respondent to use the NGEM System, 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 Proposals must be submitted on the NGEM System no later than the
Proposal Due Date and time. Per the Terms of Use of the NGEM System, Proposals may
not be submitted after the Proposal Due Date, and the server clock will govern.
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 its Proposal. 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-Proposal documents will not be
binding if presented to any Respondent orally. Every request for such interpretation should
be in writing addressed to Joy Yoshida by email 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 the Proposal documents as
submitted. All addenda issued shall become part of the Proposal documents.
2
#UPI4ICOO0DRTBIv1
6. METHOD OF EVALUATION AND AWARD OPTIONS:
The evaluation of the Proposals will be conducted by City personnel. The City will award
this Request for Proposal based on the Respondent who submits the most responsive,
responsible Proposal deemed to be in the City’s best interest according to the evaluation
criteria set forth within this RFP. Please prepare your Proposal according to the
appropriate sections and your Proposal will be evaluated accordingly. The City reserves
the right to reject all Proposals. Pursuant to NRS 332.065(4), the City shall not enter into
a Contract with a Respondent to this Proposal unless the Contract includes the written
certification that the company is not currently engaged in, and agrees for the duration of
the Contract not to engage in, a boycott of Israel.
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.
8. CONDITIONS OF PROPOSAL SUBMITTAL:
(a) The Proposal must be signed by a duly authorized official of the proposing firm or
company submitting its Proposal.
(b) No Proposal will be accepted from any person, firm, or corporation that is in arrears
for any obligation to the City, or that otherwise may be deemed irresponsible or
unresponsive by City staff or City Council.
(c) No Proposal will be accepted from any person, firm, or corporation if that person,
firm, or corporation 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 Proposal to the
City, the Respondent certifies that no current suspension or debarment exists.
(d) All Proposals shall be prepared in a comprehensive manner as to content, but no
necessity exists for expensive binders or promotional material.
9. 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 North Las Vegas 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 Contract
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
3
#UPI4ICOO0DRTBIv1
Proposal submitted by the person filing the notice of protest; or (ii) two hundred fifty
thousand dollars and 00/100 ($250,000.00).
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 North Las Vegas
City Council. A person who makes an unsuccessful proposal may not seek any type of
judicial intervention until after the North Las Vegas 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 Proposal, 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 Proposals for this project. Upon award,
the successful Respondent will be required to obtain a North Las Vegas Business License.
11. PUBLIC OPENING:
Proposals received will be opened and the name of the Respondent’s company will be
read via conference call at the time and place indicated in the Request for Proposal
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 Proposal not properly addressed or identified.
12. TERM OF THE CONTRACT:
The Contract shall commence on the Effective Date for a term of two years with the option
to renew for two (2) one-year periods at the sole discretion of the City Manager or
designee.
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 $1,000,000.00 "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
4
#UPI4ICOO0DRTBIv1
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 D- Affidavit of Rejection of
Coverage for Workers’ Compensation must be completed and submitted with response to
this Proposal.
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
Contractor has no owned autos, covering hired, (Code 8) and non-owned autos (Code 9),
with limit no less than $1,000,000.00 per accident for bodily injury and property damage.
PROFESSIONAL LIABILITY (Errors and Omissions): Insurance appropriate to the
Provider'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 Contractor
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 Contractor’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).
5
#UPI4ICOO0DRTBIv1
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 >