Agenda 06/24/2025 Item #16E1 (Invitation to Bid No. 24-8301 for Medium Duty Towing and Transport Services to Prompt Wrecker Service and Sales, Inc., and Authorization for Chair to Execute Agreement)6/24/2025
Item # 16.E.1
ID# 2025-1792
Executive Summary
Recommendation to award Invitation to Bid (“ITB”) No. 24-8301 “Medium Duty Towing & Transport Services” to
Prompt Wrecker Service and Sales, Inc., d/b/a Prompt Towing Service ("Prompt Towing Service") and authorize the
Chair to sign the attached Agreement.
OBJECTIVE: To award a towing and transport services agreement to facilitate continuous availability of County
vehicles and equipment for public services during normal operations and during emergency conditions.
CONSIDERATIONS: The County has daily requirements for vehicle and equipment towing and roadside services that
are outsourced. The vendors supplying these services must have sufficient service trucks, equipment, and personnel to
meet timely 24-hour towing & transport service demands for the County fleet at locations throughout and outside the
County.
On December 13, 2024, the Procurement Services Division issued Invitation to Bid (“ITB”) No. 24-8301, “Medium
Duty Towing & Transport Services.” The County received two (2) bids by the January 15, 2025, submission deadline as
shown below.
Company Name City County State Bid
Amount
Responsive/Responsible
Prompt Wrecker Service
and Sales, Inc. dba Prompt
Towing Service
Punta
Gorda
Charlotte FL $1,040.00 Yes/Yes
United States Transport
Towing & Recovery, LLC
Naples Collier FL $258.00 No/Yes
Staff evaluated the bids received and found Prompt Towing Service to be responsive and responsible with a minor
irregularity, while United States Transport Towing & Recovery, LLC was deemed non-responsive for submitting an
incomplete bid schedule.
Staff is recommending the award to the lowest responsive and responsible bidder, Prompt Towing Service, for medium-
duty towing and medium-duty equipment trailer transport services.
Prompt Towing Service has been in business for over thirty years. Although they are new to doing business with Collier
County, they have been providing service to Fort Myers, Port Charlotte, Punta Gorda, and Naples. Prompt Towing
Service has the equipment and resources that meet or exceed our operational requirements for medium-duty towing,
recovery, or transport.
This item is consistent with the Collier County strategic plan to support and enhance our commitment to robust public
safety services.
FISCAL IMPACT: Funds for towing and recovery services are budgeted in the Fleet Management Fund 5021
operating budget. Historically, the County has spent approximately $40,000 annually.
GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and
legality and requires majority vote for approval. -JAK
RECOMMENDATIONS: To award ITB No. 24-8301, “Medium Duty Towing & Transport Services” to Prompt
Towing Service for medium-duty towing and medium-duty equipment trailer transport services and authorize the Chair
to sign the attached Agreement.
