Public State of California


[PDF]Public State of California - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

12 downloads 132 Views 711KB Size

State of California

Bid RFQ 13-039

Solicitation RFQ 13-039

PUBLIC PAYPHONE MAINTENANCE

Bid designation: Public

State of California

12/26/2013 4:11 PM

p. 1

State of California

Bid RFQ 13-039

Bid RFQ 13-039 PUBLIC PAYPHONE MAINTENANCE Bid Number   

RFQ 13-039

Bid Title   

PUBLIC PAYPHONE MAINTENANCE

Expected Expenditure    $99,000.00 (This price is expected - not guaranteed) Bid Start Date

Dec 26, 2013 3:09:33 PM PST

Bid End Date

Feb 11, 2014 2:00:00 PM PST

Question & Answer End Date

Jan 10, 2014 2:00:00 PM PST

Bid Contact   

William Collard Contract Analyst 916-358-2127 [email protected]

Standard Disclaimer     The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.

Description The California Department of Corrections and Rehabilitation (CDCR) is requesting quotes for the purpose of securing and associated maintenance of all pay telephones located on CDCR property. The Contractor will provide and maintain payphone services at CDCR’s designated sites, in accordance with the requirements for Payphone Service; the services shall entail all hardware, infrastructure, line and calling features.

The Contractor shall retain all revenues generated from the public payphone usage, except as noted in the Cost Worksheet.  The Contractor  is responsible for providing reliable and extensively available public payphone services to the State’s citizens, taxpayers, tourists, visitors and others who wish to place a call from a CDCR property located  anywhere in the  State 

12/26/2013 4:11 PM

p. 2

State of California STATE OF CALIFORNIA —DEPARTMENT OF CORRECTIONS AND REHABILITATION

Bid RFQ 13-039 EDMUND G. BROWN, JR., GOVERNOR

ENTERPRISE INFORMATION SERVICES POLICY, PLANNING, PROJECT MANAGEMENT AND IT ACQUISITIONS Information Technology Acquisitions Unit 1900 Birkmont drive Rancho Cordova, CA 95742

THE STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION ENTERPRISE INFORMATION SERVICES REQUEST FOR QUOTE (RFQ) FOR PUBLIC PAYPHONE MAINTENANCE RFQ 13-039 December 26, 2013 The California Department of Corrections and Rehabilitation (CDCR) is requesting quotes for the purpose of securing and associated maintenance of all pay telephones located on CDCR property. The Contractor will provide and maintain payphone services at CDCR’s designated sites, in accordance with the requirements for Payphone Service; the services shall entail all hardware, infrastructure, line and calling features. The Contractor shall retain all revenues generated from the public payphone usage, except as noted in the Cost Worksheet. The Contractor is responsible for providing reliable and extensively available public payphone services to the State’s citizens, taxpayers, tourists, visitors and others who wish to place a call from a CDCR property located anywhere in the State. In submitting your offer, you must comply with the instructions found herein. Please refer to Exhibit A, Statement of Work (SOW). The term of this Agreement is from May 01, 2014, or upon final execution of the Agreement by all parties, whichever is later, through April 30, 2016. The Agreement award is subject to, and contingent upon, the availability of funds approved for this purpose. The original Agreement, including tasks and other related expenses shall not exceed $99,000.00. All quotes must be signed by an authorized officer of the company who has legal and binding authority. By submitting a quote, your firm agrees to the terms and conditions stated in this Request for Quote. The quotes for this consulting engagement are due by 2:00 PM, on Friday, February 11, 2014. Please Fed-Ex or hand-deliver two hard copies and one electronic copy on CD or DVD to the address below. Department Contact: California Department of Corrections and Rehabilitation EIS - Policy/Planning, Project Management and Acquisitions Attention: William Collard 1900 Birkmont Drive, Rancho Cordova, CA 95742 Email: [email protected]

12/26/2013 4:11 PM

p. 3

State of California

Bid RFQ 13-039

RESPONSE GUIDELINES This RFQ and the selected Contractor’s quote shall be made part of the CDCR procurement documents and Agreement file. Quotes submitted in response to this RFQ must include the following information: 1. Cover letter signed by the authorized officer of the company who has legal and binding authority. 2. Company name, mailing address, and telephone number. 3. Name, telephone number, and email address of contact person. 4. Submission date of the quote. 5. Completed Rate Sheet (Exhibit B-1). 6. Offeror Declaration Form (GSPD-05-105), (Attachment B). All Offerors must complete the Offeror Declaration and include it with the offer response. When completing the declaration, Offerors must identify all subcontractors proposed for participation in the Agreement. Offerors awarded an Agreement are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the Agreement. 7. If applicable, he Contractor’s State of California Small Business Certification. 8. Completed Payee Data Record (STD 204), (Attachment C). 9. The total number of years the Company has been in business performing the pay telephone services as described in Exhibit A, SOW. 10. A description of the Company’s expertise and experience related to the services to be provided in Exhibit A, SOW. 11. References shall be for the same complexity and magnitude as proposed in Exhibit A, SOW. the Company shall provide a minimum of four (4) customer references that have used similar services from the Offeror. At least one (1) of these references should be from a State of California Department or Agency for a previous project that is similar in nature to the work outlined in this RFQ. CDCR staff may contact referenced organizations when reviewing the company’s quote to verify the information provided. A reference must be external to the company organization and corporate structure. At least one reference shall be provided based upon company history. 12. Provide a detailed description of the company’s approach for completing the activities, tasks, and deliverables identified in Exhibit A, SOW

Page 2 of 47 12/26/2013 4:11 PM

p. 4

State of California

Bid RFQ 13-039

13. Other Requirements

The Offerors and/or proposed staff will be required to complete the following prior to award. Do not submit them with an offer response. a. Vendor Confidentiality Statement and Non-Disclosure Agreement (Attachment A). The Political Reform Act of 1974 (Government Code Sections 81000-91015) requires certain state employees and consultants designated in the Department of General Services (DGS) Conflict of Interest Code to file public, personal financial disclosure reports. As stated in Exhibit C, 6a, due to the nature of this work effort, the candidate(s) must be free from financial conflicts of interest. The candidate(s) must adhere to the guidelines and provisions listed in Exhibit C. b. Statement of Economic Interests (Form 700) (Attachment D). d. A copy of a Liability Insurance Certificate. The Offeror must furnish to the State a certificate of insurance stating that there is liability insurance presently in effect for the Offeror of not less than $1,000,000 per occurrence for bodily injury and property damage liability combined. The Liability Insurance Certificate includes the following provisions: The insurer will not cancel the insured’s coverage without 30 days’ prior written notice to the State; and The State of California is included as additional insured. e. Proof of Worker’s Compensation Insurance. The Offeror shall furnish to the State a certificate of insurance stating that there is Workers’ Compensation insurance on all employees engaged in the performance of this contract. The certificate of insurance must include the provision that the insurer will not cancel the insured’s coverage without 30 days’ prior written notice to the State. Interested offerors may submit questions and/or requests for clarification, via e-mail, to [email protected]. CDCR responses to Offeror questions that provide new or additional information will be provided to all Offerors. Offers will initially be assessed based solely upon the information presented in the written offer. Interviews to further validate the qualifications outlined in the offer are not required and will be conducted at the sole discretion of CDCR. CDCR will provide at least 1-day advance notice as to when the interviews will take place; Offerors must plan on attending an interview within the dates shown for interviews in the Key Dates.

Page 3 of 47 12/26/2013 4:11 PM

p. 5

State of California

Bid RFQ 13-039

KEY DATES

Event

Date

Release of RFQ RFQ Questions Due Quote Response Submission Due Date Quote Comparisons* Interview with Consultant(s)*† Notification of Selection* Proposed Agreement Start Date*

12/26/13 01/10/14 02/11/14 03/14/14 04/01/14 04/07/14 05/01/14

Time 2:00 pm 2:00 pm

* Dates subject to change † Interviews are not required and shall be conducted at CDCR’S discretion.

EXHIBITS AND ATTACHMENTS: Exhibit A Exhibit A-1 Exhibit B Exhibit B-1 Exhibit C Exhibit D Attachment A Attachment B Attachment C Attachment D

Statement of Work Pay Telephone Inventory Budget Detail and Payment Provisions Rate Sheet DGS Provisions – Information Technology CDCR Special Provisions Contractor Confidentiality Statement Offeror Declaration (GSPD-05-105) Payee Data Record (STD 204) Statement of Economic Interests (Form 700)

Page 4 of 47 12/26/2013 4:11 PM

p. 6

State of California

Bid RFQ 13-039

SELECTION PROCESS All company quotes shall be reviewed for responsiveness to the requirements of the RFQ. Incomplete quotes shall not be considered. If a quote response is missing required information, it shall be deemed non-responsive. Responsive quotes shall be scored based on the criteria listed below. Further review is subject to CDCR’s discretion.

