SOLICITATION FOR CONTINUING SERVICES
CS #22-365
CODE ENFORCEMENT TOWING
(Revised pricing July 20, 2022)
INTRODUCTION
Polk County, a political subdivision of the State of Florida, seeks the submittal of
information from vendors interested in providing towing services for Polk County Code
Enforcement. Vendors must submit certificate of insurance and copy of business tax
receipt with the required information. Insurance and business tax receipt information
must be provided prior to commencement of services. All vendors submitting the required
information shall have an opportunity to participate.
SCOPE OF WORK
Vendor will provide “as needed” towing services for the Polk County Code Enforcement
Division. Polk County will only reimburse vendor(s) at the rates listed in the rate schedule
attached. All vendors must comply with the rates listed in this schedule or be subject to
removal from the award.
SPECIFICATIONS
1. The Vendor will be responsible for towing abandoned and distressed vehicles that
are in violation of the Polk County Land Development Code and have been issued
compliance orders from the Code Enforcement Special Magistrate; and as a result
of the Demand for Removal process Ordinance 08-047 (Property Maintenance
Ordinance).
2. The County will contact the Vendor one hour in advance of requested towing
services, unless towing multiple vehicles from a property. If multiple vehicles need
to be towed from a property, the County will contact the Vendor a minimum of 24-
hours in advance. Towing services must be dispatched within one hour notification.
3. The areas of work are within the boundaries of Polk County excluding all areas
contained within the municipalities. The County will be divided by commission
districts, known as Zone 1, Zone 2, Zone 3, Zone 4 and Zone 5. A map of the
commission districts is attached for verification of zone boundaries. Please see
Attachment “A”.
4. The Vendor must have a secure, fenced compound in which to tow the vehicle
to. The compound must be maintained to Polk County Land Development Code,
which can be viewed at the following link https:www.polk-county.net/land-
development/land-development-code. Additionally, the vehicle must be stored at
the compound until such time that disposition of the vehicle has been completed
by the Vendor. The Vendor must be familiar with the legal process of disposition
CS 22-365 CE Towing
2
of unclaimed vehicles as it pertains to Florida Statute 705.103 Procedure for
Abandoned or Lost Property, which can be viewed at the following link:
http://www.leg.state.fl.us/Statutes/index.cfm?App_mode=Display_Statute&URL=
0700-0799/0705/Sections/0705.103.html
5. The Vendor is responsible for contacting the Polk County Sheriff’s Office and Polk
County Codes Investigator prior to towing the vehicle. The Deputy and Investigator
will act as witnesses for the removal of the vehicle. Contact information will be
given to the successful bidder.
6. The Vendor will be responsible for collecting all costs, including but not limited to,
towing services, all requisite paperwork, and any incidental charges incurred by
the Vendor.
7. The County reserves the right to inspect Vendor’s records to establish that proper
procedures are followed regarding attempts to notify vehicle owner and/or confirm
abandonment of vehicle.
8. The County reserves the right to secure services from another Vendor should the
Vendor be unable to provide the requested services within 48 hours after the
County makes the request.
9. Should a boat or RV be towed and the owner does not claim it within the legally
specified time and it is in need of disposal, it will be the Vendor’s responsibility to
prepare vehicle for disposal at the appropriate landfill. The actual landfill ticket for
tipping fees will be reimbursed at cost by the County. Vendor will invoice County
for the actual charge and attach a copy of paid landfill ticket to invoice.
10. If the Vendor reaches the destination within the required hour and the vehicle no
longer needs to be towed, a mobilization fee of $50 will be issued as compensation.
No mobilization fee will be issued if the Vendor doesn’t alert the County that the
assignment cannot be completed within an hour of the assignment being issued.
11. The Vendor must invoice the County for the towing service within seven (7) days
of said service being performed. Should the Vendor recoup towing charges from
the vehicle owner, the Vendor will be responsible for contacting the County
immediately and shall reimburse the County for said charges within two (2)
business days. Failure to follow this provision will result in removal from the
authorized vendor list, as well as possible legal action.
Qualifications
Submittals shall only be considered from companies that have an established presence in the
field of towing services as specified and have been in business for a minimum of the previous
five (5) years.