Page 2565 of 3580
6/24/2025
Item # 16.E.1
ID# 2025-1792
PREPARED BY: James Fasulo, Fleet Manager, Fleet Management Division
ATTACHMENTS:
1. 24-8301 Bid Tabulation
2. 24-8301 NORA_Signed
3. 24-8301 Solicitation
4. 24-8301 Prompt Wrecker COI in Compliance
5. 24-8301 Prompt Wrecker Service_Proposal
6. 24-8301 Prompt Wrecker Vendor Signed
Page 2566 of 3580
Project Manager: James Fasulo Number of Bids Sent 2,589
Procurement Strategist: Barbara Lance Number of Bids Viewed:154
Number of Bids Received:2
ITEM MEDIUM DUTY TOWING COST CALCULATION EXPLANATION COST CALCULATION EXPLANATION
1 Base Charge per Tow/Recovery 450.00$ 450.00$ BASE FEE 250.00$ BASE FEE
2 Number of free miles included in Base Charge 10 ACTUAL CHARGED MILES 0 ACTUAL CHARGED MILES
3 Total Cost per mile over the free miles 7.00$ 70.00$ TOTAL MILEAGE CHARGED 8.00$ TOTAL MILEAGE CHARGED
Sub Total Price: Medium Duty Total (Base + Charged Miles)
ITEM MEDIUM DUTY EQUIPMENT TRAILER TRANSPORT COST CALCULATION EXPLANATION COST CALCULATION EXPLANATION
4 Base Charge per Tow/Recovery 450.00$ 450.00$ BASE FEE 250.00$ BASE FEE
5 Number of free miles included in Base Charge 10 ACTUAL CHARGED MILES 0 ACTUAL CHARGED MILES
6 Total Cost per mile over the free miles 7.00$ 70.00$ TOTAL MILEAGE CHARGED 8.00$ TOTAL MILEAGE CHARGED
7 On-scene rate based on an hourly rate 100.00$ HOURLY RATE -$ HOURLY RATE
Sub Total Price: Medium Duty Total (Base + Charged Miles)
TOTAL PRICE FOR MEDIUM DUTY TOWING & MEDIUM DUTY EQUIPMENT TRAILER TRANSPORT
Bid Opened By: Barbara Lance
Witnessed By: Rita Iglesias
Date:15-Jan-25
* Minor Irregularities
Sunbiz Page
Vendor W-9
N/A
Yes
Yes
N/A
Yes
Form 4: Reference Questionnaire
Form 5: Grant Provisions Pkg
Insurance and Bonding Requirements
Addendum ( 0 )
E-Verify
Yes
Yes
N/A
Yes*
Yes*
REQUIRED FORMS AND DOCUMENTS
Bid Schedule
Form 1: Vendor Declaration Statement
Form 2: Conflict of Interest Certification Affidavit
Form 3: Immigration Affidavit Certification
$250 + $8.00
$250 + $8.00
24-8301 BID TABULATION
MEDIUM DUTY TOWING & TRANSPORT SERVICES
Non-Responsive
Prompt Wrecker Service and Sales, Inc. dba Prompt Towing
Service
$520.00
$520.00
PLEASE BID USING THE COST OF A 10 MILE TOWING/RECOVERY OR SERVICE.
ALL LINES MUST BE COMPLETED, OR BIDDER MAY BE DEEMED NON-RESPONSIVE.
MEDIUM DUTY TOWING & TRANSPORT SERVICES:United States Transport Towing & Recovery, LLC
Yes
Yes
Yes
Yes/No
$250 + $8.00$1,040.00
Yes
Yes
Yes
Yes*
Yes
Yes
N/A
Yes/No
No
Yes*
Page 2567 of 3580
Notice of Recommended Award
Solicitation: 24-8301 Title: Medium Duty Towing & Transport Services
Due Date and Time: January 15, 2025, at 3:00 pm EST
Respondents:
Company Name City County State Bid Amount Responsive/Responsible
Prompt Wrecker Service
and Sales, Inc. dba Prompt
Towing Service
Punta
Gorda
Charlotte FL $1,040.00 Yes/Yes
United States Transport
Towing & Recovery, LLC
Naples Collier FL $258.00 No/Yes
Utilized Local Vendor Preference: Yes No
Recommended Vendor(s) For Award:
On December 13, 2024, the Procurement Services Division released Invitation to Bid (“ITB”) No. 24-8301,
“Medium Duty Towing & Transport Services”, to two thousand five hundred eighty-nine (2,589) vendors. One
hundred fifty-four (154) bid packages were viewed, and two (2) bids were received by the January 15, 2025,
submission deadline.
Staff reviewed the bids received. Prompt Wrecker Service and Sales, Inc. dba Prompt Towing Service was found
to be responsive and responsible with a minor irregularity, while United States Transport Towing & Recovery,
LLC was deemed non-responsive for submitting an incomplete bid schedule.