Selection Criteria Mandatory Experience Describe the Bidder’s form of business (i.e., individual, sole proprietor, corporation, on-profit Corporation, partnership, Limited Liability Company) and detail the name, mailing address, and telephone number of the person the State should contact regarding the proposal. Provide a statement of whether there have been any mergers, acquisitions, or sales of the Bidder company within the last ten years, and if so, an explanation providing relevant details. Provide a statement of whether there is any pending litigation against the Bidder; and if such litigation exists, an attached opinion of counsel as to whether the pending litigation will impair the Bidder’s performance in a contract under this RFQ. Provide a statement of whether, in the last ten years, the Bidder has filed (or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors, and if so, an explanation providing relevant details. Provide customer references for similar projects representing three of the larger accounts currently serviced by the vendor. Each reference must include: the organization name and business address; the name, title, telephone number, and email address of the organization contact knowledgeable about the project work; and a brief description of the service provided and the period of service. Certifications Provide the following as documentation of financial responsibility and stability. a current written, signed and dated, bank reference, in the form of a standard business letter, indicating that the Bidder’s business relationship with the financial institution is in positive standing two current written, signed and dated, positive credit references, in the form of standard business letters, from vendors with which the Bidder has done business or, documentation of a positive credit rating determined by a accredited credit bureau within the last 6 months a copy of a valid certificate of insurance indicating liability insurance in the amount of at least One Million Dollars ($1,000,000) Provide a statement of whether the Bidder or any individual who shall perform work under the contract has a possible conflict of interest (e.g., employment by the State of California) and, if so, the nature of that conflict. Desirable Experience

Possible Points 0-90

0-10

0-25

Page 5 of 47 12/26/2013 4:11 PM

p. 7

State of California

Bid RFQ 13-039

Describe the Proposer organization’s number of employees, client base, and location of offices. Provide a brief, descriptive statement indicating the Bidder’s credentials to deliver the services sought under this RFQ. Briefly describe how long the Bidder has been performing the services required by this RFQ and include the number of years in business. Describe the Bidder organization’s number of employees, client base, and location of offices, including a narrative description of the proposed project team, its members, and organizational structure. Provide a personnel roster and resumes of key people who shall be assigned by the Bidder to perform duties or services under the contract (include estimated number of hours to be worked on the contract for each person, and the resumes shall detail each individual’s title, education, current position with the Bidder, and employment history) as well as an organizational chart highlighting the key people who shall be assigned to accomplish the work required by this RFQ and illustrating the lines of authority and designate the individual responsible for the completion of each service component and deliverable of the RFQ including a narrative description of the proposed project team, its members, and organizational structure. Provide a statement of whether the Bidder intends to use subcontractors, and if so, the names and mailing addresses of the committed subcontractors and a description of the scope and portions of the work the subcontractors will perform. Cost – Rate Sheet

0-25

CDCR reserves the right to reject all quotes and reissue this RFQ. By State Law, the contractor selected for an IT Independent Project Oversight Consultant engagement may be precluded from bidding on subsequent solicitations to provide consulting services for other related components. The CDCR Special Provisions (Exhibit D) shall be appended to the Agreement.

Page 6 of 47 12/26/2013 4:11 PM

p. 8

State of California

Bid RFQ 13-039

EXHIBIT A STATEMENT OF WORK

A. PURPOSE The Statement of Work (SOW) provides an overview of the necessary services provided by the Contractor for the Department of Corrections and Rehabilitation (CDCR) for the purpose of securing and associated maintenance of all pay telephones located on CDCR property. The Contractor will provide and maintain payphone services at CDCR’s designated sites, in accordance with the requirements for Payphone Service; the services shall entail all hardware, infrastructure, line and calling features. The Contractor shall retain all revenues generated from the public payphone usage, except as noted in the Cost Worksheet. The Contractor is responsible for providing reliable and extensively available public payphone services to the State’s citizens, taxpayers, tourists, visitors and others who wish to place a call from a CDCR property located anywhere in the State. B. SCOPE OF SERVICES 1. Pay Phone Locations – The Contractor shall be required to maintain public payphone services at locations on any CDCR property. Services shall include all existing public payphones (please refer Exhibit A-1) currently in use by the State and any new or additional locations as may be requested by the CDCR. 2. New Installation, Relocation/De-installation – The Contractor shall waive the installation fee for any ―CDCR requested‖ new installation of public payphones and enclosure relocation/de-installation. This shall include any new or additional public payphones installations beyond the existing environment. For de-installation or relocation of public payphones, the Contractor shall install a faceplate to cover the wall area that was exposed by the public payphone removal. 3. Transition – The Contractor shall assume all costs of transition phase-in from the incumbent service provider, as well as all transition-out costs at the end of the Contract. Conversion to the new contractor will include at a minimum, a site visit with equipment documentation, lock change (new lock to be provided by contractor), removal of any previous contractor signage and logos and replacement signage. Conversion at each site will be in accordance with (Exhibit A-1), leaving each site clean, neat and orderly maintaining a safe and attractive environment for users. The current vendor will continue to provide payphone services to CDCR until successful transition to the new contractor and will work with the new contractor to transition all services and lines and to transfer all equipment Page 7 of 47 12/26/2013 4:11 PM

p. 9

State of California

Bid RFQ 13-039

currently in place to the new vendor. The current vendor will transfer existing line numbers where allowed. The new contractor will work with current vendor to provide uninterrupted service where possible and to orderly and smoothly convert all occasions. Conversion Deadline: By March 31, 2014 all locations and equipment listed in attachment ―(Exhibit A-1) Payphone List‖ must be converted by the Contractor. 4. Maintenance – The Contractor is responsible, under this contract, to maintain the public payphone ordered and the Telephone Communication Devices for the Deaf (TDD) equipment and services under this Agreement. The Contractor shall be responsive to the maintenance requirements of CDCR. The Contractor shall provide maintenance (labor and parts) and keep the public payphone equipment and the TDD equipment and services in good operating condition. In the event the public payphone or the TDD equipment and services being maintained under the terms and conditions of this contract is moved to another location within a CDCR -owned or leased building, the Contractor shall continue to maintain the public payphone and the TDD equipment and services at the new location The Contractor’s service shall utilize touch-tone signaling and should have amplification with volume controls. The Contractor hall provide callers with control of the keypad throughout the call duration in order to facilitate access to call and voice processing services provided by other sources. 5. California Building Codes (CBC) and American with Disabilities Act (ADA) Standards- The Contractor must meet current CBC and ADA Standards. The Contractor is responsible, under this contract, to ensure all CDCR public payphone meets the standard for location, height, style placement and path of travel of the devices, as well as meeting all standards, including for TTY compliance for height, accessibility and volume controls. Total responsibility for ensuring that all proposed equipment, cabling and wiring meet all applicable State, FCC, ADA and CBC requirements, whether such equipment and supporting materials are of their own manufacture or provided under subcontract and are in complete compliance with any functional requirements shall be done by the Contractor. No "Grandfathering" of existing locations shall be allowed for those locations that does not meet requirement. Installation procedures and methods (including all cabling, wiring, boring, digging ) as necessary must also be in compliance with the aforementioned rules and regulations with detailed attention to particular codes governing Page 8 of 47 12/26/2013 4:11 PM

p. 10

State of California

Bid RFQ 13-039

these activities (i.e., National Electrical Code or applicable State, local codes and practices). The Contractor shall bear responsibility for all equipment, supporting materials, and project coordination. The Contractor shall not perform any boring, digging and/or patching without prior approval from the State.. All material for the installation shall be delivered to the site and the work conducted so as to avoid any interference with concurrent work of other and normal operations in existing CDCR facilities. Dust, noise and fire hazards must be limited during installation. Debris due to work under this contract shall be removed by the Contractor prior to leaving the premises at the end of each day. Noise from job equipment shall be kept to a minimum by use of adequate mufflers or other acceptable means. Noisy installation of equipment shall be scheduled when disruption to work areas will be minimal and result in the least inconvenience. This may require work outside of normal business hours.