CS 22-365 CE Towing
3
Provide three (3) references for similar projects completed in the last five (5) years. Each
reference must demonstrate experience with towing services. References must include:
Client’s name
Telephone number
Address
Email address
Description of project
Dates of work done
Reference will be verified.
PRICE SHEET
Item
Zone 1 (price
per tow)
Zone 2 (price
per tow)
Zone 3 (price
per tow)
Zone 4 (price
per tow)
Zone 5 (price
per tow)
Auto/Light
Duty Truck
(up to 10,000
LBS)
$200 $200 $200 $200 $200
Medium Duty
Truck
(Between
10,001 and
26,00 LBS)
$200 $200 $200 $200 $200
Heavy Duty
Truck
(Between
26,001 and
33,000 LBS)
$350 $350 $350 $350 $350
Boat $200 $200 $200 $200 $200
RV
Class A
Class B
$200
$300
$200
$300
$200
$300
$200
$300
$200
$300
Price per Winch Out (If a vehicle is abandoned, and a winch needs to be used to
extract the vehicle)
$50
Mobilization Fee $50
Landfill fees reimbursable at cost with copy of paid receipt.
CS 22-365 CE Towing
4
TERM
This is an on-going need and will be reviewed at least annually. After receipt and
verification of required information, vendors will be added to the “Awarded Vendor List.
Any Additions, Deletions, or Revisions to this Solicitation for Continuing Service will be
issued in the form of an Amendment by the Procurement Division and will be posted on
the County’s website. All Awarded vendors will be notified via email and will be required
to acknowledge the Amendment and their consent thereto. Any Awarded Vendor that
does not return a signed Acknowledgement within five (5) business days will be removed
from the Awarded Vendor List.
SUBMITTAL OF RESPONSES
Interested parties are invited to submit their responses to the Procurement Division. The
requested information may be submitted via email to procurement@polk-county.net;;
mailed or hand delivered to:
Polk County Procurement Division
330 West Church St., Room 150
Bartow, Florida 33830
(863) 534-6716
Attn: Michael Guerrero
CS 22-365 CE Towing
5
SUBMITTALS
Submittals must include the following:
Letters of Reference
Submittal Sheet/Signature Acknowledgement
Vendor’s Incorporation Information
Drug-Free Workplace Form
Insurance Certificate
Safety Requirements/Regulation
Affidavit Certification Immigration Laws
Copy of Business Tax Receipt
Vendor acknowledges and agrees that its response and submittal to this Solicitation for
Continuing Services constitutes its acceptance of all terms and conditions contained
herein, the General Terms and Conditions, the Specifications and Special Conditions,
and by submitting a response, Vendor consents and agrees to be fully bound by the same.
Attention Vendors
The Successful Vendors must register in our new Vendor Database if you have not
already done so prior to award of this continuous service. A purchase order cannot be
issued to a vendor until they have registered.
You may register by going to the following link:
https://www.polk-county.net/procurement/vendor-registration
Registered vendors will receive a User ID and Password to access their company
information. All registered vendors must provide their owner gender, owner ethnicity,
corporate status, and a minimum of one (1) commodity code to be considered
registered. It is the responsibility of all vendors to update their vendor information.
Only registered vendors will receive notifications of future solicitations
CS 22-365 CE Towing
6
SUBMITTAL SHEET
CS 22-365, CODE ENFORCEMENT TOWING
Signature Acknowledgement
(Submittal Page)
To Polk County, a Political Subdivision of the State of Florida
Date: _______________________________
I certify that this submittal is made without prior understanding, agreement or
connection with any corporation, firm or person submitting for the same construction,
service or material and is in all respects fair and without collusion or fraud. I agree to
abide by all conditions of this continuous service and certify that I have read and
understand the continuous service documents. I have completed and submitted all
required submittal forms, and I am authorized to sign this submittal for the vendor. In
submitting a submittal to the County, the vendor offers and agrees that if the submittal is
accepted, the vendor will convey, sell, assign or transfer to the County all rights, titles
and interests in and to all causes of action it may now or hereafter acquire under the
Anti-Trust Laws of the United States and the State of Florida for price fixing relating to
the particular commodities or services purchased or acquired by the County. At the
County’s discretion, such assignment shall be made and become effective at the time
the County tender’s final payment to the vendor.
