RFP JKJ-207542 Towing and Recovery Services **SOURCING #151885**

Agency: Dallas Public Schools
State: Texas
Type of Government: State & Local
Category:
  • V - Transportation, Travel and Relocation Services
Posted: Mar 4, 2024
Due: Apr 4, 2024
Solicitation No: RFP JKJ-207542
Publication URL: To access bid details, please log in.
RFP JKJ-207542 Towing and Recovery Services **SOURCING #151885**

Closing Date: 4/4/2024

Closing Time: 2:00 P.M.

Bid Package: RFP JKJ-207542 Towing and Recovery Services **SOURCING #151885**

Additional Files:

Addendum #1:

Addendum #2:

Addendum #3:

Addendum #4:

Item File #1:

Item File #2:

Click on

Attachment Preview

PURCHASING DEPARTMENT
9400 North Central Expressway, Suite 1510, Dallas, TX 75231
(972)925-4100
Request For Proposal 151885
RFP JKJ-207542 Towing and Recovery Services
Dallas ISD rev 1.0
Page 1 of 35
Request For Proposal 151885 JKJ-207542 Towing and Recovery Services
Buyer KELLY-JOHNSON, JILLIAN
Email JKELLYJOHNSON@dallasisd.org
1 Header Information
1.1 General Information
First Advertisement Date/Issue Date
Second Advertisement Date
Pre-Proposal Meeting
Questions Deadline
Questions Response from the District
Solicitation Due
Anticipated Evaluation & Sel
Anticipated Approval/Award
03-MAR-2024 08:00:00
10-MAR-2024 08:00:00
19-MAR-2024 09:00:00
20-MAR-2024 17:00:00
22-MAR-2024 17:00:00
04-APR-2024 14:00:00
09-APR-2024 10:00:00
23-MAY-2024 18:00:00
Pre-Proposal
A pre-proposal meeting will be held at 9:00 AM CST via TEAMS video conference on Tuesday,
March 19, 2024. Please submit (in writing) any questions regarding this RFP. Only written
questions will be considered. It is highly encouraged that all potential proposers participate and
attend the pre-proposal.
Join TEAMS Meeting: https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting
Meeting ID: 284 915 503 239
Passcode: 46MnDt
1.2 Terms
Initial Term: 3
Renewal 1: 1
Renewal 2: 1
Any contract that results from this solicitation and upon Mutual Agreement of the awarded vendor and the
District, may be extended not to exceed a total of 5 years(s). If either party intends not to renew the Contract,
that party must give written notice to the other party no fewer than ninety (90) days prior to the expiration of the
then current term of the Contract. If the District fails to timely exercise any of the options to renew, all remaining
options to renew shall expire and terminate
1.3 Requirements
LENGTH OF CONTRACT
The term of this proposal shall be for a three (3) year agreement with two (2) successive one (1) year
extensions based on the long-range needs of the District and mutual consent of both parties not to exceed
five (5) years total.
SCOPE AND SPECIFICATIONS OF THE
PROPOSAL
The Dallas Independent School District (Dallas ISD or District) is soliciting offers for the goods and/or
services specified in this document.
1. Questions concerning this solicitation document should be addressed, in writing, to the BuyerĂ½s Email.
2. Questions must be submitted by the deadline to allow sufficient time for responses prior to receipt/opening
date/time.
3. Responses to questions other than administrative questions will be provided to all potential offerors by
means of an addendum to the solicitation.
All vendors are encouraged to participate even if vendors are the sole source providers.
This proposal is being issued in accordance with Title 2 of the Code of Federal Regulations (2CFR) Part 200
and ESSER (Elementary and Secondary Emergency Relief) requirements to procure vendors who provide
Dallas ISD rev 2.0
Page 2 of 35
Request For Proposal 151885 JKJ-207542 Towing and Recovery Services
SCOPE AND SPECIFICATIONS OF THE
PROPOSAL
goods purchased by Dallas ISD using federal dollars. This proposal may be used with local, state, federal,
and grant-funded programs.
PURPOSE OF REQUEST FOR PROPOSAL (RFP)
This Request for Proposal (RFP) will be for towing and recovery services for Dallas Independent School
District. The vendor(s) awarded this contract shall have the experience and technical ability to perform all
work specified in the RFP.
PROPOSAL SPECIFICATIONS
1.0 Approved Light-Duty Wrecker