C. PAYPHONE TECHNICAL REQUIREMENTS 1. Payphone Equipment a. Type of Equipment CDCR has established the following types of public payphone equipment: Coin Operated Phones – Coin Operated Phones is defined as ―payment by means of depositing coins.‖ Coin acceptance must include those coins accepted by the majority of public payphones in the United States (U.S.) including nickels, dimes and quarters. Any new coins such as the new dollar coin contemplated for issuance by the U.S. Mint must also be accepted if acceptance of these coins becomes the industry standard. Coin Less or Charge Phones – Coin less public payphone is similar in design to a public payphone, but there is no need to use coins to pay for a call. Applications are for an Emergency, Courtesy, Security, Employee, or Hot-line (requires dialer) public payphones. Charge-a-Phone is non-coin phone instruments. They are similar in design to a public payphone, but have the feature to use a phone or credit card as a means of paying for calls. Telecommunication Devices for the Deaf– TDD units may be requested by an agency. If requested, trained personnel must be available 24-hours a day, seven days a week, 365 days-per-year to relay calls.

Page 9 of 47 12/26/2013 4:11 PM

p. 11

State of California

Bid RFQ 13-039

Customer Information - The most current version of Section 64.703 of Title 47 of the Code of Federal Regulations regarding customer information requires the following of the Contractor: i.

ii. iii.

iv.

Identify itself, audibly and distinctly, to the user at the beginning of each telephone call and before the user incurs any charge for the call Permit the user to terminate the telephone call at no charge before the call is connected Disclose immediately to the user, upon request and at no charge to the user A quotation of its rates or charges for the call The methods by which such rates or charges will be collected The methods by which complaints concerning such rates, charges, or collection practices will be resolved Post on or near the telephone instrument, in plain view of users: The name, address, and toll-free telephone number of the provider of operator services A written disclosure that the rates for all operatorassisted calls are available on request, and that users have a right to obtain access to the inter LATA or Interstate common carrier of their choice and may contact their preferred Interstate common carriers for information on accessing that carrier's service using that telephone The name and address of the Common Carrier Bureau of the Federal Communications Commission (FCC Common Carrier Bureau; 2025 M Street, N.W; Washington, D.C. 20554), to which the user may direct complaints regarding operator services. v. Each payphone location shall have signage that is ADA compliant.

Equipment Standards i.

All components used to provide service, when installed, will be in good working order.

ii.

All CDCR payphone locations are currently in compliance with the ADA. The Proposer is responsible for ADA adherence for moves or changes and new installations during the entire of the Page 10 of 47

12/26/2013 4:11 PM

p. 12

State of California

Bid RFQ 13-039

contract. Contractor shall have 2 full business days to bring the location into compliance and bear any additional cost in bringing the location into compliance. Any existing payphone equipment such as signs, lights, sets, and enclosures that the Contractor replaces or adds must be replaced with equipment of comparable function and appearance i.e., flush mount replaced by flush mount. The Contractor must receive prior approval from CDCR for installation of all equipment and prior authorization from the State for all changes, moves, additions or deletions of equipment. Touch-tone signaling shall be utilized. Phone sets must have amplification with volume controls. In order to facilitate access to call and voice processing services, callers must be provided with control of the telephone keypad throughout the call duration All telephone sets and enclosures shall meet all applicable standards established by the Federal Communications Commission (FCC) and California Regulatory Authority (CRA). All payphone telephone sets and enclosures shall comply with all applicable Federal, State and local laws, rules and regulations concerning use of such telephones by disabled persons and the hearing impaired over the life of the contract. Contractor shall provide new TDD as required by the State. All payphones equipped with TDD shall have units the equivalent or better than those currently being provided by the current vendor. Payphone locations with TDD units currently installed will continue to offer the TDD service. TDD equipment specifications are as follows: i. Device will be of vandal-resistant construction and permanently mounted to the payphone enclosure. ii. TDD shall be of spill resistant design. iii. Keyboard shall be a typewriter style layout of 4 rows. iv. Display shall be at minimum 2 rows of 20 characters each. v. TDDs shall be directly connected to the payphone line. vi. Installation of TDD shall not hinder the hearing public from utilizing the payphone.

Page 11 of 47 12/26/2013 4:11 PM

p. 13

State of California

Bid RFQ 13-039

vii. TDD must provide Call Progress indicators and must have voice announce keys to notify receiving party of a TDD call. TDD must have on line help and must have memory to review conversations that have been erased upon automatic power off. viii. TDD power requirements shall be 110 - 120 VAC, 60 Hz, with AC power to be installed by the Contractor to the payphone pedestal. The State will provide an AC power outlet nearby. ix. The TDD unit should be in a motorized drawer that opens when a TTY signal is received and shuts when the TTY signal is no longer present. x. All TDD installations shall have a coin slot height of forty –eight (48) inches from floor level affording all public users unhindered access to the payphone and TDD. xi. Each TDD location shall have signs that are ADA compliant and which indicate that a TDD unit is available at this location b. Return of Equipment Within thirty (30) days after receipt of instruction or date of discontinuance of Contractor service, whichever is later, the Contractor shall cause the public payphone to be removed from Agency property premises in coordination with its new service provider and in accordance with the phase-out plan developed by the Contractor and approved by the Agency. In accordance with Public Utilities Code Section 728.3: “No telephone corporation operating within a service area shall remove any public telephone unless it has posted on the public telephone for not less than 30 days a notice, in a manner and form approved by the commission, indicating that the public telephone is to be removed and containing the appropriate telephone number of the commission which a customer may call for further information. This section shall not apply when a public telephone is removed for public safety or public nuisance purposes or at the request of the owner or lessee of the property on which the public telephone is located.” In accordance with Public Utilities Code Section 741, pay telephones must display the provider of the phone, what the rates are, and how to receive a refund. c. Defective Equipment Productive Use Requirements – The objective of the Productive Use Requirements is to allow time for any major defects to be worked out of Page 12 of 47 12/26/2013 4:11 PM

p. 14

State of California

Bid RFQ 13-039

the instrument(s) that are proposed for use in this services contract and to ensure that all proposed products have a record of proven use in customer environments prior to installation for use. Customer In-Use Requirement – The Contractor must provide an itemized list of in-service dates for the telephones, enclosures, lighting, operator services, dial-tone, and line access for inter-LATA, inter-State (including international), and intra-LATA calls. Hardware, wiring, and cabling shall meet current National Telephone Industry Association (NTIA) reliability standards. Enclosures and related materials shall meet all applicable standards identified by the Federal Communications Commission (FCC) and the California Public Utilities Commission (CPUC). 2. Enclosures The Contractor shall offer a variety of enclosure types in order to provide CDCR with maximum placement options. In select, mutually agreed upon locations (i.e., highways, other high-traffic areas), enclosures shall provide noise suppression. The following enclosure types must be offered as a minimum: Wall, Pedestal, Booth, Flush Mount, and Mobile Trailer (temporary services). Enclosures, booths, shelves, pedestals, or other mounting apparatus selected for installation must be preapproved by CDCR prior to installation. All enclosures shall be in new or like-new condition, and must meet current CBC and ADA Standards The Contractor is responsible, under this contract, to assure that the all phones meet the standard for location, height, style placement and path of travel of the devices, as well as meeting all standards, including for TTY compliance for height, accessibility and volume controls.

3. Value-Added Services Speed Dialing – A process whereby the telephone instrument dials a predetermined phone number by the press of a button. Advertising – Advertising may be in the form of printing or on booths, enclosures or on the instruments themselves. The ordering Agency must approve the suitability of specific ads for use on public payphones that are placed on the agencies property, owned or leased. Signage – Instructions shall be included for public payphone usage, public payphone call rates, and any rules and regulations required by law. Page 13 of 47 12/26/2013 4:11 PM

p. 15

State of California

Bid RFQ 13-039

D. PUBLIC PAYPHONE FUNCTIONAL REQUIREMENTS CDCR has determined its needs, desired operating objectives, and preferred operating environment. 1. General Functional Requirements The functional requirements are designed to view the requested services from the Awarding Agency’s perspective. Federal and State Laws, Rules Regulations and Codes – All services and public payphone equipment offered by the Contractor shall comply with Federal and State laws, rules and regulations including, but not limited to, pricing, provision of consumer information, accessibility to inter-exchange carriers, accommodations for the handicapped and any applicable construction, electrical and safety codes. Operation During Power Loss – All public payphones that require commercial AC power for full operation shall continue to provide 911, 0+ and 0- and coin operation for a minimum of four (4) hours during a commercial power failure. Unblocking of Equal Access Codes – All public payphones furnished for use on Agency owned and leased properties shall comply with all requirements of the public payphone Operator Consumer Improvement Services Act of 1990 and all related Federal Communications Commission (FCC) requirements including, but not limited to, access to 10XXXX, 101XXXXX, 950 and 1-800, 1-888, 1-877 and all other toll free access numbers that are used as alternate inter-exchange carrier access codes.

