The Vendor is required to provide third party tow management system.
- The services must provide 24/7/365 statewide coverage, including rural and remote areas, and will be responsible for dispatching non-consent tow services.
- These services will be provided by a combination of software and employees.
- Professional services provided by the TPTMS to achieve a faster response time for unsafe or critical incidents throughout the state, including the removal of disabled or abandoned vehicles, the removal of any vehicle deemed to be evidence for criminal prosecution, or the removal of any vehicle associated with an arrest that is not immediately able to be removed by the driver, and a department owned vehicle.
• The services shall have a 24/7/365 dispatch and technical support center; the dispatch and technical support center shall have the ability to be staffed with live personnel, and have the ability to request tows by telephone, mobile desk top computers (mdc), a live person and other electronic technologies.
• The services shall have the ability to dispatch light, medium, and heavy duty tows, as well as hazmat clean up throughout the entire state.
• The services technology platform should have the ability to communicate with agency database as well as the ability to produce statistical data reports documenting services and accurate mapping integration.
• The services shall have the ability to receive and remedy complaints from all parties utilizing the services.
• The services must have a community outreach program, both in person and over the phone or other digital platforms.
• Community outreach shall address complaints, services, help avenues and other relevant material within 48 hours.
• The services shall be a third party vendor who does not own tow trucks and is independent from tow companies utilized in the work to be performed.
• Services shall have a means of providing reliable communication among all tow companies and impound dispatch location.
• This communication shall be capable of providing information throughout all areas within the jurisdiction of the state.
• Services shall maintain the required communication equipment for traffic incident management in each vehicle used for tows.
• The services must provide a cost evaluation report to agency upon request, or whenever fees are modified.
• The services shall require all tow drivers to complete national traffic incident management (“TIM”) training prior to performing service in the future contract.
• The services shall accommodate and work towards implementing any statewide program changes or improvements that affects the tow and removal of any vehicle as operational needs require.
- Contract Period/Term: 4 years
- Pre-bid, Questions/Inquires Deadline: July 16, 2025
Set up free email alerts and get notified when new government bids, tenders and procurement opportunities match your industry and location. Choose daily or weekly delivery.