Staff is recommending award to the lowest responsive and responsible bidder, Prompt Wrecker Service and
Sales, Inc. dba Prompt Towing Service.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Docusign Envelope ID: CE539362-1972-4E30-B620-44409E818017
2/13/2025
2/13/2025
2/13/2025
Page 2568 of 3580
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
INVITATION TO BID (ITB)
FOR
MEDIUM DUTY TOWING & TRANSPORT SERVICES
SOLICITATION NO.: 24-8301
BARBARA LANCE, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8998
Barbara.Lance@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Bidder may be grounds for rejection of the bid, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 2569 of 3580
SOLICITATION PUBLIC NOTICE
INVITATION TO BID (ITB) NUMBER: 24-8301
PROJECT TITLE: MEDIUM DUTY TOWING & TRANSPORT SERVICES
DUE DATE: JANUARY 15, 2025, AT 3:00 PM EST
PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FL 34112
All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://procurement.opengov.com/
INTRODUCTION
As requested by the Fleet Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners
Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of
obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or
attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated.
The results of this solicitation may be used by other County departments once awarded according to the Board of County
Commissioners Procurement Ordinance.
These specifications are intended to provide information by which prospective bidders may understand the requirements of the Collier
County Board of County Commissioners relative to furnishing 24-hour Medium Duty vehicle and equipment towing transport and
recovery services. Historically, County departments have spent approximately $40,000.00 annually; however, this may not be
indicative of future buying patterns.
BACKGROUND
Collier County has a need for transportation, towing, and / or recovery, accident scene clean -up related to Medium Duty vehicles and
/or equipment from various locations, including within Collier County boundaries and outside of Collier County boundaries. Services
include, but are not limited to: Vehicle breakdowns, Towing, winching / pulling services to free or recover a stuck or immobilized
vehicle, asset movement, non-asset movement, transportation, re-location, water / under water vehicle & equipment recoveries &
working scene labor.
TERM OF CONTRACT
The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options .
Prices shall remain firm for the initial term of this contract.
Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing s tructure.
The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this
Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the
County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect.
All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to
comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and
place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with
VENDOR.
AWARD CRITERIA
ITB award criteria are as follows:
➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the
solicitation.
➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to
the County.
Page 2570 of 3580
➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined
below:
• Lowest Total Price
➢ Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for
quoting, or other options that represents the best value to the County; however, it is the intent to:
• Identify a Primary, Secondary and Tertiary Vendor for Award
o Should the Primary Contractor not be able to provide the services within the time period or is
unable to perform the normal or urgent requests, the Division reserves its rights to move to the
Secondary and Tertiary, as necessary. The County reserves the right to seek services outside of the
contract if the Primary, Secondary or Tertiary are unable to perform.
➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation .
DETAILED SCOPE OF WORK
The purpose of this solicitation is to establish a vendor who will provide 24-hour towing, recovery, and transportation services for
County Medium Duty vehicles and equipment. The County has a need for transportation, towing, and / or recovery, accident scene
clean-up related to Medium Duty vehicles and / or equipment. These services may be at various locations: Including within Collier
County boundaries and outside of Collier County boundaries. Including; but are not limited to: vehicle & equipment break-downs,
towing, winching / pulling services; to free or recover a stuck or immobilized vehicle, asset movement, non -asset movement,
transportation, re-location, water / under water vehicle and equipment recoveries, equipment transport on trailers, strapping, chaining,
binding or securing vehicles, and equipment for transport, Medium Duty “Roll -Off” / container truck service, or as defined below.
Included in this solicitation and scope, are any “vendor sublet services” required for additional resources that may be deemed
necessary for an extensive or complicated clean -up and/or vehicle or equipment recovery. If multiple tow trucks are required &
necessary to tow or recover vehicles, equipment, assets, non -assets, an additional Base tow fee, “free miles” and chargeable milage
rates can be billed for each additional tow truck that is required for complicated, extensive, multi -vehicle, roll-overs, water or
underwater recoveries.