Page 14 of 47 12/26/2013 4:11 PM

p. 16

State of California

Bid RFQ 13-039

2. Public Payphone Services CDCR views public payphone services to include a full range of those services offered today to the public and requires that a range of payment options be offered to users of public access terminals. CDCR also requires that all public payphone service provide dial tone first and DTMF (Touch Tone) dialing where available. Basic Services are those services to which the public has become accustomed to having available at public payphones throughout the United States. These include: Local service as defined in Local Exchange Carrier (LEC) tariffs by those exchanges, which can be called from each public payphones at local rates. Long Distance service or, in industry terms, inter-LATA and intra-LATA, and interstate calling capability. Access to local and long distance directory assistance shall be provided from all public payphones located on Agency owned or leased property. In all locations, calling card, prepaid card, collects, and third-party billing payment options shall be accepted. In all cases, acceptance of the Bell Operating Company (BOC) calling cards shall be required where BOC calling cards have not been made proprietary. Toll free access to the Contractor’s customer service shall be available twentyfour (24) hours per day, seven (7) days per week. A live operator must answer all calls 24-hours per day. One plus (1+), zero plus (0+) dialed basis and using other access methods as may be required by law, e.g., 1010XXXX, 950 or 1-800, 1-888 or 1-877 access methods is required. Zero Plus (0+) Dialing Response – The proposed public payphone services shall provide a ―bong‖ tone within five (5) seconds completion of the 0+ dialing. If the user does not enter any additional numbers after the ―bong‖ tone or after customer instructions are provided, the proposer shall guarantee that a live operator will then answer within ten (10) seconds of the ―bong‖ tone at lease at least ninety-five percent (95%) of the time. Zero (0-) and zero-zero (00-) Dialing Response – When a user dials a zero and does not enter any additional numbers, the operator services shall have a live operator answer within seven (7) seconds at least ninety-five percent (95%) of the time.

Page 15 of 47 12/26/2013 4:11 PM

p. 17

State of California

Bid RFQ 13-039

In all public payphone locations, callers shall be able to access a live operator by dialing ―0‖ or ―00‖ for assistance. The Contractor’s public payphones must offer access to 911 emergency services where available. For purposes of ―911‖ communication, all proposed telephones must meet the requirements of the State of California Code section 53122 which states, in part, that ―all pay telephones shall …enable a caller to dial ―911‖ for emergency services, and reach an operator by dialing ―0‖ without the necessity of inserting a coin. The equipment shall provide users access to the following without charge and without the use of a coin: (I) dial tone; (II) an operator, and (III) local 911 emergency service, or, where unavailable, prominently displayed instructions on how to reach local emergency service. E. CONTRACTOR’S ROLES AND RESPONSIBILITIES The Contractor shall be responsible for all equipment, labor, and all other costs associated with the provisions of the services required by this contract, including but not limited to, hardware, software, network, and support remedial and preventative services. 1. Installation The installation of public payphones, cables, and services shall be the responsibility of the Contractor. The Contractor shall install public payphones within thirty (30) calendar days of request, or as mutually agreed upon with CDCR. CDCR will provide the Contractor access to the site for the purpose of installing instruments prior to the installation date. CDCR will also be responsible for interior wiring associated with the installation of public payphones. The Contractor shall specify, in writing, the amount of time required for installation. CDCR cannot guarantee that the Contractor shall be allowed unlimited access to facilities at all times, and the Contractor shall need to factor these considerations into the day-to-day activities. The Contractor shall bear the total cost of installing, providing, and maintaining telephone line access services to each public payphone site. 2. Maintenance The Contractor is responsible to maintain the public payphone ordered under this Agreement. The Contractor shall be responsive to the maintenance requirements of CDCR. The Contractor shall provide maintenance (labor and parts) and keep the public payphone equipment/services in good operating condition. Page 16 of 47 12/26/2013 4:11 PM

p. 18

State of California

Bid RFQ 13-039

Preventative Maintenance – The Contractor shall provide preventative maintenance, as required by the equipment manufacturer, and as necessary to maintain the system. Preventative maintenance shall be provided on a schedule that is mutually acceptable to the State and the Contractor, consistent with the Agency’s operating requirements, and based on the specific needs of the equipment, as determined by the Contractor and the Agency. Remedial Maintenance – Remedial maintenance, resulting from a public switched telephone network system software or hardware failure, shall be performed by the Contractor on an unscheduled basis (parts and labor included). The time required for the Contractor to respond to a call for remedial maintenance is known as ―response time‖ or the interval of time from the time a service request is initiated by an Agency representative or contact person to the time that the Contractor’s qualified maintenance service personnel responds. Service personnel shall physically be onsite or initiate remote remedial maintenance. Repairs must be completed within seventy-two (72) hours of the initial notification. 3. Cleaning The Contractor shall ensure that all terminals, booths, and enclosures are cleaned and sanitized periodically. A minimum cleaning of each terminal enclosure or booth shall occur once each quarter, or more frequently as dictated by local conditions, such as heavy use, continued litter, etc. The contractor shall remove, when necessary, all graffiti, stickers, posters, litter, dust, and dirt from or within each terminal located on state property. 4. Help Desk The Contractor shall provide a Help Desk phone number that can be accessed via an 800 number. A live person shall return a call placed to the Help Desk within twenty-four (24) hours, regardless of the time of day or day of the week. A trouble ticket shall be opened when a call is placed to the Help Desk. This trouble ticket shall not be closed until full resolution service is completed. The trouble ticket shall remain open until a CDCR representative signs/approves it. 5. Problem Escalation The Contractor shall include a problem escalation procedure, for problem solving in the event the Contractor does not provide satisfactory response to service issues. This procedure shall, at a minimum, identify the local and regional management staff accountable for this project, including their direct telephone numbers. Problem escalation procedure personnel must be updated if there is any change in the organization. Page 17 of 47 12/26/2013 4:11 PM

p. 19

State of California

Bid RFQ 13-039

6. Fraud/Theft The Contractor agrees that CDCR shall bear no responsibility for fraudulent calls or theft of pay phone monies or other funds. 7. Call Back Services In the event the Contractor fails to provide any of the specified services in the prescribed manner, CDCR may call the Contractor to provide services within twenty-four (24) hours, unless otherwise specified. 8. Workmanship All work provided by the Contractor shall conform to the latest requirements of Federal, State, City and County regulations. The Contractor is responsible for compliance with all applicable laws, codes, rules and regulations in connection with work performed under this agreement. 9. Accidents/Damages Damage caused to the equipment covered herein due to fire, abuse, an act of God, accident, unauthorized alterations, disasters, the elements, failure of electrical power, misuse, use of unauthorized agents, theft, vandalism, or negligence by the State, its officers, agents, or employees, are not covered by this agreement and are the Contractor’s responsibility. 10. Work Area While working on equipment, the Contractor agrees to perform services with as little disruption to CDCR’s operation as possible. All tools, equipment, and other work materials belonging to the Contractor shall be removed from CDCR’s premises at the end of each working day. CDCR shall not be responsible for storage of any Contractor property. 11. Personnel Site Coordinator – During each installation, the Contractor shall assign a Site Coordinator, unless CDCR and the Contractor mutually agree to other arrangements. The Site Coordinator shall be immediately available to be the single point of contact to address any on-site issues that may arise during installations. Other Personnel – The Contractor shall notify CDCR of any changes in personnel allowed access to CDCR’s premises for the purposes of providing services outlined herein. Upon each personnel change, CDCR reserves the right to conduct fingerprinting and clearance through the Department of Justice, Page 18 of 47 12/26/2013 4:11 PM

p. 20

State of California

Bid RFQ 13-039

Bureau of Criminal Identification and Information prior to being permitted access to the premises. 12. Contract Transition-Out Phase The Contractor shall participate in transition-out phase upon the end of the term of this Agreement or upon cancellation of this Agreement, whichever occurs first. The Contractor agrees to fully cooperate with CDCR during the transition-out phase. The Contractor understands that CDCR intends to engage in a competitive procurement and enter into a new Agreement at the conclusion of this contract. The incumbent Contractor shall actively assist the State in transitioning service to the new Contractor. Within thirty (30) calendar days after receipt of instruction or date of discontinuance of Contractor service, which ever is later, the Contractor shall determine which equipment is to be removed from CDCR’s premises and/or which equipment is to be transferred to the new Contractor. During the transition-out phase, the Contractor shall ensure that the State public payphone users have continuing and uninterrupted service. The Contractor agrees to extend pay telephone services on a month-to-month basis, as provided under the terms and conditions of this contract, for those phones that remain in service during the transition and implementation of the new Contractor’s services. The Contractor agrees to work with CDCR and the new Contractor to complete the transition, including the removal of any existing equipment not to be used by the new Contractor. A transition plan must be submitted to and approved by CDCR 13. CDCR Identification Requirements Contractor agrees to acquire a CDCR Identification card for all technicians that install, remove, relocate, service or maintain pay telephones at CDCR facilities. CDCR shall conduct a criminal background check including fingerprints. CDCR reserves the right to refuse access to any Contractor’s technician who does not successfully complete the background check. 14. Prior Authorization for Specific Equipment Contractor shall coordinate with the CDCR Enterprise Information Services (EIS) Contract Liaison if equipment, such as lap top computers, are required for service or maintenance of the pay telephones. CDCR EIS Contract Liaison shall coordinate with the facility prior to the Contractor’s visit. F. CDCR IT ACQUISITIONS CONTRACT MANAGER Page 19 of 47 12/26/2013 4:11 PM

p. 21

State of California

Bid RFQ 13-039

William Collard California Department of Corrections and Rehabilitation Enterprise Information Services P.O. Box 942883, Sacramento, CA 94283-0001 Phone: (916) 358.2127 G. CDCR PUBLIC PAYPHONE PROJECT MANAGER Anatole Moore California Department of Corrections and Rehabilitation Enterprise Information Services P.O. Box 942883, Sacramento, CA 94283-0001 Phone: (916) 358-1455