Vendor Name: _________________________________________________________
Mailing Address: ________________________________________________________
City: __________________________________________________________________
State: ________________________
Zip Code: _____________________
(Area Code) Telephone Number: ___________________________________________
Toll Free Number: _______________________________________________________
Email Address: _________________________________________________________
Authorized Signature: ____________________________________________________
Name: ________________________________________________________________
Title: ______________________________________________________________
This CS may be used by any other Government Agency. [ ] YES [ ] NO [ ] N/A
CS 22-365 CE Towing
7
Vendor’s Incorporation Information
(Submittal Page)
The following section should be completed by all vendors and submitted with their submittal:
Company Name: ____________________________________________________
DBA/Fictitious Name (if applicable): _____________________________________
TIN #: _____________________________________________________________
Address: ___________________________________________________________
City: _______________________________________________________________
State: ______________________________________________________________
Zip Code: ___________________________________________________________
County: _____________________________________________________________
Note: Company name must match legal name assigned to the TIN number. A current W9
should be submitted with your submittal.
Contact Person: ______________________________________________________
Phone Number: _______________________________________________________
Cell Phone Number: ____________________________________________________
Email Address: ________________________________________________________
Type of Organization (select one type)
Sole Proprietorship
Partnership
Non-Profit
Sub Chapter
Joint Venture
Corporation
LLC
LLP
Publicly Traded
Employee Owned
State of Incorporation: __________________________
The Successful vendor must complete and submit this form prior to award. The Successful
vendor must invoice using the company name listed above.
CS 22-365 CE Towing
8
Drug-Free Workplace Form
(Submittal Page)
The undersigned vendor in accordance with Florida Statue 287.087 hereby certifies
that, (Name of the Business): _________________________________________ does:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business’s policy of maintaining a drug-free workplace, any available drug
counseling, rehabilitation programs, employee assistance programs and the
penalties that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, plea of guilty or nolo contendere to, any violation
of Chapter 1893 or of any controlled substance law of the United States or any
state, for a violation occurring in the workplace no later than five (5) days after
such conviction.
5. Impose a sanction on or require the satisfactory participation in a drug abuse
assistance or rehabilitation program, if such is available in the employee’s
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Vendor Signature: _______________________________________________________
Date: ________________________________
Insurance Requirements
The successful vendor shall purchase and maintain in force during the contract period the
insurance as specified with an insurer licensed to do business in the State of Florida; rated “A”
or better by A.M. Best Rating Company for Class VIII financial size category. Polk County, a
political subdivision of the State of Florida, must be named as an additional insured with respect
to liability arising from all work performed for Polk County, for Automobile and General Liability
policies of insurance. The certificate holder must be Polk County, a political subdivision of the
State of Florida, 330 W. Church St., Bartow, Florida 33830. Workers’ Compensation Insurance
providing statutory benefits, including those that may be required by any applicable federal
statute. Any sole proprietor or partner actively engaged in the construction industry, and any
corporate officer of a construction or non-construction industry corporation who elects to be
exempt from the provisions of the workers’ compensation law must provide either a workers’
compensation exemption certificate (construction industry) or a letter stating the exemption
status and number of employees (non-construction industry). Commercial General Liability
Insurance $1,000,000 combined single limit of liability for bodily injuries, death, and property
damage, and personal injury resulting from any one occurrence, including the following
coverages: Completed Operations, Broad Form CG. Comprehensive Automobile Liability
Insurance $1,000,000; combined single limit of liability for bodily injuries, death and property
damage resulting from any one occurrence, including all owned, hired and non-owned vehicles.
The general liability and workers’ compensation policies shall contain a waiver of subrogation in
favor of Polk County. An original certificate of insurance must be on file in the Procurement
Division before a purchase order will be issued.
Each Certificate of Insurance must list the Certificate Holder as:
Polk County, a political subdivision of the State of Florida
330 W Church St, Room 150
Bartow, FL 33830
Certificates of Insurance for policies requiring additional insured status and/or the waiver of
subrogation must include notations that these requirements apply. In addition, the Vendor shall
supply to the County copies of the endorsements to verify these requirements.
The Vendor must provide, or cause to be provided, the County with 30 days’ prior written notice
regarding the cancellation, suspension, or non-renewal of or material change to any policy.
