Contract Towing - Polk County Sheriff

1891 Jim Keene Blvd • Winter Haven, FL 33880-8010 • Phone: 863.298.6200 • www.polksheriff.org
POLK COUNTY SHERIFF’S OFFICE – P2012-01 Contract Towing Services
December 19, 2011
TO: All Vendors
The Polk County Sheriff’s Office is seeking a Request for Proposal for Contract Sector Towing
Services, as indicated within the context of this Proposal. Submit your Proposal in a sealed
envelope marked, RFP #C2012-01 Contract Sector Towing Services. The Proposals are to be
delivered as follows:
Polk County Sheriff’s Office
Central Services Bureau
Purchasing Section
1891 Jim Keene Boulevard
Winter Haven, Florida 33880
Proposals are to be submitted no later than 4:00 P.M. on Friday, January 10, 2012. Proposals
received after this time will not be considered. All requests for additional information or
questions should be directed to Ms. Toni Zills, CPPB, FCCM, Purchasing Agent at 863.614.9015
or [email protected] Detailed instructions for the completion of the Proposal are contained
in this Request for Proposal.
The Polk County Sheriff’s Office reserves the right to award the bid to the lowest, most
responsive and responsible Vendor. The Polk County Sheriff’s Office further reserves the right
to consider matters such as, but not limited to; quality offered, delivery terms, budget
requirements, location, and service reputation of the Vendor, in determining the most
advantageous Proposal.
The Polk County Sheriff’s Office thanks you for your effort and interest in serving the Polk
County Sheriff’s Office and the taxpayers of Polk County.
Sincerely,
David J. Rounds
Deputy Director
Central Services Bureau
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Table of Contents
Topic
Page
Vendor’s Checklist
3
Statement of No Bid
4
Specifications, Criteria for Bidding
5&6
Vendor’s Price List
7&8
Option to Renew
9
Terms and Conditions
10 - 14
Vendor Acknowledgement Form
Public Entity Crime Information Form
Anti-Collusion Statement
15
Authorized Signatures/Negotiators Form
16
Insurance Requirements
17
Proposal Label
18
Page 2 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Checklist
Failure to submit the following signed documents may result in your bid being
declared non-responsive.
Statement of No Bid signed
Or
Pricing Agreement Form signed
Page 4
Page 7 & 8
Specifications and Criteria for Bidding Form signed
Page 5 & 6
Option to Renew Form signed
Page 9
Vendor Acknowledgement Form, signed
Public Entity Crime Information Form, signed
Anti-Collusion Statement, signed
Page 15
Authorized Signatures/Negotiators Form signed
Page 16
Insurance Requirements Form signed
Page 17
Proposal Label (affixed to front of Proposal Package)
Page 18
Page 3 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
STATEMENT OF NO BID
If you are not bidding on this service/commodity, please complete and MAIL this form to:
Polk County Sheriff’s Office
Purchasing Office
1891 Jim Keene Boulevard
Winter Haven, Florida 33880
Failure to respond may result in deletion of Vendor’s name from the Qualified Bidder’s List for
the Polk County Sheriff’s Office.
Business Name:
Minority Owned:
Address:
(
)
Black
Telephone:
(
)
Hispanic
Fax Number:
(
)
Women
Signature:
(
)
Other
Date:
(
)
Non-Minority
We, the undersigned have declined to bid on Proposal P2012-01 because of the following reason:
Specifications too “tight”, i.e., geared toward brand or manufacturer only.
Explain:
Insufficient time to respond to the Bid.
We do not offer this service/commodity. We are in the business of:
Unable to meet specifications
Too busy at this time to bid project. We would like to be considered for future projects.
Yes
No
Other: (please explain)
Page 4 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Specifications and Criteria for Bidding
1. All Vendors bidding will need to have in force and submit proof of liability insurance
and workers compensation with their bid/quote.
2. All Vendors must have current city and or county applicable occupational license(s)
and provide copy of all current licenses.