Page 20 of 47 12/26/2013 4:11 PM

p. 22

State of California

Bid RFQ 13-039

CONTRACT TERM: Contract Term: This Contract shall be effective for the period commencing on May 1, 2014 and ending on April 30, 2016. The State shall have no obligation for services rendered by the Contractor which are not performed within the specified period. Term Extension: The State reserves the right to extend this Contract for an additional period or periods of time representing increments of no more than one year and a total contract term of no more than five (5) years, provided that the State notifies the Contractor in writing of its intention to do so at least ninety (90) days prior to the contract expiration date. An extension of the term of this Contract will be affected through an amendment to the Contract. If the extension of the Contract necessitates additional funding beyond that which was included in the original Contract, the increase in the State’s maximum liability will also be affected through an amendment to the Contract and shall be based upon rates provided for in the original contract. PAYMENT TERMS AND CONDITIONS: Maximum Liability: In no event shall the maximum liability of the State under this Contract exceed **Ninety-Nine thousand dollars ($99,000). The Service Rates in Contract Exhibit B-1 shall constitute the entire compensation due the Contractor for the Service and all of the Contractor's obligations here under regardless of the difficulty, materials or equipment required. The Service Rates include, but are not limited to, all applicable taxes, fees, overheads, and all other direct and indirect costs incurred or to be incurred by the Contractor. The Contractor is not entitled to be paid the maximum liability for any period under the Contract or any extensions of the Contract for work not requested by the State. The maximum liability represents available funds for payment to the Contractor and does not guarantee payment of any such funds to the Contractor under this Contract unless the State requests work and the Contractor performs said work. In which case, the Contractor shall be paid in accordance with the Service Rates detailed in Contract Exhibit B-1. The State is under no obligation to request work from the Contractor in any specific dollar amounts or to request any work at all from the Contractor during any period of this Contract.

Page 21 of 47 12/26/2013 4:11 PM

p. 23

State of California

Bid RFQ 13-039

EXHIBIT A-1 –Pay Telephone Inventory

PRISON Avenal State Prison (ASP) 1 Kings Way, Avenal, CA 93204

ANI 1 1

Calipatria State Prison (CAL) 7018 Blair Road, Calipatria, CA 92233

559-3869724 559-3869737

LOCATION

TDD

Visitor Center Administration Inside left

TDD

PHONE MOUNT PC1E W Wall Mount PC1E W PED

1

760-3489985

Visitor Center

TDD

PC1E W PED

1

760-3489986

Lobby

TDD

PC1E W PED

California Correctional Center (CCC) 711-045 Center Road, Susanville, CA 96127

1

530-2510381

Entrance

TDD

PCIE W PED

California Correctional Institution (CCI) End of Highway 202, Tehachapi, CA 93561

1

661-8229956

Main Gate receiving

TDD

Full Booth

Central California Women's Facility 23370 Road 22, Chowchilla, CA 93610

1

559-6659982

Visitor Center

TDD

PC1E W PED

1

559-6659990

Administration Building

WS200 Shelf

1

760-3700559

Visitor Center

Back Plate

1

760-3709353

Lobby

Centinela State Prison 2302 Brown Road, Imperial, CA 92251

TDD

REMOVE

PC1E W PED

Page 22 of 47 12/26/2013 4:11 PM

p. 24

State of California

California Healthcare Facility (CHCF)

Bid RFQ 13-039

1

209-9483109

Lobby

TDD

1

209-9483506

Lobby

TDD

1

805-5419702

West Visitor Center

1

805-5439768

Main Entrance #2

TDD

WS200 Shelf

1

707-4469936

Visitors Center

TDD

PC1E W PED

1

707-4489971

Foyer - inside prison

California State Prison, Corcoran 4001 King Avenue, Corcoran, CA 93212

1

559-9928210

Administration

TDD

PC1E W PED

California Rehabilitation Center 5th Street & Western, Norco, CA 91760

1

909-3719068

Pedestrian Entrance 80

TDD

PC1E W PED

Correctional Training Facility Highway 101 North, Soledad, CA 93960

1

831-6789917

Central Facility Entrance

TDD

PC1E W PED

1

831-6789919

North Facility Visiting Room

1

760-9229605

Visitor Center

California Men's Colony Highway 1, San Luis Obispo, CA 93409

California Medical Facility 1600 California Drive, Vacaville, CA 95687

Chuckawalla Valley State Prison 19025 Wileys Well Road, Blythe, CA 92225

PC1E W PED

WS200 Shelf

WS200 Shelf

TDD

WS200 Shelf

Page 23 of 47 12/26/2013 4:11 PM

p. 25

State of California

Deuel Vocational Institution 23500 Kasson Road, Tracy, CA 95376

Bid RFQ 13-039

1

209-8369704

Administration Inside

1

209-8369933

Visitors Entrance

TDD

PC1E W WALL MOUNT

Folsom State Prison Prison Road, Represa, CA 95671

1

916-9859816

Visiting Processing - outside

TDD

WS200 SHELF

Folsom Transitional Treatment Facility 570 E. Natoma Street, Folsom, CA 95763

1

916-3515897

Front Entrance Lobby

High Desert State Prison 475-750 Rice Canyon Road, Susanville, CA 96130

1

530-2572375

Entrance - Foyer

1

530-2578804

Outside visitors area

1

760-9229607

Visitor Center

1

760-9229674

Lobby

TDD

PC1E W WALL MOUNT

1

661-7200295

Administration

TDD

PC1E W Wall Mount

1

661-7200890

Visitor Processing

Wall Mount

1

209-2749946

Visitors Building Outside left side

PC1E W PED

1

209-2749954

Administration Building - right side

Ironwood State Prison19005 Wileys Well Road, Blythe, CA 92225

Kern Valley State Prison 3000 West Cecil Avenue, Delano, CA 93216

Mule Creek State Prison 4001 Highway 104, Ione, CA 95640

WS200 Shelf

BACK PLATE

TDD

PC1E W WALL MOUNT PC1E W PED

WS200 SHELF

TDD

PC1E W PED

Page 24 of 47 12/26/2013 4:11 PM

p. 26

State of California

North Kern State Prison 2737 West Cecil Avenue, Delano, CA 93216

Bid RFQ 13-039

1

661-7259257

Visiting - right side

1

661-7256982

Inside Lobby - left side

1

559-9351529

Lobby

1

559-9359979

Visitor Court

TDD

PC1E W PED

Richard J. Donovan Correct. Facility 480 Alta Road, San Diego, CA 92179

1

619-6619895

Visitor Center Outside

TDD

PC1E W PED

California State Prison, Sacramento Prison Road, Represa, CA 95671

1

916-9859787

Visitor Entrance Lobby (Outside)

TDD

WS200 SHELF

California Substance Abuse Treatment Facility 900 Quebec Avenue, Corcoran, CA 93212

1

559-9929242

Lobby

TDD

PC1E W Wall Mount

1

559-9928979

Visitors Administration (801)