1. Medium Duty Towing & Pulling/ Winching (Class B): All Collier County owned trucks and trailers above 10,000 lb. Gross
Vehicle Weight Rating (GVWR) up to and including 20,000 lb. GVWR and medium-sized equipment. Ambulances, Ford F-
350/F-450/F-550 and equivalent-size trucks and vans are included in this category along with agricultural tractors, skid steer
loaders, and other similar medium-sized/weight equipment.
2. Vendor’s Medium Duty Equipment & Trailer Transport: All Medium Duty on-road and off-road type equipment,
combination vehicles, or machinery attached or coupled together, transported or towed in or on a Transport Truck and / or tra iler.
There shall be only one charge per tow / transport; to the primary or “parent equipment” for transporting or towing combinati on
or attached vehicle(s) and equipment.
3. Vendor Sublet Service(s): For when a vendor may not have all the needed equipment or resources available for the specific tow
or recovery and additional resources are required such as equipment /personnel are required for the requested tow / recovery; for
an extensive or complicated clean-up and/or recovery. Including, but are not limited to: water or under-water recoveries, large
roadway spills caused by a County vehicle, vehicle roll overs, spills, multi vehicle scenarios and any other type of vehicle
recovery towing or extensive scene work. The Vendor may request a sublet to a third-party or “Partnering” Towing Agency /
vendor(s) for their service(s) or additional support for the recovery and Towing services including needed resources, equipme nt,
and / or personnel.
The Vendor will not charge the County for any additional markup for vendor sublet services.
4. On Scene Labor Rate: A working hourly labor rate for on scene work that is not included in the normal preparation for
towing/recovery requirements. This includes any type of working labor; including, but not limited to: winching, pulling, exte nsive
or complicated recovery labor time or scene clean-up efforts and any unforeseen work to recover the vehicles, assets, non -assets,
or equipment.
A. On scene labor rate may be charged when there is a delay in the availability of the disabled vehicle or equipment
after arrival of the towing/recovery truck at the pick -up site. Also included, are accident scene clean-up for county
vehicle related debris, accident scene investigations by the Sheriff’s office, or other law enforcement agency,
securing transportation of loose parts on the vehicle, recovery, pulling or winching. In those cases, an on -scene
charge may be assessed to the County at an hourly rate, including one-quarter per labor hour (.25 hr) increments
until the vehicle or equipment is available for towing/recovery. All rates shall remain the same 24 -hours a day,
every day of the year. (Examples: 0.25hr, 0.50 hr, 0.75 hr, 1.0 hr +)
Page 2571 of 3580
5. Cancellations or Gone on Arrival (GOA): There should be no Base tow fees or mileage fees for cancellations or “gone on
arrival / GOA” calls. Every effort will be made by Fleet Management to cancel the tow or call request as soon as possible in the
event the towing services are no longer required. No charge should be applied when the call is cancelled.
6. Vendors awarded this solicitation will be expected to perform the following responsibilities:
A. RESPONSE TIME: The response time required by this agreement is arrival at the disabled vehicle or equipment
thirty (30) minutes after notification plus two (2) minutes per mile, measured from the vendor’s base station in
Collier County to the vehicle or equipment location. Every effort must be made by the vendor to immediately
respond to Public Transit and Emergency vehicles including fire trucks, Buses, Ambulances, and other Emergency
Management or EMS vehicles. If the primary vendor cannot meet the required response time for a particular towing
or recovery requirement, the County reserves the right to use the services of the Secondary or T ertiary Vendor. If the
Secondary, or Tertiary Vendor cannot meet the response time requirements than the County reserves the right to use
any other non-contract vendor or any other towing/recovery company that can make a timely response with
appropriate insurances and equipment. The vendor must immediately notify County Fleet Management when
the required response time cannot be met.