3. All Vendors must list all physical addresses and phone numbers of all their locations
of business.
4. Each Tow Vendor’s truck driver must have an operable cell phone and provide that
phone number to the Polk County Sheriff’s Office whenever a tow is requested. This
will enable us to communicate with the driver, if need be.
5. Vendor will be available 24/7 to provide services for the Polk County Sheriff’s Office
for the geographical area that they are assigned. If more than one award bidder is
assigned the same geographical area, then the rotation will be based on availability
and closest response time.
6. Vendor will be able to submit an invoice for cancellation of tow to the Polk County
Sheriff’s Office for $25.00.
7. Vendors must be currently in good standing on Polk County Sheriff’s Office rotation
listing. No previous violation of County Ordinance (Non consensual/Private Property
Rotation Tow) within the last twenty-four months. Vendors must remain violation
free while on the Contract or they will be removed.
8. Vendors must be able to respond when called to a scene within 45 minutes.
9. Tow services include the Polk County Sheriff’s Office vehicles or any vehicles being
towed by the Polk County Sheriff’s Office for investigative reasons and we are
responsible for the tow bill.
10. Vendors must provide proof of “on-hook” Insurance coverage. Minimum
coverage to be $100,000.00 for each Truck allowed to tow Polk County Sheriffs
Office equipment/vehicles.
Page 5 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Specifications and Criteria for Bidding (cont.)
11. Only after they have made sure that their bill contains the items below, will the
Vendor invoice the Polk County Sheriff’s Office:
a. Unit # receiving service and Tag Number
b. Odometer reading of Unit receiving service
c. The signature and member number of the PCSO member requesting the tow
or the driver of the unit being towed or any other member present if driver is
unavailable. Member number must be legible in order for invoice to be paid
d. Location picked up
e. Non Sheriff’s Office Vehicles must have: VIN #, Tag Number, Make/Model,
Year and Odometer reading
f. ALL INVOICES must have legible information so we can read it. If we
cannot read the required information we will not pay the invoice until it is
resolved!
PAYMENT WILL NOT BE MADE UNTIL THE ABOVE ITEMS ARE
DOCUMENTED ON THE INVOICE. A COPY OF THE BILL MUST BE LEFT
WITH THE VEHICLE, EVEN IF NO ONE IS PRESENT UPON DELIVERY OF
THE VEHICLE.
I have read and understood the Criteria for bidding, above.
________________________________
Signature
Print Name
Vendor
_______________________________
Date
Page 6 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
PRICING AGREEMENT
Class A
Class B
Class C
Misc. Vehicles
Vehicles with
Gross Weight
up to 10,000 lbs.
and vessels and
boat trailers up
to 18’
$55.00
Vehicles with
Gross Weight up to
10,001 lbs. and
vessels and boat
trailers from 19’ to
22’
$75.00
Vehicles with
Gross Weight up to
19,501 lbs. to
25,000 lbs. and
vessels and boat
trailers over 23’
$125.00
To included
Motorcycles,
ATV’s, Golf
Carts, etc. Per
load.
$55.00 per load
$3.00
$4.00
$5.00
$3.00 per load
Winch out only,
includes: 30 minutes
On-Scene. Mileage 1
way
$40.00 flat rate
+ mileage
$60.00 flat rate
+ mileage
$90.00 flat rate
+ mileage
$55.00 per hour
Winch out with Tow
Flat rate + tow charge
& mileage. Includes
first 30 minutes onscene
$25.00 Flat
$30.00 Flat
$60.00 Flat
$25.00 Flat
Labor/wait after /30
Minutes on scene. 15
Min intervals after.