TDD

PC1E W PED

Sierra Conservation Center 5100 O'Byrnes Ferry Road, Jamestown, CA 95327

1

209-9848922

Administration Building

TDD

PC1E WPED

California City 22844 Virginia Blvd. California City, CA 93505

1

TBA

Trailer

TDD

PC1E W Wall Mount

GOLDEN STATE MCCF ADDRESS: 611 Frontage Road, McFarland, CA 93250

1

TBA

Lobby

TDD

PC1E W Wall Mount

Pleasant Valley State Prison 24863 West Jayne Avenue, Coalinga, CA 93210

PC1E W Wall Mount TDD

WS200 Shelf

WS200 SHELF

Page 25 of 47 12/26/2013 4:11 PM

p. 27

State of California

Bid RFQ 13-039

CENTRAL VALLEY MCCF 245 Taylor Avenue, McFarland, CA 93250

1

TBA

Lobby

TDD

PC1E W Wall Mount

CLAREMONT 185 West Gale Avenue, Coalinga, CA 93210

1

TBA

Lobby

TDD

PC1E W Wall Mount

DELANO MCCF 2727 West Industry Way, Delano, CA 93215

1

TBA

Lobby

TDD

PC1E W Wall Mount

SHAFTER MCCF 1150 East Ash Avenue, Shafter, CA 93263

1

TBA

Lobby

TDD

PC1E W Wall Mount

TAFT MCCF 330 COMMERCE WAY TAFT, CA 93268

1

TBA

Lobby

TDD

PC1E W Wall Mount

Page 26 of 47 12/26/2013 4:11 PM

p. 28

State of California

California State Prison, Solano 2100 Peabody Road, Vacaville, CA 95687

Bid RFQ 13-039

1

707-4466717

Administration Building

1

707-4469982

Visitors Center B Entrance

TDD

PC1E W PED

California State Prison, San Quentin San Quentin, CA 94964

1

415-4599654

East Gate

TDD

PC1E W PED

Salinas Valley State Prison 31625 Highway 101, Soledad, CA 93960

1

831-6789937

Administration Building - Lobby #1

TDD

PC1E W Wall Mount

Valley State Prison for Women 21633 Avenue 24, Chowchilla, CA 93610

1

559-6659810

Entrance Building

TDD

PC1E W Wall Mount

Wasco State Prison Rec. Center701 Scofield Avenue, Wasco, CA 93280

1

661-7589802

Visitors Center Southside

1

661-7589803

Lobby

Richard A. McGee Training Center 9850 Twin Cities Road, Galt, CA 95632

1

209-7459990

South Hall

Back Plate

CTC ANNEX 7150 E. Arch Road, Stockton, CA 95213-9006

1

209-4600529

Entrance Building Outside

Back Plate

1

209-4600619

Entrance Building Outside

1

916-4439603

TBA

CDCR Headquarters North Building (HQ) 1515 "S" Street, North Building, Sacramento, CA 95814 PAYPHONE GRAND TOTAL:

PC1E W PED

PC1E W PED TDD

TDD

PC1E W Wall Mount

Back Plate

60 Page 27 of 47

12/26/2013 4:11 PM

p. 29

State of California

Bid RFQ 13-039

EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS 1. Invoicing and Payment a. For services satisfactorily rendered, and upon receipt and approval of contractor’s invoices, the CDCR agrees to pay the Contractor for services in accordance with Exhibit B-1, Rate Sheet attached hereto and made a part of this Agreement. b. Invoices shall include the Agreement Number and Purchase Order number and shall be submitted in triplicate. Invoices to be submitted, not more frequently than monthly in arrears, for individual tasks expended up to 95% of the total amount contracted for task. The final 10% shall be paid upon completion of all deliverables listed in Exhibit A, Statement of Work, Section C.2, Tasks. Invoices shall be paid within 45 days of receipt of an undisputed invoice. Contractor shall mail invoices to: California Department of Corrections and Rehabilitation Headquarters Accounting Services Section Attention: Contracts Payable P.O. Box 187018, Sacramento, CA 95818-7018 c. Each invoice shall identify the deliverable number and title, the month or week the task was performed, and the cost as itemized in Exhibit B-1. Invoices shall be on the Contractor’s letterhead, include the Contractor’s name, the CDCR Agreement Number and Purchase Order Number, the Consultant’s name(s), and the invoice total. 2. Budget Contingency Clause a. It is mutually agreed that if the California State Budget Act for the current fiscal year and/or any subsequent fiscal years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor, or to furnish any other considerations under this Agreement, and Contractor shall not be obligated to perform any provisions of this Agreement. b. If funding for the purposes of this program is reduced or deleted for any fiscal year by the California State Budget Act, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an Agreement amendment to Contractor to reflect the reduced amount. 3. Prompt Payment Clause Payment shall be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927. Payment to small/micro businesses shall be made in accordance with and within the time specified in Chapter 4.5, Government Code 927 et seq.

Page 28 of 47 12/26/2013 4:11 PM

p. 30

State of California

Bid RFQ 13-039

4. Subcontractors For all Agreements, with the exception of Interagency Agreements and other governmental entities/auxiliaries that are exempt from bidding, nothing contained in this Agreement, or otherwise, shall create any contractual relation between the State and any subcontractors, and no subcontract shall relieve the Contractor of Contractor’s responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor’s obligation to pay its subcontractors is an independent obligation from the State’s obligation to make payments to the Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor.

Page 29 of 47 12/26/2013 4:11 PM

p. 31

State of California

Bid RFQ 13-039

EXHIBIT B-1 RATE SHEET MAINTENANCE COSTS FOR CURRENT PAYPHONE INVENTORY Number of Phones

Unit Cost

60

Monthly Extension

$0.0

Yearly Extension $0.0

$0.00

Discount Applied (%)

-$0.00

AGREEMENT TOTAL

$0.00

The Unit Cost represents the rate per Payphone. The Unit Cost includes bi-annual Preventive Maintenance. The Contractor will credit 100% Coin, Operator Services, and Per Call Compensation revenues toward any Payphone’s monthly maintenance costs. If CDCR adds new payphone service, maintenance costs for new devices will be consistent with the Unit Cost above. Twenty percent (20%) of revenues, in excess of $60.00 will be commissioned back to CDCR.

Labor Costs for New Telephone Equipment Installation Installation – Phone

$0.00

Installation – Wall Mount Enclosure

$0.00

Installation – Pedestal Enclosure

$0.00

Installation – Booth Enclosure

$0.00

Installation – Flush Mount Enclosure

$0.00

Installation – Trailer Enclosure

$0.00

Labor Costs for Relocation/De-Installation of Equipment Relocation/De-installation – Phone

$0.00

Relocation/De-installation – Enclosure

$0.00

Labor Costs for the installation of new payphone equipment and/or relocation/de-installation of existing payphone equipment are waived by the Contractor.

Page 30 of 47 12/26/2013 4:11 PM

p. 32

State of California

Bid RFQ 13-039

EXHIBIT C DGS PROVISIONS – INFORMATION TECHNOLOGY The following DGS provisions for Information Technology are hereby incorporated by reference and made part of this Agreement as if attached hereto: General Provisions – Information Technology (GSPD-401IT), effective date 11/27/2013. http://www.documents.dgs.ca.gov/pd/poliproc/GSPD401IT13_1127.pdf Information Technology Personal Services Special Provisions, effective date 02/08/2007. http://www.documents.dgs.ca.gov/pd/modellang/PersonalServiceSpecial020807.pdf Information Technology Maintenance Special Provisions, effective date 01/21/2003. http://www.documents.dgs.ca.gov/pd/modellang/maintenancespecial12103.pdf

Page 31 of 47 12/26/2013 4:11 PM

p. 33

State of California

Bid RFQ 13-039

EXHIBIT D CDCR SPECIAL PROVISIONS 1. AGREEMENT AMENDMENT If it is determined to be in the best interest of the State, the resulting Agreement may be amended to increase quantity and/or time consistent with the original Agreement. Upon signing the Amendment, the Contractor hereby agrees to provide services for the extended period at the rates specified in Exhibit B-1, Rate Sheet, of the original Agreement. 2. ACCOUNTING PRINCIPLES The Contractor shall adhere to generally accepted accounting principles as outlined by the American Institute of Certified Public Accountants. Dual compensation is not allowed; a Contractor cannot receive simultaneous compensation from two or more funding sources for the same services performed even though both funding sources could benefit. 3. SUBCONTRACTOR/CONSULTANT INFORMATION Contractor is required to identify all subcontractors and consultants who shall perform labor or render services in the performance of this Agreement. Additionally, the Contractor shall notify the Department of Corrections and Rehabilitation, Enterprise Information Services IT Acquisitions Unit, in writing and within ten (10) working days, of any changes to the subcontractor and/or consultant information. 4. EMPLOYMENT OF EX-OFFENDERS (DOM 31060.5.5) 1. Contractor cannot and shall not either directly, or on a subcontract basis, employ in connection with this Agreement: a. Ex-Offenders on active parole or probation; b. Ex-Offenders at any time if they are required to register as a sex offender pursuant to Penal Code Section 290 or if such ex-offender has an offense history involving a ―violent felony‖ as defined in subparagraph (c) of Penal Code Section 667.5; or c. Any ex-felon in a position which provides direct supervision of parolees. 2. Ex-Offenders who can provide written evidence of having satisfactorily completed parole or probation may be considered for employment by the Contractor subject to the following limitations: a. Contractor shall obtain the prior written approval to employ any such ex-offender from the Authorized Administrator; and b. Any ex-offender whose assigned duties are to involve administrative or policy decision-making; accounting, procurement, cashiering, auditing, or any other business-related administrative function shall be fully bonded to cover any potential loss to the State of California.