B. VEHICLE AND EQUIPMENT DELIVERIES: Towed or recovered vehicles and equipment shall be delivered to
Fleet Management Facilities: (2901 County Barn Rd, Naples FL, 8300 Radio Rd Naples, FL, 4800 Davis Blvd
Naples, FL, 425 Sgt. Joe Jones Rd, Immokalee, FL, or any other location as instructed by a member of the Fleet
Management Division. Delivered vehicles and equipment shall be positioned in front of the County Fleet
Management facilities so as not to block lanes of travel, parked vehicles, or maintenance bay doors. (Note: The Fleet
Management facility is gated, and the vendor must have a County access card to enter after normal business hours ,
or the vendor may contact the Facilities Management operations center at 239 -252-8380 for gate access. Vendor
access cards may be issued if necessary and after award of the contract.)
C. BID PRICES: Prices offered for services in this agreement shall apply to all County vehicles and equipment within
the specified category, including any other Non-Assets, equipment, machinery, tools and tool boxes, materials and
supplies and any other items deemed necessary to be moved, re-located, transported or towed, by the County
Departments and Fleet Management Division. The determination of classes for non-assets and any other
miscellaneous items, will be made by Fleet Management in conjunction with a mutual agreement with the towing
vendor(s).
i. Pricing shall be all inclusive of a basic towing service: including flat-bed service, wheel/ axle lift service,
“Dollies or skates” and secure strapping or binding for transport; and to transport the vehicle or
equipment to the desired location(s).
ii. Pricing shall list a base charge per tow/recovery, the number of free miles included in the base charge which has
been set to ten (10) free miles, a cost per mile over the free miles, and / or an hourly on-scene labor rate
Chargeable mileage (Loaded Milage only) is defined as the shortest distance on trafficable highways,
streets, and roads from the pick-up point to the delivery point only. Rates shall also include all normal
preparation for towing/recovery requirements for the particular type of vehicle or equipment, such as:
Jump starting to load or position, securing and strapping/ binding for transport, disconnecting and re -
installing drive shafts or axles and caging or releasing air brakes.
D. BID PRICE CHANGES: Bid prices shall remain firm throughout the term of this agreement with exception that
prices may be renegotiated with the County’s Procurement Contract Manager when fuel prices increase by twenty -
five percent (25%) or more during any continuous three -month period. When negotiations are successfully
completed, an amendment will be documented in writing with both parties signing. If fuel prices then decrease
twenty-five percent (25%) or more during any continuous three -month period, the County may call for
renegotiations of vendor pricing. Fuel prices will be documented upon initial award of the contract based on the Oil
Price Information Service (OPIS) Port Everglades, FL weekly average rack price for No. 2 Ultra Low Sulfur Diesel
Fuel. All price change negotiations will also be based on OPIS Port Everglades, FL weekly average rack prices.
Other than negotiated price change agreements, no additional fuel charges will be permitted under this agreement.
E. TOLL CHARGES: The County will reimburse all toll charges associated with recovering County vehicles and
equipment when the most direct route requires use of a toll road. Toll charges will be listed on the invoice and
copies of the toll receipts or SunPass statement, SunPass document, or screenshot will be attached to the invoice.
No toll charges will be reimbursed without the toll receipts or Sun Pass statement, SunPass document, or screen-shot.
Page 2572 of 3580
7. INSPECTION:
The County reserves the right to inspect the bidder’s facilities and equipment before award of the contract.
8. INVOICING
A. No hazardous material disposal fees, fuel charges, surcharges, or “consumable” supplies, oil dry/absorbents,
personal protective equipment (PPE) charges, will be accepted, including “shop / miscellaneous supplies” &
“miscellaneous hardware”. These costs should be incorporated into the bid schedule. Final invoicing prices
should be for the pricing outlined in the resultant agreement. Payments will be withheld if invoicing does not
match the pricing in the resultant agreement.
i. A copy of the original invoice must be provided as back -up to verify proper pricing and mark-ups, if
any.
ii. A copy of the subcontractor’s invoice shall be required with the Vendor’s invoice to verify pricing.