$60.00 per hour
$75.00 per hour
$125.00 per hour
$60.00 per hour
$50.00 Flat
+ mileage
$60.00 flat
+ mileage
$100.00 flat
+ mileage
Vehicle
Classes
For Pricing
Flat Rate per Tow
Mileage Rate based on
Tow Location to Drop
Off Point
Service Calls – Tire
Changes, Battery
Jump, Flat rate +
mileage 1 way
*****PLEASE READ ALL NOTES BELOW******

Above rates reflect normal tows and winch outs. Special circumstance tows such as rollovers,
submerged vehicles etc. will be billed at usual and customary rates for services provided per
approval by Fleet Administration.

Invoices with Time Charge must show Times – Dispatch Time, Arrival Time and Departure Time
and Drop off Time.

Extra labor/time on scene must include explanation and reason for charge and be billable in 15
Minute intervals after initial 30 minutes on scene.

Invoices with Mileage charge must show Odometer reading departing Scene and on arrival at
drop off location. All PCSO Vehicles will be towed to Fleet Services located at 2815 Winter
Lake Road, Lakeland, Florida unless approved by Fleet Administration and noted on the Invoice.
Page 7 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Clarification of Per Mile Charge
Per mile charges will be paid for towed (loaded) miles only. Mileage will begin at the towed
vehicle’s location and will end at the destination point of the towed vehicle, at Polk County
Sheriff’s Office Fleet Services Section, Polk County Sheriff’s Office Crime Scene or designated
Vendor’s location. If fuel cost exceeds $4.25 a gallon for diesel, based on the US E.I.A. web site
weekly price index for Gulf Coast, http://www.eia.gov/oog/info/gdu/gasdiesel.asp , we will
adjust the mileage rates according to the following schedule for all class tows.
$4.25-$4.50
$4.50-$4.75
$4.75-$5.00
$.25 increase
$.50 increase
$.75 increase
Award Criteria
1. There will be a Pre-award Meeting scheduled at Fleet Services for all of those Vendors
who agree to this Proposal’s pricing.
2. Tows will be awarded by PCSO Patrol Sectors and closest available Vendor. Number of
Awards per Sector will be determined by Fleet Services according to the need and most
responsive and qualified respondents.
3. The maximum response time for the Polk County Sheriff’s Office tow response is fortyfive (45) minutes from the time documented by CIC from their actual notification.
Failure to meet this response time more than twice, during the contract period, will result
in the Vendor’s removal from the Award listing for the duration of the current contract.
4. If there is a Polk County Sheriff’s Office crash/tow with another vehicle involved, the
contracted Sheriff’s Office Vendor will be offered the second vehicle at normal rotation
rates. This does not apply if there is an owner’s request for the tow of the other vehicle.
5. The Initial Contract shall be effective for one (1), 12 month period, with options to negotiate to
renew up to three (3) additional years with the awarded Vendors.
By signing and dating below, I am agreeing to the listed rates (above) for services performed for the Polk
County Sheriff’s Office by my Company.
(Signature)
(Printed Name)
(Company Name)
(Date)
Page 8 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
RENEWAL OPTIONS QUOTE FORM
Renewal options to extend the contract term for Contract Sector Towing Services. This contract
may be renewed on a yearly basis at the option of the Polk County Sheriff’s Office. If the Polk
County Sheriff’s Office desires to renew this Contract, a Notice of Intent to Renew will be
submitted no less than sixty (60) days before the Contract expires. This Notice of Intent shall not
be deemed to commit the issuing party to a renewal. The total duration of this Contract shall not
exceed four (4) years.
OPTION YEAR ONE – JANUARY 16, 2013 THRU JANUARY 15, 2014
MAXIMUM % INCREASE DECREASE________________________
OPTION YEAR TWO – JANUARY 16, 2014 THRU JANUARY 15, 2015
MAXIMUM % INCREASE/DECREASE _______________________
OPTION YEAR THREE – JANUARY 16, 2015 THRU JANUARY 15, 2016
MAXIMUM % INCREASE/DECREASE _______________________
Page 9 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
PROPOSAL
TERMS AND CONDITIONS
Vendor: To insure acceptance of the Proposal, follow these instructions:
1. CONTRACT PERIOD: The Contract shall be effective for a twelve (12) month period
from date of award. All prices submitted shall remain unchanged during the period of
performance. If the terms and conditions of this agreement shall extend beyond January 7,
2013, then the terms and conditions are contingent upon the approval of the elected Sheriff.