Page 32 of 47 12/26/2013 4:11 PM

p. 34

State of California

Bid RFQ 13-039

5. LICENSES AND PERMITS (revised 03/04) The Contractor shall be an individual or firm licensed to do business in California and shall obtain at Contractor’s expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this Agreement. In the event any license(s) and/or permit(s) expire at any time during the term of this Agreement, Contractor agrees to provide the CDCR with a copy of the renewed license(s) and/or permit(s) within thirty (30) days following the expiration date. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this Agreement upon occurrence of such event. 6. CONFLICT OF INTEREST (revised 01/28/02) If this is a Consulting Agreement, the Contractor and its employees shall abide by the provisions of Government Code (GC) Sections 1090, 81000 et seq., 82000 et seq., 87100 et seq., and 87300 et seq., Public Contract Code (PCC) Sections 10335 et seq. and 10410 et seq., California Code of Regulations (CCR), Title 2, Section 18700 et seq. and Title 15, Section 3409, and the Department Operations Manual (DOM) Section 31100 et seq. regarding conflicts of interest. a. Contractors and Their Employees

Consultant Contractors shall file a Statement of Economic Interests, Fair Political Practices Commission (FPPC) Form 700 prior to commencing services under the Agreement, annually during the life of the Agreement, and within thirty (30) days after the expiration of the Agreement. Other service Contractors and/or certain of their employees may be required to file a Form 700 if so requested by the CDCR or whenever it appears that a conflict of interest may be at issue. Generally, service Contractors (other than consultant Contractors required to file as above) and their employees shall be required to file an FPPC Form 700 if one of the following exists: (1) The Agreement service has been identified by the CDCR as one where there is a greater likelihood that a conflict of interest may occur; (2) The Contractor and/or Contractor’s employee(s), pursuant to the Agreement, makes or influences a governmental decision; or (3) The Contractor and/or Contractor’s employee(s) serves in a staff capacity with the CDCR and in that capacity participates in making a governmental decision or performs the same or substantially all the same duties for the CDCR that would otherwise be performed by an individual holding a position specified in the CDCR’s Conflict of Interest Code. b. Current State Employees

a. No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. Page 33 of 47 12/26/2013 4:11 PM

p. 35

State of California

Bid RFQ 13-039

b. No officer or employee shall contract on his or her own behalf as an independent Contractor with any state agency to provide goods or services. c. In addition to the above, CDCR officials and employees shall also avoid actions resulting in or creating an appearance of: 1) Using an official position for private gain; 2) Giving preferential treatment to any particular person; 3) Losing independence or impartiality; 4) Making a decision outside of official channels; and 5) Affecting adversely the confidence of the public or local officials in the integrity of the program. d. Officers and employees of the Department shall not solicit, accept or receive, directly or indirectly, any fee, commission, gratuity or gift from any person or business organization doing or seeking to do business with the State. c. Former State Employees

(1) For the two (2) year period from the date he or she left state employment, no former state officer or employee may enter into an Agreement in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the Agreement while employed in any capacity by any state agency. (2) For the twelve (12) month period from the date he or she left state employment, no former state officer or employee may enter into an Agreement with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed Agreement within the twelve (12) month period prior to his or her leaving state service. In addition to the above, the Contractor shall avoid any conflict of interest whatsoever with respect to any financial dealings, employment services, or opportunities offered to inmates or parolees. The Contractor shall not itself employ or offer to employ inmates or parolees either directly or indirectly through an affiliated company, person or business unless specifically authorized in writing by the CDCR. In addition, the Contractor shall not (either directly, or indirectly through an affiliated company, person or business) engage in financial dealings with inmates or parolees, except to the extent that such financial dealings create no actual or potential conflict of interest, are available on the same terms to the general public, and have been approved in advance in writing by the CDCR. For the purposes of this paragraph, ―affiliated company, person or business‖ means any company, business, corporation, nonprofit corporation, partnership, limited partnership, sole proprietorship, or other person or business entity of any kind which has any ownership or control interest whatsoever in the Contractor, or which is wholly or partially owned (more than 5% ownership) or controlled (any percentage) by the Contractor or by the Contractor’s owners, officers, principals, directors and/or shareholders, either directly or indirectly. ―Affiliated Page 34 of 47 12/26/2013 4:11 PM

p. 36

State of California

Bid RFQ 13-039

companies, persons or businesses‖ include, but are not limited to, subsidiary, parent, or sister companies or corporations, and any company, corporation, nonprofit corporation, partnership, limited partnership, sole proprietorship, or other person or business entity of any kind that is wholly or partially owned or controlled, either directly or indirectly, by the Contractor or by the Contractor’s owners, officers, principals, directors and/or shareholders. The Contractor shall have a continuing duty to disclose to the State, in writing, all interests and activities that create an actual or potential conflict of interest in performance of the Agreement. The Contractor shall have a continuing duty to keep the State timely and fully apprised in writing of any material changes in the Contractor’s business structure and/or status. This includes any changes in business form, such as a change from sole proprietorship or partnership into a corporation or vice-versa; any changes in company ownership; any dissolution of the business; any change of the name of the business; any filing in bankruptcy; any revocation of corporate status by the Secretary of State; and any other material changes in the Contractor’s business status or structure that could affect the performance of the Contractor’s duties under the Agreement. If the Contractor violates any provision of the above paragraphs, such action by the Contractor shall render this Agreement void. Members of boards and commissions are exempt from this section if they do not receive payment other than payment for each meeting of the board or commission, payment for preparatory time and payment for per diem. 7. DISCLOSURE Neither the State nor any State employee shall be liable to the Contractor or its staff for injuries inflicted by inmates or parolees of the State. The State agrees to disclose to the Contractor any statement(s) known to State staff made by any inmate or parolee which indicates violence may result in any specific situation, and the same responsibility shall be shared by the Contractor in disclosing such statement(s) to the State. 8. SECURITY CLEARANCE/FINGERPRINTING The State reserves the right to conduct fingerprinting and/or security clearance through the Department of Justice, Bureau of Criminal Identification and Information (BCII), prior to award and at any time during the term of the Agreement, in order to permit Contractor and/or Contractor’s employees’ access to State premises. The State further reserves the right to terminate the Agreement should a threat to security be determined. 9. NOTIFICATION OF PERSONNEL CHANGES Contractor shall notify the State, in writing, of any changes of those personnel allowed access to State premises for the purpose of providing services under this Agreement. In addition, Contractor shall recover and return any State-issued identification card provided to Contractor’s employee(s) upon their departure or termination.

Page 35 of 47 12/26/2013 4:11 PM

p. 37

State of California

Bid RFQ 13-039

10. CONTRACTOR EMPLOYEE MISCONDUCT During the performance of this Agreement, it shall be the responsibility of the Contractor whenever there is an incident of use of force or allegation(s) of employee misconduct associated with and directly impacting inmate and/or parolee rights, to immediately notify CDCR of the incident(s), to cause an investigation to be conducted, and to provide CDCR with all relevant information pertaining to the incident(s). All relevant information includes, but is not limited to: a. Investigative reports; b. Access to inmates/parolees and the associated staff; c. Access to employee personnel records; d. Information that reasonably necessary to assure CDCR that inmates and/or parolees are not or have not been deprived of any legal rights as required by law, regulation, policy and procedures; and e. Written evidence that the Contractor has taken such remedial action, in the event of unnecessary or excessive force, or employee misconduct with inmates and/or parolees, as will assure against a repetition of incident(s) or retaliation. To the extent that the information provided by the Contractor fails to so assure CDCR, CDCR may require that any implicated Contractor staff be denied access to and the supervision of CDCR inmates and/or parolees at the facility and access to inmate and/or parolee records. Notwithstanding the foregoing, and without waiving any obligation of the Contractor, CDCR retains the power to conduct an independent investigation of any incident(s). Furthermore, it is the responsibility of the Contractor to include the foregoing terms within any and all subcontracts, requiring that subcontractor(s) agree to the jurisdiction of CDCR to conduct an investigation of their facility and staff, including review of subcontractor employee personnel records, as a condition of the Agreement. 11. NON-ELIGIBLE ALIEN CERTIFICATION (Sole Proprietor Contract only) Req’d by SCM, added 04/04 By signing this Agreement Contractor certifies, under penalty of perjury, that Contractor, if a sole proprietor, is not a nonqualified alien as that term is defined by the United States Code (U.S.C.) Title 8, Chapter 14, Section 1621 et seq. 12. WORKERS’ COMPENSATION Contractor hereby represents and warrants that Contractor is currently and shall, for the duration of this agreement, carry workers’ compensation insurance, at Contractor’s expenses, or that it is self-insured through a policy acceptable to CDCR, for all of its employees who will be engaged in the performance of this agreement. Such coverage will be a condition of CDCR’s obligation to pay for services provided under this agreement. Prior to approval of this agreement and before performing any work, Contractor shall furnish to the State evidence of valid workers’ compensation coverage. Contractor agrees that the workers’ compensation insurance shall be in effect at all times during the term of this Page 36 of 47 12/26/2013 4:11 PM