B. Service Records/ Invoices: Vendor must submit an itemized Service Record / Invoice of the vehicle and service(s)
provided within 48-72 hours of the service. This record or invoice should include:
• County Vehicle number (CC2-XXXX)
• VIN or Serial# number, (XXXXXXXXXXXXXXXX) if available
• License Plate Number (if equipped)
• Date the service was performed (XX/XX/2024
• Physical address or location of the pick-up location(s) and delivery or drop off location(s)
• Purchase Order number (PO#45XXXXXXX)
• Description of service(s) provided
• Number of free miles and chargeable loaded miles and calculated loaded milage totals.
(In-route / unloaded milage can be listed, but is not chargeable) These itemized service records / invoices must be
submitted to the Collier County Fleet Management Division 2901 County Barn Rd. Naples, FL 34112, to
james.fasulo@colliercountyfl.gov, fleetparts@colliercountyfl.gov & bccapclerk@collierclerk.com
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)***
Page 2573 of 3580
INSURANCE REQUIREMENTS COVERSHEET
Project Name
Vendor Name
Solicitation/Contract No.
Attachments
Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s)
Comments
Attachments Approved by Risk Management Division
Approval:
Page 2574 of 3580
INSURANCE AND BONDING REQUIREMENTS
Insurance / Bond Type Required Limits
1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government
Statutory Limits and Requirements
Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued
by the State of Florida is required. Entities that are formed as Sole Proprietorships
shall not be required to provide a proof of exemption. An application for exemption
can be obtained online at https://apps.fldfs.com/bocexempt/
2. Employer’s Liability
$__500,000,___ single limit per occurrence
3. Commercial General
Liability (Occurrence Form)
patterned after the current
ISO form
Bodily Injury and Property Damage
$_1,000,000_______single limit per occurrence, $2,000,000 aggregate for Bodily
Injury Liability and Property Damage Liability. The General Aggregate Limit shall be
endorsed to apply per project. This shall include Premises and Operations; Independent
Contractors; Products and Completed Operations and Contractual Liability.
4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend,
indemnify and hold harmless Collier County, its officers and employees from any and
all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness,
or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or
utilized by the Contractor/Vendor in the performance of this Agreement.
5. Automobile Liability $_500,000____ Each Occurrence; Bodily Injury & Property Damage,
Owned/Non-owned/Hired; Automobile Included
6. Other insurance as noted:
Watercraft $ __________ Per Occurrence
United States Longshoreman's and Harborworker's Act coverage shall be maintained
where applicable to the completion of the work.
$ __________ Per Occurrence
Maritime Coverage (Jones Act) shall be maintained where applicable to the
completion of the work.
$ __________ Per Occurrence
Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each
occurrence if applicable to the completion of the Services under this Agreement.
$ __________ Per Occurrence
Pollution $ __________ Per Occurrence
Professional Liability $ ___________ Per claim & in the aggregate
Project Professional Liability $__________ Per Occurrence
Valuable Papers Insurance $__________ Per Occurrence
Cyber Liability $__________ Per Occurrence
Technology Errors & Omissions $__________ Per Occurrence
7. Bid bond
Shall be submitted with proposal response in the form of certified funds, cashiers’ check
or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal
bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the
Collier County Board of County Commissioners on a bank or trust company located in
the State of Florida and insured by the Federal Deposit Insurance Corporation.
Page 2575 of 3580
8. Performance and Payment
Bonds
For projects in excess of $200,000, bonds shall be submitted with the executed contract
by Proposers receiving award, and written for 100% of the Contract award amount, the
cost borne by the Proposer receiving an award. The Performance and Payment Bonds
shall be underwritten by a surety authorized to do business in the State of Florida and
otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or
better as to general policy holders rating and Class V or higher rating as to financial size
category and the amount required shall not exceed 5% of the reported policy holders’
surplus, all as reported in the most current Best Key Rating Guide, published by A.M.
Best Company, Inc. of 75 Fulton Street, New York, New York 10038.
9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The
same Vendor shall provide County with certificates of insurance meeting the required insurance provisions.
10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General
Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained
by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly.
11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County
Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state
the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf
of Collier County.