All Certificates of Insurance must be submitted on ACORD 25 forms.
The Vendor must submit updated Certificates of Insurance to the County upon the expiration of
or material change to any policy.
Failure to provide an updated Certificate of Insurance upon expiration or cancellation will cause
the Vendor’s name to be removed from the awarded vendors list. Should the vendor provide an
updated or new certificate of insurance meeting the above requirements, the vendor’s name will
be added to the awarded vendors list again.
CS 22-365 CE Towing
10
Insurance
(Submittal Page)
By signing below, the Vendor is stating that they fully understand the insurance
requirements for the project and if awarded the continuous service will provide all
insurance coverage as required in Continuous Service Title: Litter Pickup Continuous
Service Number: 20-633.
The requirements are as follows:
Vendor is insured with a company licensed to do business in the State of Florida
The insurance company is rated A VIII or better by A.M. Best Rating Company
(General policy)
Polk County will be named as an additional insured for automobile liability and
general liability
The General Liability and Workers Compensation policy will contain waiver of
subrogation in favor of Polk County
Company Name: ___________________________________________________
Vendor Signature: ___________________________________________________
CS 22-365 CE Towing
11
Safety Requirements/Regulations
1.0 All vendors are required to submit, with their submittal, the Safety
Requirements/Regulations form. Any questions regarding compliance with the safety
requirements/regulations provision shall be directed to the County Safety Officer, Risk
Management, at (863) 534-5267.
1.1 The Vendor is responsible for observing all OSHA regulations and shall self-inspect
to ensure this is accomplished. The Vendor shall ensure that all personnel are properly
trained and shall be able to provide documentation for their personnel that have
attended training courses. Examples of such training courses are: Hazard
Communications, Traffic Work Zone Safety, Personal Protective Equipment, First
Aid/CPR, Permit Required Confined Space, Lock out/Tag Out of Hazardous Energy. All
Vendors are required to comply with OSHA Standards regardless of the number of
employees they may have.
1.2 A County representative may periodically monitor work site safety. Should there be
safety and/or health violations, classified as Serious, Willful or Criminal/Willful
Violations, the County’s representative may have the authority, but not the duty, to
require the Vendor to correct the violation in an expeditious manner. Inspections shall
be based on requirements contained in law. The definitions of serious, willful and
criminal/willful violations are as follows:
Serious Violation: A serious violation shall be deemed to exist in a place of employment
if there is a substantial probability that death or serious physical harm could result from
a condition which exists, or from one or more practices, means, methods, operations, or
processes which have been adopted or are in use, in such place of employment unless
the employer did not, and could not, with the exercise of reasonable diligence, know of
the presence of the violation.
Willful Violation: May exist where evidence shows that the employer committed an
intentional and knowing violation of the Act.
Criminal/Willful Violation: A repeat violation of a previously cited willful violation.
Violation of Serious, Willful or Criminal violation may have the following consequences:
First violation: correction may be a verbal warning and the correction shall be done the
same day. Written documentation may be maintained by the County.
Second violation: may result in work stoppage until the violation is corrected. The work
stoppage shall not entitle the Vendor to additional contract time or compensation.
Liquidated damages provision will remain in full force and effect.
Third violation: this may constitute a breach of contract for safety violations and may
result in termination of the contract at the sole discretion of the County.
Note: The County Safety Officer may stop any job to ensure the safety of all concerned.
1.3 Should the work site be in a hazardous area, the County shall furnish the Vendor
with information concerning hazards such as types or identification of known toxic
material, machine hazards, Material Safety Data Sheets, or any other information that
would assist the Vendor in the planning of a safe work site.
1.4 The Vendor shall be aware that while working for the County, representatives from
agencies such as the United States Department of Labor, Occupational Safety and
Health Administration (OSHA), and the Division of Safety, State of Florida, are invitees
CS 22-365 CE Towing
12
and need not have warrants or permission to enter the work site. These agencies, as
well as the County Safety Officer, enter at the pleasure of the County.
1.5 The Vendor shall designate a competent person of its organization whose duty shall
be the prevention of accidents at the site. This person shall be the Vendor’s
superintendent unless otherwise designated in writing by the Vendor to the County. All
communications to the superintendent shall be as binding as if given to the Vendor.