1.0.1 Vendor shall use an approved light-duty tow truck with the capacity to tow a vehicle with a combined
gross vehicle weight of 10,000 pounds or less equipped with wheel lifts, hitches, dollies, chains, and cables,
and any other equipment necessary to tow any type of passenger car, farm or construction-type tractor or
light- duty truck meeting the gross vehicle weight requirements. An approved light-duty wrecker shall be
equipped to lift and carry any of the above-mentioned vehicles without bending, scratching, or otherwise
damaging the vehicle or equipment. A properly equipped rollback-type truck is an approved light-duty
wrecker.
1.1 Approved Medium-Duty Wrecker
1.1.1 Vendor shall use an approved medium-duty tow truck with the capacity to tow a vehicle with a
combined gross vehicle weight of 10,001 to 25,999 pounds or less equipped with wheel lifts, hitches, dollies,
chains and cables, and any other equipment necessary to tow any type of vehicle, tractor or equipment. An
approved medium-duty wrecker shall be equipped to lift and carry any of the above-mentioned vehicles
without bending, scratching, or otherwise damaging the vehicle or equipment: A properly equipped roll-back
type truck is an approved medium-duty wrecker.
1.2 Approved Heavy-Duty Wrecker
1.2.1 Vendor shall use an approved heavy-duty tow truck with the capacity to tow a vehicle with a combined
gross vehicle weight of 26,000 pounds or heavier, and the approved heavy-duty wrecker shall be properly
equipped to tow or start any heavy truck including, but not limited to, dump trucks and 56 passenger charter
buses. An approved heavy-duty wrecker shall be equipped and capable of lifting the above-mentioned
vehicles without bending, scratching, or otherwise damaging the vehicle or equipment. A properly equipped
roll-back type truck is an approved heavy-duty wrecker.
1.3 Required Wrecker Equipment
1.3.1 Wrecker shall have at least one (1) fire extinguisher that is properly filled and readily accessible. Fire
extinguishers must meet or exceed the requirements of the National Fire Protection Handbook (current
edition) for a 10 BC fire extinguisher. Fire extinguishers must be labeled by a national testing laboratory.
1.3.2 Wrecker shall have at least three (3) flares that can be seen at a distance of six hundred (600) feet.
1.3.3 Wrecker shall have at least five (5) gallons of dry sand or other absorbent as effective in absorbing
liquid.
1.3.4 Wrecker shall have one (1) set of jumper cables, one (1) four-way lug wrenches (one metric and one
SAE), and a mobile two-way radio system or cellular telephone.
Dallas ISD rev 2.0
Page 3 of 35
Request For Proposal 151885 JKJ-207542 Towing and Recovery Services
SCOPE AND SPECIFICATIONS OF THE
PROPOSAL
1.4 Additional Types of Wreckers and Equipment
1.4.1 Vendor may use a Roll-Back truck to tow vehicles or equipment. The vehicles or equipment shall be
secured with no overhang.
1.4.1.1 A Roll-back truck is defined as a heavy truck equipped with a tilt bed and winch.
1.4.2 Vendor may use a Low-Boy truck and trailer to tow vehicles or equipment.
1.4.2.1 A Low-Boy truck and trailer is defined as a truck and trailer combination designed for transporting
vehicles or equipment.
1.4.3 Vendor may use an Under-Reach to lift vehicles or equipment.
1.4.3.1 An Under-Reach is defined as a device capable of extending under the vehicle to be towed.
1.4.4 Vendor may use a Wheel Lift to transport vehicles or equipment.
1.4.4.1 A Wheel Lift is defined as a device used to safely lift the vehicle by the wheels when bumpers cannot
be used.
1.5 Personnel
1.5.1 Vendor shall provide trained and skilled personnel with experience in performing wrecker services.
1.5.2 Drivers shall be employees of the vendor.
1.5.3 Drivers shall have a current Commercial Drivers License (CDL) which is required by State law.
1.5.4 Personnel shall wear identification badges or distinctive uniforms furnished by the vendor. Upon arrival
at the dispatched location or District premises, personnel shall identify themselves to a District
representative on site.
1.5.5 Vendor shall designate one (1) employee as the contract coordinator. The Coordinator will address