12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail
East, Naples, FL 34112
13. Thirty (30) Days Cancellation Notice required.
14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such
coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the
project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions
regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division.
GG – 10/23/24
___________________________________________________________________________________________________________
Vendor’s Insurance Acceptance
By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these
coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required
within five (5) days of notification of recommended award of this solicitation.
Page 2576 of 3580
Page 2577 of 3580
Page 2578 of 3580
Page 2579 of 3580
Page 2580 of 3580
County of Collier, FL
Procurement
-, -
3299 Tamiami Trail, East Naples, FL 34112
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
GEN No. 24-8301
Medium Duty Towing & Transport Services
RESPONSE DEADLINE: January 15, 2025 at 3:00 pm
Report Generated: Wednesday, January 15, 2025
Prompt Wrecker Service Response
CONTACT INFORMATION
Company:
Prompt Wrecker Service
Email:
prompt2805@gmail.com
Contact:
Mike Dowling
Address:
11139 Tamiami Trail
Punta Gorda, FL 33955
Phone:
(941) 639-4000
Website:
promptwreckerservices.com
Submission Date:
Jan 15, 2025 12:44 PM (Eastern Time)
Page 2581 of 3580
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
GEN No. 24-8301
Medium Duty Towing & Transport Services
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
undefined - Medium Duty Towing & Transport Services
Page 2
ADDENDA CONFIRMATION
No addenda issued
QUESTIONNAIRE
1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse
on behalf of my company.*
Confirmed
2. Invitation to Bid (ITB) Instructions*
Invitation to Bid (ITB) Instructions have been acknowledged and accepted.
Confirmed
3. Collier County Purchase Order Terms and Conditions*
Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.
Confirmed
4. Insurance Requirements*
Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of
the County's issuance of a Notice of Recommended Award.
Confirmed
5. Collier County Required Forms
BID SCHEDULE*
Page 2582 of 3580
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
GEN No. 24-8301
Medium Duty Towing & Transport Services
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
undefined - Medium Duty Towing & Transport Services
Page 3
Please upload completed Bid Schedule in Microsoft Excel format.
24-8301_Bid_Schedule__(2)mediumcollier1_(1)_(2)three.xlsx
VENDOR DECLARATION STATEMENT (FORM 1)*
form1.pdf
CONFLICT OF INTEREST CERTIFICATION (FORM 2)*
form_2.pdf
IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)*
form3.pdf
REFERENCE QUESTIONNAIRE (FORM 4)
Not Applicable
No response submitted
GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)*
Forms are executed and should be included with your submittal.
form5new.pdf
PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)*
http://dos.myflorida.com/sunbiz/ should be attached with your submittal.
Sunbiz.pdf
E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE*
Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify
Memorandum of Understanding or Company Profile page should be attached with your submittal.
doc00770720250115111155.pdf
Page 2583 of 3580
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
GEN No. 24-8301
Medium Duty Towing & Transport Services
[PROMPT WRECKER SERVICE] RESPONSE DOCUMENT REPORT
undefined - Medium Duty Towing & Transport Services
Page 4
W-9 FORM*
W-9_03_2024.pdf
ALL SIGNED ADDENDA (IF APPLICABLE)
No response submitted
ALL OTHER DOCUMENTATION, AS APPLICABLE.