If the Board of County Commissioners of Polk County, in the regular course of its budget or
appropriation process, withdraws, or fails to appropriate funds for the procurement of
services under this Agreement, then the Sheriff may terminate this Agreement at the
conclusion of any billing cycle or the beginning of the unfunded budget period with at least
thirty (30) days prior written notice to Provider. The Sheriff agrees to pay Provider all
charges and expenses incurred before the effective date of such termination.
2. EXECUTION OF PROPOSAL: Proposal must contain a manual signature of an authorized
representative in the space provided.
3. SEALED BID/SEALED PROPOSALS/SOLICITATIONS: All proposals must be
submitted in a sealed envelope. The face of the envelope shall contain the date and time of
the Proposal Opening and the Proposal Number if applicable. If the Proposal is to be returned
via Express Mail or in a courier envelope, the Proposal documents should be submitted in a
separate sealed envelope within the courier envelope. Express mail or courier envelopes will
be opened and discarded. The face of the Sealed Proposal envelope should have attached the
label included with the Proposal package or noted, the Proposal File Number and “Attention:
Purchasing Section – Sealed Proposal.” If there is not going to be a bid submitted, please fill
out the “STATEMENT OF NO BID” form, included in this Proposal package. Offers by
telephone or facsimile for a sealed bid or proposal cannot be accepted. It is the Vendor’s
responsibility to assure that the bid is delivered at the proper time and place of the Proposal
opening.
4. PROPOSAL OPENING: Shall be public on the date and at the time specified on the
proposal form or shortly thereafter. Proposals that for any reason are not delivered by the
specified date and time will not be returned, but will be retained in the BID FILE unopened.
5. PRICES AND TERMS: The Polk County Sheriff’s Office will evaluate and select the
proposal they feel will be in the best interest of the Sheriff’s Office.
a. TAXES: Polk County Sheriff’s Office does not pay Federal Excise or State Sales Taxes.
b. MISTAKES: Vendors are expected to examine the specifications, prices and all
instructions pertaining to product(s). Failure to do so will be at Vendor’s risk.
c. CONDITION: All product(s) not conforming in every way acceptable to the Polk
County Sheriff’s Office shall be rejected.
d. F.O.B. Prices: All prices shall be quoted F.O.B. Destination. The Seller shall pay all
transportation charges and title to the goods shall transfer to the Purchaser at the
destination.
Page 10 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
6. QUANTITIES: Quantities shown are not guarantees of purchase. The Polk County
Sheriff’s Office may purchase additional quantities from other Vendors during the life of the
Contract. Quantities stated on this Proposal represent estimated usage for a one year period.
7. 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.
8. BRAND SUBSTITUTIONS:
Proposals 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 Polk County Sheriff’s
Office will be the sole judge of whether such alternates are equivalent to the items specified.
The Polk County Sheriff’s Office reserves the right to waive immaterial variations in the
specifications.
9. NON-EXCLUSIVE AGREEMENT: The Polk County Sheriff’s Office reserves the right to
negotiate with more than one vendor. The Polk County Sheriff’s Office may have contracts
with other vendors for the same supplies or services. Selection of vendors may be on the
basis of price, availability, hours of operation, or location.
10. CLARIFICATIONS/INTERPRETATION AND ADDENDA:
No interpretation or
changes to the meaning of the Invitation to Bid will be made to any Vendor orally, except by
written addendum. All questions regarding this bid should be submitted in writing and must
be received no later than five (5) calendar days prior to the closing date for bid submittal,
addressed to Polk County Sheriff’s Office, Ms.Toni Zills, CPPB, FCCM, Purchasing Agent,
2815 Winter Lake Road, Lakeland, Florida 33803-9760, phone 863.614.9015, fax
863.668.3044 or [email protected] .
11. CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida
Statutes. All Vendors must disclose with their bid, the name of any officer, director, or agent
who is also an employee of the Polk County Sheriff’s Office. Further, all Vendors must
disclose the name of any Polk County Sheriff’s Office employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the Vendor’s firm or any of its
branches.
12. AWARDS: As the best interest of the Polk County Sheriff’s Office and the Taxpayers of
Polk County may require, the right is reserved to make award(s) by individual items, group of
items, all or none, or a combination thereof, with one or more suppliers; to reject any and all
bids or waive any informality or technicality in bids received. The Sheriff may exercise
assigned rights, pursuant to law, to use discretion in effecting the purchase of goods and
services.
13. NEGOTIATIONS: The Polk County Sheriff’s Office reserves the right to negotiate with
one or more Vendors.
Page 11 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
14. DISPUTES: In case of any doubt or differences of opinion as to the services to the services
to be furnished hereunder, the decision of the Sheriff shall be final and binding on both
parties.
15. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and
regulations that in any manner affect the product/service herein apply. Lack of knowledge by
the Vendor will in no way be cause for relief from responsibility.
16. LIABILITY: The Vendor shall hold and save Grady Judd, Sheriff, Polk County, its officers,
agents and employees harmless from liability of any kind in the performance of or fulfilling
the requirements prior to and during the term of this Contract.
17. STATEMENT RELATIVE TO PUBLIC ENTITY CRIMES: The Vendor is directed to
the Florida Public Entity Crime Act 287.133, Florida Statues, and the Polk County Sheriff’s
Office requirements that the successful Vendor comply with it in all respects prior to and
during the term of the Contract.
18. EVALAUATION OF PROPOSAL AWARDS: Grady Judd, Sheriff, Polk County reserves
the right to award the bid/proposal to the lowest, most responsive and responsible Vendor
who submits the bid meeting specifications most advantageous to Polk County Sheriff’s
Office. Grady Judd, Sheriff, Polk County further reserves the right to consider matters such
as, but not limited to quality offered, delivery terms, budget requirements, location and
service reputation of the Vendor, in determining the most advantageous bid.
19. AFTER AWARD: The Polk County Sheriff’s Office reserves the right to add or delete
items at prices to be negotiated at the time of addition or deletion. In the event of market
changes, the Polk County Sheriff’s Office may negotiate justified adjustments both
upward/downward such as price, terms, etc, to this contract when the Sheriff’s Office in its
sole judgment, considers such adjustments to be in the best interest of the Polk County
Sheriff’s Office.
20. NON-PERFORMANCE/LIQUIDATED DAMAGES: Time is of the essence of this
Contract and failure to deliver within the time period shall be considered a default. In case of
a default, the Polk County Sheriff’s Office may procure the required services and/or goods
from other sources and hold the Contractor responsible for any excess costs occasioned
thereby and may immediately cancel the Contract.
21. VENDOR’S SITE VISIT: The Polk County Sheriff’s Office reserves the right, at its
discretion, to conduct “on site” visitations of any vendors’ facilities. The purpose of the visit
will be to ensure the Polk County Sheriff’s Office of the Vendor’s capabilities of successfully
administering this contract. If, in the Polk County Sheriff’s Office’s opinion, any vendor
does not have the required capabilities as listed herein, this shall be considered grounds for
non award/cancellation.
22. VERBAL/WRITTEN PURCHASE ORDERS: The award of this Proposal does not
constitute an order. Before delivery is made the Vendor must receive a duly executed
Purchase Order. Acceptance by the Vendor is assumed upon issue by the Polk County
Sheriff’s Office, of a duly executed purchase order. Inspection and acceptance of item(s) will
be at the stated destination(s) unless otherwise provided, and title to and risk of loss or
damage is the responsibility of the Vendor until the acceptance by the Polk County Sheriff’s
Office.
