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
© Copyright 2026 Paperzz