contract-related issues and resolve disputes.
1.6 Dispatch and Services
1.6.1 Vendor shall tow vehicles or equipment only at the request of an authorized District representative.
1.6.2 Vendor shall maintain one or more dispatchers on duty twenty-four (24) hours a day, seven (7) days a
week to respond to telephone requests for service and to transmit information to the authorized District
representative. A mechanical or electronic answering device is not acceptable.
1.6.3 Vendor shall maintain and operate a mobile two-way radio system or cellular telephone equipment to
Dallas ISD rev 2.0
Page 4 of 35
Request For Proposal 151885 JKJ-207542 Towing and Recovery Services
SCOPE AND SPECIFICATIONS OF THE
PROPOSAL
facilitate continuous communications with all on-duty wreckers. A paging system is not considered an
adequate communication system.
1.6.4 Vendor shall respond to a service request by directing an approved wrecker to the dispatched location
designated by the authorized District representative.
1.6.5 Locations may be specific job sites, District facilities, streets, roadways, or any place where a vehicle
or equipment has become disabled.
1.6.6 Vendor may decline to provide service, without any penalty, if the vehicle or equipment is located more
than fifty (50) feet (measured horizontally) off the hard pavement or is more than twelve (12) feet (measured
vertically) below the pavement elevation.
1.6.7 Vendor shall perform work while the operator of the vehicle or equipment or designated District
representative is present. If the operator or designated District representative is not present, the vendor shall
contact the authorized District representative to get instructions on how to proceed.
1.6.8 Vendor shall ensure that the vehicle or equipment is properly secured and free from danger or harm
during transportation.
1.6.9 Vendor shall make accommodations for at least one (1) District representative in the cab of the
wrecker to accompany the vehicle or equipment during the tow.
1.6.10 Vendor shall transport the vehicle or equipment to the location designated by the authorized District
representative and provide a copy of the delivery ticket or service orders to the District representative that
receives the vehicle or equipment.
1.6.11 Delivery Ticket and/or Service Orders shall include the information as stated below in 1.15.
1.7 Levels of Service
1.7.1 Vendor shall perform all services diligently and without unnecessary interruptions or delays.
1.7.2 Service shall meet or exceed the technical service specifications and requirements specified by the
original equipment manufacturer for the vehicle or equipment being towed. This provision is required to
prevent damage to the vehicle drivetrain and other mechanical systems during towing.
1.7.3 Standard Response Service
1.7.3.1 Standard Response Time shall be sixty (60) minutes from the time the service call request is
received by the Vendor. If Vendor fails to provide service within sixty (60) minutes, vendor shall bill at 75% of
the contract price, as specified in the Fee Schedule. If end-user (department) dispatching logs indicate that
ten (10) or more service requests were dispatched to the vendor during a sixty (60) minute period, this
provision shall not apply.
1.7.4 Non-Priority Response Service
1.7.4.1 Non-Priority Response Time shall be four (4) hours from the time the service call request is received
Dallas ISD rev 2.0
Page 5 of 35
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Education Information Technology (I.T.) Products and Related Services Solicitation ID: DIR-CPO-TMP-588 | Due

State Government of Texas

Bid Due: 5/22/2024

RFP 2024-019 Development Services for East Waco Property Solicitation ID: RFP2024-019. | Due

State Government of Texas

Bid Due: 5/15/2024

Connally Replace Plumbing Solicitation ID: 696-FD-24-B023 | Due Date: 5/2/2024 | Due Time:

State Government of Texas

Bid Due: 5/02/2024

Socorro Station Controlled Environment Agriculture Development Solicitation ID: RFP01-SREO-24-193 | Due Date: 5/16/2024

State Government of Texas

Bid Due: 5/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.