ONSITE SECURED DOCUMENT DESTRUCTION

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD18750745779552008
Posted Date: Nov 7, 2023
Due Date: Nov 27, 2023
Solicitation No: RFQ-04
Source: Members Only

Bid Information



Type
Request for Quotation (Informal)
Status
Issued
Number
RFQ-04 Addendum 1 (ONSITE SECURED DOCUMENT DESTRUCTION)
Issue Date & Time
11/6/2023 08:00:05 AM (PT)
Close Date & Time
11/27/2023 05:00:00 PM (PT)
Time Left
19 days 23 hours 26 minutes 37 seconds
Notes

The City of North Las Vegas is seeking proposals for onsite secure document destruction and issuance of certificates of destruction. The North Las Vegas City Clerk’s Office will be responsible for contract administration and shall be the only authorized point of contract for scheduling and account administration. Proposals must include complete information and background about your company and the services you provide, as well as detailed descriptions and costs for all available services.




Quotes will be accepted through email only until November 27, 2023 at 5:00 P.M. local time

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 RFQ-04-Onsite Secured Document Destruction 11.06.23.pdf
RFQ-04-Onsite Secured Document Destruction 414 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 #710 · North Las Vegas, Nevada 89030
Telephone: (702) 633-1745 · Fax: (702) 669-3328 · TDD: (800) 326-6868
www.cityofnorthlasvegas.com
November 6, 2023
CITY OF NORTH LAS VEGAS
REQUEST FOR QUOTE
ONSITE SECURED DOCUMENT DESTRUCTION
Quotes will be accepted through email only until November 27, 2023 at 5:00 P.M. local time
(the “Quote Due Date”). Quotes must be sent via e-mail to Jackie Rodgers, City Clerk, at
rodgersj@cityofnorthlasvegas.com and Cherry Lawson, Chief Deputy City Clerk,
at lawsonch@cityofnorthlasvegas.com with a cc: to Joy Yoshida, Senior Buyer,
at yoshidaj@cityofnorthlasvegas.com.
All questions or concerns must be submitted via e-mail to Jackie Rodgers, City Clerk, at
rodgersj@cityofnorthlasvegas.com and Cherry Lawson, Chief Deputy City Clerk, at
lawsonch@cityofnorthlasvegas.com with a cc: to Joy Yoshida, Senior Buyer, at
yoshidaj@cityofnorthlasvegas.com. The cut-off time for all questions is November 13, 2023,
at 12:00 p.m. local time. Any questions received after the question cut-off period will not be
answered.
The City reserves the right to reject any and all Quotes, waive any informality or technicality, or
to otherwise accept Quotes deemed in the best interest of the City.
_____________________________________
Marie Leake
Procurement Manager
1
#TENOD5OC0EBLE4v1
REQUEST FOR QUOTATION
ONSITE SECURED DOCUMENT DESTRUCTION
1. PUBLIC RECORDS:
The Quote documents and all Quotes submitted in response thereto are public records.
You are cautioned not to put any material into the Quote that is proprietary in nature. The
City is a public agency as defined by state law. As such, the City is subject to the Nevada
Public Records Act (Chapter 239 of the Nevada Revised Statutes). City records 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 the services obtained under
this Request for Quote.
4. 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 Quote. 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 or specifications will not be binding if presented
to any Respondent orally. Every request for such interpretation should be in writing
addressed to Jackie Rodgers, City Clerk, at rodgersj@cityofnorthlasvegas.com and
Cherry Lawson, Chief Deputy City Clerk at lawsonc@cityofnorthlasvegas.com with a cc:
to Joy Yoshida, Senior Buyer at yoshidaj@cityofnorthlasvegas.com. Failure of any
Respondent to receive an interpretation shall not relieve such Respondent from any
obligation under these Quote documents as submitted.
5. METHOD OF EVALUATION AND AWARD OPTIONS:
The evaluation of this Quote will be conducted by City personnel. The City intends to
award up to three providers deemed to be in the City’s best interest. The City reserves
the right to reject all Quotes. Pursuant to NRS 332.065(4), the City shall not enter into a
contract with a Respondent to this Request for Quotes 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.
6. 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 with the City, either expressed or
implied, exists.
2
#TENOD5OC0EBLE4v1
7. CONDITIONS OF QUOTE SUBMITTAL:
(a) No Quote 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.
(b) No Quote 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 quote to the
City, the Respondent certifies that no current suspension or debarment exists.
(c) All quotes shall be prepared in a comprehensive manner as to content, but no
necessity exists for expensive binders or promotional material.
8. 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 Quotes for this project. Upon award,
the successful Respondent will be required to obtain a North Las Vegas Business
License.
9. 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 coveragepolicy 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
3
#TENOD5OC0EBLE4v1
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
$2,000,000.00 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.
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
4
#TENOD5OC0EBLE4v1
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.
Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
If coverage is canceled or non-renewed, and not replaced with another claims-
made policy form with a Retroactive Date prior to the contract effective date, the
Respondent must purchase “extended reporting” coverage for a minimum of five
(5) years after completion of work.
VERIFICATION OF COVERAGE: Respondent shall furnish the City with original
certificates and amendatory endorsements or copies of the applicable policy language
effecting coverage required by this clause. All certificates and endorsements are to be
received and approved by the City before work commences. However, failure to obtain
the required documents prior to the work beginning shall not waive the Respondent’s
obligation to provide them. The City reserves the right to require complete, certified
copies of all required insurance policies, including endorsements required by these
specifications, at any time.
SPECIAL RISKS OR CIRCUMSTANCES: The City reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer,
coverage, or other special circumstances.
Such insurance shall include the specific coverage set out herein and be written for NOT
LESS THAN the limits of liability and coverage provided in the “Insurance Service Office”,
or required by law and other governing agencies, whichever is greater. The cost of this
insurance shall be deemed included in the Bid prices and no additional compensation will
be made.
In addition, the Respondent shall furnish evidence of a commitment by the insurance
company to notify the City by registered mail of the expiration or cancellation of the
insurance policies required not less than 30 days before the expiration or cancellation is
effective.
10. INDEMNITY:
The successful Respondent agrees to defend, indemnify, and hold the City, its officers,
agents, and employees, harmless from any and all liabilities, causes of action, claims,
damages, losses, expenses, proceedings, actions, judgements, reasonable attorneys’
5
#TENOD5OC0EBLE4v1
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 >