Page 12 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
23. DELIVERY TICKETS/INVOICING: The successful Vendor shall furnish a priced and
itemized delivery ticket or invoice for every delivery made to the Polk County Sheriff’s
Office. The delivery ticket or invoice shall include the date, department delivered to, and
purchase order number and shall be signed by a representative of the requesting department
when delivery is made.
24. RETURNS: Any goods delivered to the Polk County Sheriff’s Office not as ordered shall be
returned to the successful Vendor at no cost to the Polk County Sheriff’s Office. Each
respondent shall list herein what, if any, restocking charge will be charged to the Polk County
Sheriff’s Office for items being returned by the Polk County Sheriff’s Office at no fault of the
vendor. Any restocking charge shall be taken into consideration in the award/evaluation
process.
25. INSURANCE: The successful vendor shall purchase and maintain in force, at his own
expense, such insurance as will protect him and the Polk County Sheriff’s Office from claims
which may arise out of or result from the Vendor’s execution of the work, whether such
execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts
any of them may be liable. The successful Vendor shall furnish a copy of an original
Certificate of Insurance, naming the Polk County Sheriff’s Office as an additional insured.
Should any of the policies be cancelled before the expiration date, the issuing company will
mail 30 days written notice to the certificate holder. The successful Vendor shall furnish
insurance in satisfactory limits, and on forms and of companies that are acceptable to the
Purchaser’s Attorney and/or Risk Management and shall require and show evidence of
insurance coverage’s on behalf of any subcontractors (if applicable), before entering into any
agreement to sublet any part of the work to be done under this Contract.
26. CANCELLATION OF CONTRACTS/SUSPENSION: The Polk County Sheriff’s Office
may cancel this Contract WITHOUT CAUSE at any time by giving thirty (30) days written
notice to the supplier/contractor. In addition the Polk County Sheriff’s Office may
immediately suspend business with a supplier/contractor with written notification.
27. TERMINATION: In the event the funds to finance this Contract become unavailable or are
not allocated by Polk County, Polk County Sheriff’s Office may provide Vendor with thirty
(30) days written notice of termination. Nothing in this Contract shall be deemed or construed
to prevent the parties from negotiating a new Contract in this event.
28. AGREEMENT: This Proposal and the Purchase Orders issued hereunder constitute the
entire agreement between the Polk County Sheriff’s Office and the Vendor awarded the Bid.
No modification of this Proposal shall be binding on the Polk County Sheriff’s Office or the
Vendors.
29. BACKGROUND INVESTIGATIONS: All vendors and/or possible subcontractors prior to
award may be subject to a background investigation. Access to Agency Facilities by
vendors/workers is a privilege which may be revoked for any adverse background or
intelligence checks
30. ADDITIONAL INFORMATION: The Polk County Sheriff’s Office Purchasing Section
reserves the right to request additional information needed for clarification from any
bidder/proposer for evaluation purposes.
Page 13 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
31. PIGGYBACK CLAUSE: At the option of the awarded vendor, the vendor agrees to
allow the Polk County Sheriff’s Office and other governmental entities of the state of
Florida and its agencies, political subdivisions, counties, and cities, to purchase
additional items by piggybacking on this bid. Each government entity may procure
goods and services as described herein with the same terms and conditions, and for
the same price. Each governmental entity desiring to accept these bids, and make
award thereof, shall do so independently of any other government entity. Each
government entity shall be responsible for its own purchases and shall be liable for
goods and services ordered and received by it, and no government entity assumes any
liability by virtue of this bid.
--- End of Terms and Conditions ---
Page 14 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
VENDOR ACKNOWLEDGEMENT
By signing and submitting this Pre-Qualification Package, Vendor acknowledges he/she has
read, understands, and can provide the minimum requirements stated herein, that he/she has
visited the site, performed investigations and verifications as he/she deems necessary,
understands/accepts terms and conditions familiarized him/herself with the local conditions
under which the work is to be performed and will be responsible for any and all errors in his/her
Pre-Qualification Package resulting from his/her failure to do so. Vendor certifies this PreQualification Package has not been prepared in collusion with any other Vendor or other person
or persons engaged in the same line of business.