CS 22-365 CE Towing
13
Safety Requirements/Regulations Form
Vendor must sign and have notarized:
The undersigned vendor hereby certifies that they fully understand the safety
requirements/regulation provisions and will comply.
Dated this _____________ day of _____________, 20_____
Name of Firm _____________________________________________________
By ______________________________________________________________
Title of Person Signing: __________________________________________________
(SEAL)
STATE OF ________________
COUNTY OF ______________
The foregoing instrument was acknowledged before me by means of physical
presence or online notarization, this _____ day of ___________, 2021, by
_________________________(name) as _____________________ (title of officer) of
_______________________ (entity name), on behalf of the company, who is
personally known to me or has produced ___________________________ as
identification.
Notary Public Signature: ___________________________________
Printed Name of Notary Public: ______________________________
Notary Commission Number and Expiration: _______________
(AFFIX NOTARY SEAL)
CS 22-365 Code Enforcement Towing
14
Affidavit Certification Immigration Laws
POLK COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY
CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS,
CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8
U.S.C. SECTION 1324 A(E) {SECTION 274A(E) OF THE IMMIGRATION AND NATIONALITY
ACT (“INA”)}.
POLK COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF
UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A(E) OF THE INA. SUCH
VIOLATION OF THE RECIPIENT OF THE EMPLOYMENT PROVISIONS CONTAINED IN
274A(E) OF THE INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF THE
CONTRACT BY POLK COUNTY.
VENDOR ATTEST THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE
IMMIGRATION LAWS (SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND
SUBSEQUENT AMENDMENTS).
Company Name: ___________________________________________________
Signature: ________________________________________________________
Title: _____________________________________________________________
Date: _____________________________________________________________
State of: ____________________
County of: ___________________
The foregoing instrument was acknowledged before me by means of physical presence or
online notarization, this _____ day of ___________, 2021, by ___________________(name)
as _______________ (title of officer) of __________________ (entity name), on behalf of the
company, who is personally known to me or has produced
___________________________ as identification.
Notary Public Signature: ___________________________________
Printed Name of Notary Public: ______________________________
Notary Commission Number and Expiration: _______________
(AFFIX NOTARY SEAL)
CS 22-365 Code Enforcement Towing
15
GENERAL TERMS AND CONDITIONS
INDEMNIFICATION
The firm shall, in addition to any other obligation to indemnify the County and to the fullest extent
permitted by law, protect, defend, (by counsel reasonably acceptable to County) indemnify and
hold harmless the County, their agents, elected officials and employees from and against,
including, but not limited to, all claims, actions, liabilities, losses, expenses (including attorney’s
fees) and costs arising out of any actual or alleged bodily injury, sickness, disease or death, or
injury to or destruction of tangible property including the loss of use resulting therefrom, or any
other damage or loss arising out of or resulting from or claims to have resulted in whole or in part
from any actual or alleged act or omission of the consultant, any subcontractor, anyone directly
or indirectly employed by any of them, of anyone for whose acts any of them may be liable in the
performance of the work; or violation of law, statute, ordinance, governmental administration
order, rule, regulation or infringement of patent rights by the firm in the performance of the work;
or liens, claims or actions made by the firm or any subcontractor or other party performing the
work.
Liability: The vendor shall hold and save the County, its officers, agents and employees harmless
from liability of any kind in the performance of this continuous service and against claims by third
parties resulting from the supplier’s breach of contract or the supplier’s negligence
Safety Standards: Unless otherwise stipulated in the continuous service, all manufactured items
and fabricated assemblies shall comply with applicable requirements of Occupational Safety and
Health Act (OSHA) and carry evidence of Underwriters Laboratories’ Listings (UL).
Code of Ethics: If any vendor violates or is a party to a violation of the code of ethics of Polk
County or the State of Florida, with respect to this continuous service, such vendor may be
disqualified from performing the work described in this continuous service or from furnishing the
goods or services for which the continuous service is submitted and shall be further disqualified
from bidding on any future solicitations for work, goods, or services for the County.
Definitions:
The term “County” means the Polk County, a political subdivision of the State of Florida,
and its authorized designees, agents or employees.
The term “Contract” means this continuous service document, any and all Addenda
issued, and the Contractors submittal.
