Loading...
Agenda 06/24/2025 Item #16E2 (Invitation to Bid No. 24-8302 for Heavy 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.2 ID# 2025-2040 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8302, “Heavy 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. 24-8302, “Heavy Duty Towing & Transport Services.” The County received two (2) bids by the January 16, 2025, submission deadline as shown below. Respondents: Company Name City County State Bid Amount Responsive/Responsible Prompt Wrecker Service and Sales, Inc. dba Prompt Towing Service Punta Gorda Charlotte FL $1,360.00 Yes/Yes United States Transport Towing & Recove ry, LLC Naples Collier FL $359.00 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 heavy- duty towing and heavy-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 heavy-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. Page 2631 of 3580 6/24/2025 Item # 16.E.2 ID# 2025-2040 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. 24-8302, “Heavy Duty Towing & Transport Services” to Prompt Towing Service for heavy-duty towing and heavy-duty equipment trailer transport services and authorize the Chair to sign the attached Agreement. PREPARED BY: James Fasulo, Fleet Manager, Fleet Management Division ATTACHMENTS: 1. 24-8302 NORA-Revised_Signed 2. 24-8302 Prompt Wrecker COI in Compliance 3. 24-8302 Prompt Wrecker Vendor Signed 4. 24-8302 Solicitation 5. 24-8302 Bid Tabulation 6. 24-8302 Prompt Wrecker Service_Proposal Page 2632 of 3580 Notice of Recommended Award - Revised Solicitation: 24-8302 Title: Heavy Duty Towing & Transport Services Due Date and Time: January 16, 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 $1,360.00 Yes/Yes United States Transport Towing & Recovery, LLC Naples Collier FL $359.00 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 -83012, “Medium Heavy Duty Towing & Transport Services”, to two thousand five hundred eighty-nine (2,589) vendors. Two hundred (200) bid packages were viewed, and two (2) bids were received by the January 16, 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: B34DB767-3D04-4027-956B-85F518DAA323 3/12/2025 3/12/2025 3/12/2025 Page 2633 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 2634 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 $_1,000,000__ 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 2635 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 2636 of 3580 Page 2637 of 3580 Page 2638 of 3580 Page 2639 of 3580 Page 2640 of 3580 Page 2641 of 3580 Page 2642 of 3580 Page 2643 of 3580 Page 2644 of 3580 Page 2645 of 3580 Page 2646 of 3580 Page 2647 of 3580 Page 2648 of 3580 Page 2649 of 3580 Page 2650 of 3580 Page 2651 of 3580 Page 2652 of 3580 Page 2653 of 3580 Page 2654 of 3580 Page 2655 of 3580 Page 2656 of 3580 Page 2657 of 3580 Page 2658 of 3580 Page 2659 of 3580 Page 2660 of 3580 Page 2661 of 3580 Page 2662 of 3580 Page 2663 of 3580 Page 2664 of 3580 Page 2665 of 3580 Page 2666 of 3580 Page 2667 of 3580 Page 2668 of 3580 Page 2669 of 3580 Page 2670 of 3580 Page 2671 of 3580 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR HEAVY DUTY TOWING AND TRANSPORT SERVICES SOLICITATION NO.: 24-8302 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 2672 of 3580 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8302 PROJECT TITLE: HEAVY DUTY TOWING AND TRANSPORT SERVICES DUE DATE: JANUARY 16, 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 Heavy 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 Heavy 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 structure. 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. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: Page 2673 of 3580 • 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 Heavy Duty vehicles and equipment. The County has a need for transportation, towing, and / or recovery, accident scene clean-up related to Heavy 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, as defined below. Included in this solicitation and scope are any “vendor sublet services” required for additional resources 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 require d for complicated, extensive, multi-vehicle, roll-overs, water or underwater recoveries. 1. Heavy Duty Towing & Pulling/ Winching (Class B): All Collier County owned trucks and trailers above 20,001 lb. Gross Vehicle Weight Rating (GVWR) and including Heavy / Large-sized equipment: Heavy trucks, Vac trucks, Dump trucks, Tractor trailer- Fifth Wheel moves, Transit Bus, Backhoes, Excavators and equivalent-size trucks, equipment and Machinery are included in this category. 2. Vendor’s Heavy Duty Equipment & Trailer Transport: All Heavy 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 trailer, Includ ing Fifth wheel trailer moves. There shall be only one charge per tow / transport; to the primary or “parent equipment” for transporting or towing combination 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 Collier County BOCC 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 , equipment, 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, extensive 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: 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 2674 of 3580 5. Cancellations or Gone on Arrival (GOA): There should be no Base tow fees or milage 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 even t 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 Tertiary 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 BOCC 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 Contract Manager when fuel prices increase by twenty -five percent (25%) or more during any continuous three-month period. When negotiations are successfully completed, agreement change order 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) Miami weekly average rack price for No. 2 Ultra Low Sulfur Diesel Fuel. All price change negotiations will also be based on OPIS Miami weekly average rack prices. Other than negotiated price change agreements, no additional fuel charges will be permitted under this contract. 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 screen-shot will be attached to the invoice. No toll charges will be reimbursed without the toll receipts or SunPass statement, SunPass document, or screen-shot. 7. INSPECTION: The County reserves the right to inspect the bidder’s facilities and equipment before award of the contract. Page 2675 of 3580 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 2676 of 3580