PUBLIC ENTITY CRIME INFORMATION
A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit a Bid on a contract to provide any goods or services to a
public entity, may not submit a Bid on a contract with a public entity for the construction or
repair of a public building or a public work, may not submit Bids on leases of real property to a
public entity, may not be awarded or perform work as a Vendor, supplier, sub-Vendor, or
consultant under a contract with any public entity, and may not transact business with any public
entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO
for a period of 36 months from the date of being placed on the convicted Vendor list.
ANTI-COLLUSION STATEMENT
The below signed Bidder has not divulged to, discussed or compared his/her Bid with other
Vendors and has not colluded with any other Bidder or parties to a Bid whatsoever. Note: no
premiums, rebates, or gratuities to any employee or agent are permitted with, before, or after any
delivery of materials. Any such violation will result in the cancellation and/or return of material
(as applicable) and the removal from the master vendors list.
I have read and understand the contents of the above.
Signature:
____________________________________Date: _______________
Print Name:
______________________________________
Vendor Name: ______________________________________
Page 15 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
AUTHORIZED SIGNATURES/NEGOTIATORS
The bidder or proposer represents that the following persons are authorized to sign and/or
negotiate contracts and related documents to which the bidder or proposer will be duly bound:
Name
Title
Fax # ________________________
Phone #
Email: ______________________________
(Signature)
(Title)
(Name of Business)
The bidder/offeror shall complete and submit the following information with the bid or proposal:
Type of Organization
Sole Proprietorship
Partnership
Joint Venture
Corporation
State of Incorporation:
Federal I.D. or Social Security number is
Page 16 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
POLK COUNTY SHERIFF’S OFFICE
INSURANCE REQUIREMENTS
FOR SERVICE VENDORS
Vendors shall carry Worker’s Compensation Insurance as required by Chapter 440, Florida
Statutes. If the vendor is exempt from carrying Worker’s Compensation, please provide the
exemption certificate. During the term of this contract, vendor shall carry at a minimum the
following: Commercial General Liability Insurance with liability limits of at least $500,000 per
occurrence for bodily injury, death and property damage and shall protect it from claims which
may arise whether such claims may arise out of the operations of the vendor or by anyone directly
or indirectly employed by the vendor. Automobile Liability Insurance on all vehicles used to carry
out the contract against bodily injury and property damage in the amount of at least $500,000 per
occurrence.
It is necessary that annual insurance certificates be submitted to the Purchasing Section to maintain
approved vendor status and ensure compliance with all requirements.
The Polk County Sheriff’s Office welcomes the opportunity to work with you and to maintain a
strong partnership. Should have any questions regarding this request, please do not hesitate to
contact the Purchasing Section of the Polk County Sheriff’s Office at (863) 298-6308.
I have read and understood the above Insurance Requirements
_________________________________________________
Signature
_________________________________________________
Print Name
_________________________________________________
Vendor
_________________________________________________
Date
Page 17 of 18
Polk County Sheriff’s Office
Due Date: January 10, 2012
RFP #P2012-01
Contract Towing Services
Cut along outer border and tape this label to your Request for Proposal
envelope to identify it as a Request for Proposal. Neither faxed nor
electronically submitted documents will be accepted. Be sure to include the
name of the company submitting the proposal where requested.
DELIVER TO:
PURCHASING SECTION
Polk County Sheriff’s Office
1891 Jim Keene Blvd.
Winter Haven, FL 33880-8000
REQUEST FOR PROPOSAL DO NOT OPEN
SEALED BID NO.:
RFP #P2012-01
BID TITLE:
Contract Towing Services
DUE DATE/TIME:
January 10, 2012/4:00 p.m.
SUBMITTED BY:
Name of Company
Page 18 of 18