The term “Vendor”, “Contractor” means the successful bidder(s) who executes a contract
with the County.
Non-Conformance to Solicitation Conditions: Services not delivered as per delivery date in
this continuous service and purchase order may result in vendor being found in default, in which
event any and all re-procurement costs may be charged against the defaulting vendor. This non-
conformance to continuous service conditions may result in immediate cancellation of the
purchase order.
CS 22-365 Code Enforcement Towing
16
Assignment: Any purchase order issued pursuant to this continuous service and the monies
which may become due herein are not assignable except with the prior written approval of the
Procurement Director.
Disputes: In the event of any doubt or difference of opinion as to the methods provided herein,
or the level of performance rendered, the decision of the user department/division director shall
be final and binding on both parties.
Placing of Orders: The award of this continuous service does not constitute an order. Before
any services can be performed, the successful vendor must receive written or oral notification in
accordance with the practices of the User Division.
Additions/Revisions/Deletions: Additions, revisions or deletions to the general conditions,
specifications or price sheets that change the intent of the continuous service will cause the
submittal to be non-responsive and the submittal will not be considered. The Procurement
Director shall be the sole judge as to whether or not any addition, revision or deletion changes
the intent of the continuous service.
Termination/Suspension: The County may terminate the Contract resulting from this
continuous service at any time, in whole or in part, in accordance with and subject to the
following:
a. The County may terminate the Contract for the County’s convenience by delivering 30
days’ prior written notice of termination to the Contractor.
b. The County may terminate the Contract immediately if the User Division determines that
the Contractor is in material default of its Contract obligations, has notified the
Contractor of such default by delivering a Vendor Complaint Form to the Contractor
specifically describing the basis of the complaint and the conditions of the Contractor’s
default, and ten (10) days have passed since the Contractor’s receipt of the Vendor
Complaint Form without all defaults as described therein having been fully corrected.
Notwithstanding anything to the contrary contained herein, the County may terminate the
Contract immediately, without notice or any opportunity to cure, if the services rendered
for the Contract cause or threaten endangerment to public health, safety or welfare.
c. Upon receipt of any termination notice as described above, the Contractor shall:
Immediately discontinue all work unless the County’s notice directs otherwise, and
Deliver to the County any and all data, reports, summaries, and all other information
and materials of any type or nature whatsoever, whether completed or in process,
the Contractor may have accumulated or generated in the course of performing the
work of the Contract.
d. In the event this continuous service and/or the resulting Contract is terminated due to
the Contractor’s material default which is not cured within the allotted time period as
described above, the Procurement Director may also suspend or debar the Contractor in
CS 22-365 Code Enforcement Towing
17
accordance with the Suspension and Debarment Section of the County Procurement
Procedures Manual. The rights and remedies of the County provided for in this Section
are in addition and supplemental to any and all other rights and remedies provided by
law or under the continuous service and/or the resulting Contract.
Uncontrollable Forces (Force Majeure): Either party hereunder may be temporarily excused
from performance if an Event of Force Majeure directly or indirectly causes its nonperformance.
An “Event of Force Majeure” is defined as any event which results in the prevention or delay of
performance by a party of its obligations under this Agreement and which is beyond the
reasonable control of the nonperforming party. It includes, but is not limited to fire, flood,
earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions. Neither party shall be excused from performance if non-performance is
due to forces which are reasonably preventable, removable, or remediable and which the non-
performing party could have, with the exercise of reasonable diligence, prevented, removed, or
remedied prior to, during, or immediately after their occurrence. Within five (5) days after the
occurrence of an Event of Force Majeure, the non-performing party shall deliver written notice to
the other party describing the event in reasonably sufficient detail, along with proof of how the
event has precluded the non-performing party from performing its obligations hereunder, and a
good faith estimate as to the anticipated duration of the delay and the means and methods for
correcting the delay. The non-performing party’s obligations, so far as those obligations are
affected by the Event of Force Majeure, shall be temporarily suspended during, but no longer
than, the continuance of the Event of Force Majeure and for a reasonable time thereafter as
may be required for the non-performing party to return to normal business operations. If
excused from performing any obligations under this Agreement due to the occurrence of an
Event of Force Majeure, the non-performing party shall promptly, diligently, and in good faith
take all reasonable action required for it to be able to commence or resume performance of its
obligations under this Agreement. During any such time period, the non-performing party shall
keep the other party duly notified of all such actions required for it to be able to commence or
resume performance of its obligations under this Agreement.