No response submitted
PRICE TABLES
TOTAL PRICE
Line Item Description Quantity Unit of
Measure
Unit Cost Total
1 Total Price 1 EACH $1,040.00 $1,040.00
TOTAL $1,040.00
Page 2584 of 3580
ITEM MEDIUM DUTY TOWING COST CALCULATION EXPLANATION
1 Base Charge per Tow/Recovery 450.00$ 450.00$ BASE FEE
2 Number of free miles included in Base Charge 10 10 ACTUAL CHARGED MILES
3 Total Cost per mile over the free miles 7.00$ 70.00$ TOTAL MILEAGE CHARGED
Sub Total Price: Medium Duty Total (Base + Charged Miles)
ITEM MEDIUM DUTY EQUIPMENT TRAILER TRANSPORT COST CALCULATION EXPLANATION
4 Base Charge per Tow/Recovery 450.00$ 450.00$ BASE FEE
5 Number of free miles included in Base Charge 10 10 ACTUAL CHARGED MILES
6 Total Cost per mile over the free miles 7.00$ 70.00$ TOTAL MILEAGE CHARGED
7 On-scene rate based on an hourly rate 100.00$ HOURLY RATE
Sub Total Price: Medium Duty Total (Base + Charged Miles)
24-8301 BID SCHEDULE
PLEASE BID USING THE COST OF A 10 MILE TOWING/RECOVERY OR SERVICE.
ALL LINES MUST BE COMPLETED, OR BIDDER MAY BE DEEMED NON-RESPONSIVE.
MEDIUM DUTY TOWING & TRANSPORT SERVICES:
$1,040.00
$520.00
TOTAL PRICE FOR MEDIUM DUTY TOWING & MEDIUM DUTY EQUIPMENT TRAILER TRANSPORT
$520.00
MEDIUM DUTY TOWING & TRANSPORT SERVICES
Page 2585 of 3580
Page 2586 of 3580
Page 2587 of 3580
Page 2588 of 3580
Page 2589 of 3580
Page 2590 of 3580
Page 2591 of 3580
11139 TAMIAMI TRAIL
PUNTA GORDA, FL 33955
Current Principal Place of Business:
Current Mailing Address:
11139 TAMIAMI TRAIL
PUNTA GORDA, FL 33955
Entity Name: PROMPT WRECKER SERVICE AND SALES, INC.
DOCUMENT# K45070
FEI Number: 65-0090862 Certificate of Status Desired:
Name and Address of Current Registered Agent:
SALADINO, JOSEPH
11139 TAMIAMI TRAIL
PUNTA GORDA, FL 33955 US
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE:
Electronic Signature of Registered Agent Date
Officer/Director Detail :
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE:
Electronic Signature of Signing Officer/Director Detail Date
JOSEPH SALADINO
FILED
Jan 26, 2024
Secretary of State
8764196259CC
JOSEPH SALADINO PRESIDENT 01/26/2024
2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT
No
01/26/2024
Title P
Name SALADINO, JOSEPH B
Address 7041 N PLUM TREE
City-State-Zip:PUNTA GORDA FL 33955
Title T
Name MURRAY, SHARON
Address 11139 TAMIAMI TRAIL
City-State-Zip:PUNTA GORDA FL 33955
Title VP
Name ALMEIDA, DOMINICK
Address 11139 TAMIAMI TR
City-State-Zip:PUNTA GORDA FL 33955
Title S
Name MURRAY, SHARON
Address 11139 TAMIAMI TRAIL
City-State-Zip:PUNTA GORDA FL 33955
Page 2592 of 3580
Page 2593 of 3580
01/01/2025
Page 2594 of 3580
Page 2595 of 3580
Page 2596 of 3580
Page 2597 of 3580
Page 2598 of 3580
Page 2599 of 3580
Page 2600 of 3580
Page 2601 of 3580
Page 2602 of 3580
Page 2603 of 3580
Page 2604 of 3580
Page 2605 of 3580
Page 2606 of 3580
Page 2607 of 3580
Page 2608 of 3580
Page 2609 of 3580
Page 2610 of 3580
Page 2611 of 3580
Page 2612 of 3580
Page 2613 of 3580
Page 2614 of 3580
Page 2615 of 3580
Page 2616 of 3580
Page 2617 of 3580
Page 2618 of 3580
Page 2619 of 3580
Page 2620 of 3580
Page 2621 of 3580
Page 2622 of 3580
Page 2623 of 3580
Page 2624 of 3580
Page 2625 of 3580
Page 2626 of 3580
Page 2627 of 3580
Page 2628 of 3580
Page 2629 of 3580
Page 2630 of 3580