Unauthorized Alien(s): The vendor agrees that unauthorized aliens shall not be employed nor
utilized in the performance of the requirements of this solicitation. The County shall consider the
employment or utilization of unauthorized aliens a violation of Section 274A(e) of the
Immigration and Naturalization Act (8 U.S.C. 1324a). Such violation shall be cause for unilateral
termination of this Agreement by the County. As part of the response to this solicitation, the
successful vendor will complete and submit the attached form “Affidavit Certification Immigration
Laws.”
Employment Eligibility Verification (E-VERIFY)
A. For purposes of this section, the following terms shall have the meanings ascribed to them
below, or as may otherwise be defined in Section 448.095, Florida Statutes, as amended from time to time:
CS 22-365 Code Enforcement Towing
18
(i) “Contractor” means a person or entity that has entered or is attempting to enter
into a contract with a public employer to provide labor, supplies, or services to such employer in
exchange for salary, wages, or other remuneration; and
(ii) “E-Verify system” means an Internet-based system operated by the United
States Department of Homeland Security that allows participating employers to electronically
verify the employment eligibility of newly hired employees; and
(iii) “Subcontractor” means a person or entity that provides labor, supplies, or
services to or for a contractor or another subcontractor in exchange for salary, wages, or other
remuneration.
B. Pursuant to Section 448.095(2)(a), Florida Statutes, effective January 1, 2021,
public employers, contractors and subcontractors shall register with and use the E-verify system
in order to verify the work authorization status of all newly hired employees. The Contractor
acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify
System to verify the employment eligibility of:
(i) All persons employed by the Contractor to perform employment duties during
the term of this contract; and
(ii) All persons (including subvendors/subconsultants/subcontractors) assigned by
the Contractor to perform work pursuant to this contract.
C. The Contractor acknowledges and agrees that use of the U.S. Department of
Homeland Security’s E-Verify System and compliance with all other terms of this section is an
express condition of this contract, and the County may treat a failure to comply as a material
breach of this contract. By entering into this contract, the Contractor becomes obligated to
comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended
from time to time. This includes but is not limited to utilization of the E-Verify System to verify the
work authorization status of all newly hired employees, and requiring all subcontractors to
provide an affidavit attesting that the subcontractor does not employ, contract with, or
subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit
for the duration of the contract. Failure to comply will lead to termination of this contract, or if a
subcontractor knowingly violates the statute, the subcontract must be terminated immediately.
Any challenge to termination under this provision must be filed in the Tenth Judicial Circuit Court
of Florida no later than 20 calendar days after the date of termination. If this contract is
terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a
public contract for a period of 1 year after the date of termination. The Contractor shall be liable
for any additional costs incurred by the County as a result of the termination of this contract.
Nothing in this section shall be construed to allow intentional discrimination of any class
protected by law.
As Needed: The County shall request the services on an as-needed basis. There is no
guarantee that any or all of the services described in this continuous service will be assigned
during the term of this continuous service. Further, the successful vendor is providing these
services on a nonexclusive basis. The County, at its option, may elect to have any of the
services set forth herein performed by other vendors or County staff.
Attorney’s Fees and Costs: Each party shall be responsible for its own legal and attorney’s fees,
costs and expenses incurred in connection with any dispute or any litigation arising out of, or
relating to this Agreement, including attorney’s fees, costs and expenses incurred for any
appellate or bankruptcy proceedings.
CS 22-365 Code Enforcement Towing
19
PUBLIC ENTITY CRIMES STATEMENT
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 submittal on a contract to provide any goods or services to a
public entity; may not submit a submittal on a contract with a public entity for the construction or
repair of a public building or public work; may not submit on leases of real property to a public
entity; may not be awarded or perform work as a contractor, supplier, subcontractor, 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. By submitting the
required information, the vendor hereby certifies that they have complied with said statute.
Scrutinized Companies and Business Operations Certification; Termination.
A. Certification(s).
(i) By its execution of this Agreement, the Vendor hereby certifies to the County that the
Vendor is not on the Scrutinized Companies that Boycott Israel List, created pursuant to
Section 215.4725, Florida Statutes, nor is the Vendor engaged in a boycott of Israel, nor
was the Vendor on such List or engaged in such a boycott at the time it submitted its bid,
proposal, quote, or other form of offer, as applicable, to the County with respect to this
Agreement.
(ii) Additionally, if the value of the goods or services acquired under this Agreement are
greater than or equal to One Million Dollars ($1,000,000), then the Vendor further certifies
to the County as follows:
(a) the Vendor is not on the Scrutinized Companies with Activities in Sudan List,
created pursuant to Section 215.473, Florida Statutes; and
(b) the Vendor is not on the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List, created pursuant to Section 215.473, Florida
Statutes; and
(c) the Vendor is not engaged in business operations (as that term is defined in
Florida Statutes, Section 287.135) in Cuba or Syria; and
(d) the Vendor was not on any of the Lists referenced in this subsection A(ii), nor
engaged in business operations in Cuba or Syria when it submitted its proposal to
the County concerning the subject of this Agreement.
(iii) The Vendor hereby acknowledges that it is fully aware of the penalties that may be
imposed upon the Vendor for submitting a false certification to the County regarding the
foregoing matters.
B. Termination. In addition to any other termination rights stated herein, the County may
immediately terminate this Agreement upon the occurrence of any of the following events:
(i) The Vendor is found to have submitted a false certification to the County with
respect to any of the matters set forth in subsection A(i) above, or the Vendor is
CS 22-365 Code Enforcement Towing
20
found to have been placed on the Scrutinized Companies that Boycott Israel List or
is engaged in a boycott of Israel.
(ii) The Vendor is found to have submitted a false certification to the County with respect
to any of the matters set forth in subsection A(ii) above, or the Vendor is found to have
been placed on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged
in business operations in Cuba or Syria, and the value of the goods or services acquired
under this Agreement are greater than or equal to One Million Dollars ($1,000,000).
No Construction Against Drafter. The Parties acknowledge that this Agreement and all the
terms and conditions contained herein have been fully reviewed and negotiated by the Parties.
Accordingly, any rule of construction to the effect that ambiguities are to be resolved against the
drafting party shall not apply in interpreting this Agreement.
PUBLIC RECORD LAWS
(a) The Vendor acknowledges the County’s obligations under Article I, Section 24, of
the Florida Constitution and under Chapter 119, Florida Statutes, to release public records
to members of the public upon request and comply in the handling of the materials created
under this Agreement. The Vendor further acknowledges that the constitutional and
statutory provisions control over the terms of this Agreement. In association with its
performance pursuant to this Agreement, the Vendor shall not release or otherwise
disclose the content of any documents or information that is specifically exempt from
disclosure pursuant to all applicable laws.
(b) Without in any manner limiting the generality of the foregoing, to the extent
applicable, the Vendor acknowledges its obligations to comply with Section 119.0701,
Florida Statutes, with regard to public records, and shall:
(1) keep and maintain public records required by the County to perform the services
required under this Agreement;
(2) upon request from the County’s Custodian of Public Records or his/her designee,
provide the County with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed the cost
provided in Chapter 119, Florida Statutes, or as otherwise provided by law;
(3) ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the term of this Agreement and following completion of this Agreement if the
Vendor does not transfer the records to the County; and
(4) upon completion of this Agreement, transfer, at no cost, to the County all public
records in possession of the Vendor or keep and maintain public records required by
the County to perform the service. If the Vendor transfers all public records to the
County upon completion of this Agreement, the Vendor shall destroy any duplicate
public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Vendor keeps and maintains public records upon
completion of this Agreement, the Vendor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the
CS 22-365 Code Enforcement Towing
21
County, upon request from the County’s Custodian of Public Records, in a format that
is compatible with the information technology systems of the County.
(c) IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
VENDOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
AGREEMENT, CONTACT THE COUNTY’S CUSTODIAN OF PUBLIC
RECORDS AT:
RECORDS MANAGEMENT LIASON OFFICER
POLK COUNTY
330 WEST CHURCH ST.
BARTOW, FL 33830
TELEPHONE: (863) 534-7527
EMAIL: RMLO@POLK-COUNTY.NET
CS 22-365 Code Enforcement Towing
22