p. 38

State of California

Bid RFQ 13-039

agreement. In the event said insurance coverage expires or is canceled at any time during the term of this agreement, Contractor agrees to give at least thirty (30) days prior notice to CDCR before said expiration date or immediate notice of cancellation. Evidence of coverage shall not be for less than the remainder of the term of the agreement or for a period of not less than one year. The State reserves the right to verify the Contractor’s evidence of coverage. In the event the Contractor fails to keep workers’ compensation insurance coverage in effect at all times, the State reserves the right to terminate this agreement and seek any other remedies afforded by the laws of this State. Contractor also agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all of Contractor’s workers’ compensation claims and losses by Contractor’s officers, agents and employees related to the performance of this agreement. 13. INSURANCE REQUIREMENTS (Supersedes Provision Number 20, Insurance, of GSPD-401IT) Insurance as required herein shall be a condition of the State’s obligation to pay for services provided under this Agreement. Prior to approval of this Agreement and before performing any work, Contractor and any subcontractor shall furnish to the State evidence of valid coverage. The following shall be considered evidence of coverage: A certificate of insurance, a ―true and certified‖ copy of the policy, or any other proof of coverage issued by Contractor’s insurance carrier. Binders are not acceptable as evidence of coverage. Providing evidence of coverage to the State conveys no rights or privileges to the State, nor does it insure any State employee or insure any premises owned, leased, used by or otherwise or under the control of the State. It does, however, serve to provide the State with proof that the Contractor and any subcontractor are insured at the minimum levels required by the State of California. Contractor agrees that any liability insurance required in the performance of this Agreement shall be in effect at all times during the term of this Agreement. In the event said insurance coverage expires or is canceled during the term of this Agreement, Contractor’s insurance provider must agree to give at least thirty (30) days prior notice to the State before said expiration date or notice of cancellation. Evidence of coverage required in the performance of this Agreement shall not be for less than the remainder of the term of this Agreement or for a period of not less than one year. The State and the Department of General Services (DGS) reserve the right to verify the Contractor’s evidence of coverage; evidence of coverage is subject to the approval of the DGS. In the event the Contractor fails to keep insurance coverage as required herein in effect at all times, the State reserves the right to terminate this Agreement and to seek any other remedies afforded by the laws of the State of California.

Page 37 of 47 12/26/2013 4:11 PM

p. 39

State of California

Bid RFQ 13-039

For all companies and/or businesses and individual providers, the Contractor hereby represents and warrants that the Contractor is currently and shall be, for the duration of this Agreement, at Contractor’s expense insured against: a. Commercial General Liability Provider agrees to carry a minimum of $1,000,000 per occurrence for bodily injury and property damage liability combined. The certificate of insurance must include the following provisions: (1) The insurer will not cancel the insured's coverage without 30 days prior written notice to the State. The California Department of Corrections and Rehabilitation must be named as the ―Certificate Holder‖ and list the following: State of California California Department of Corrections and Rehabilitation Enterprise Information Services – IT Acquisitions Unit 1940 Birkmont Drive, Rancho Cordova, CA 95742 (2) The State of California, its officers, agents, employees, and servants are hereby named as additional insured but only with respect to work performed for the State of California. b. Auto Liability By signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time. 14. SMALL BUSINESS AND DVBE PARTICIPATION – COMMERCIALLY USEFUL FUNCTION (Req’d by SCM) This solicitation and any resulting Agreement shall be subject to all requirements as set forth in the following codes: Government Code Sections 14837, 14838.6, 14839, 14842, 14842.5; and Military and Veterans Code (MVC) Sections 999, 999.6, 999.9. In part, these codes involve requirements for businesses to qualify as a California certified Small Business, Micro business and/or DVBE. The aforementioned companies must perform a commercially useful function to be eligible for award and be ―domiciled‖ in California. A suppliers bid will be considered non-responsive and rejected for failure to comply with the definition and requirements set forth in the statutes Contractors found to be in violation of certain provisions within these code sections may be subject to loss of certification, penalties and Agreement cancellation.

Page 38 of 47 12/26/2013 4:11 PM

p. 40

State of California

Bid RFQ 13-039

The following provisions apply to services provided on departmental and/or institution grounds: 15. BLOODBORNE PATHOGENS Provider shall adhere to California Division of Occupational Safety and Health (CAL-OSHA) regulations and guidelines pertaining to bloodborne pathogens. 16. TUBERCULOSIS (TB) TESTING (revised 01/05) In the event that the services required under this Agreement shall be performed within a CDCR institution/parole office/community based program, prior to the performance of contracted duties, Contractors and their employees who are assigned to work with inmates/parolees on a regular basis shall be required to be examined or tested or medically evaluated for TB in an infectious or contagious stage, and at least once a year thereafter or more often as directed by CDCR. Regular basis is defined as having contact with inmates/parolees in confined quarters more than once a week. Contractors and their employees shall be required to furnish to CDCR, at no cost to CDCR, a form CDCR 7336, ―Employee Tuberculin Skin Test (TST) and Evaluation,‖ prior to assuming their contracted duties and annually thereafter, showing that the Contractor and their employees have been examined and found free of TB in an infectious stage. The form CDCR 7336 shall be provided by CDCR upon Contractor’s request. 17. PRIMARY LAWS, RULES AND REGULATIONS REGARDING CONDUCT AND ASSOCIATION WITH STATE PRISON INMATES AND DIVISION OF JUVENILE JUSTICE WARDS Individuals who are not employees of the California Department of Corrections and Rehabilitation (CDCR), but who are working in and around inmates who are incarcerated within California’s institutions/facilities or camps, are to be apprised of the laws, rules and regulations governing conduct in associating with prison inmates. The following is a summation of pertinent information when non-departmental employees come in contact with prison inmates. By signing this Agreement, the Contractor agrees that if the provisions of the Agreement require the Contractor to enter an institution/facility or camp, the Contractor and any employee(s) and/or subcontractor(s) shall be made aware of and shall abide by the following laws, rules and regulations governing conduct in associating with prison inmates: a. Persons who are not employed by CDCR, but are engaged in work at any institution/facility or camp must observe and abide by all laws, rules and regulations governing the conduct of their behavior in associating with prison inmates or wards. Failure to comply with these guidelines may lead to expulsion from CDCR institutions/facilities or camps. SOURCE: California Penal Code (PC) Sections 5054 and 5058; California Code of Regulations (CCR), Title 15, Sections 3285 and 3415; California Welfare and Institutions Code (WIC) Section 1712

Page 39 of 47 12/26/2013 4:11 PM

p. 41

State of California

Bid RFQ 13-039

b. CDCR does not recognize hostages for bargaining purposes. CDCR has a ―NO HOSTAGE‖ policy and all prison inmates, wards, visitors and employees shall be made aware of this. SOURCE: PC Sections 5054 and 5058; CCR, Title 15, Section 3304 and 4603; WIC Section 1712 c. All persons entering onto institution/facility or camp grounds consent to search of their person, property or vehicle at any time. Refusal by individuals to submit to a search of their person, property, or vehicle may be cause for denial of access to the premises. SOURCE: PC Sections 2601, 5054 and 5058; CCR, Title 15, Sections 3173, 3177, 3288, 4696 and 4697; WIC Section 1712 d. Persons normally permitted to enter an institution/facility or camp may be barred, for cause, by the CDCR Director, Warden, and/or Regional Parole Administrator. SOURCE: PC Sections 5054 and 5058; CCR, Title 15, Section 3176 (a) and 4696; WIC Section 1712 e. It is illegal for an individual who has been previously convicted of a felony offense to enter into CDCR institutions/facilities or camps, or youth institutions/facilities or camps in the nighttime, without the prior approval of the Warden or Officer in charge. It is also illegal for an individual to enter onto these premises for unauthorized purposes or to refuse to leave said premises when requested to do so. Failure to comply with this provision could lead to prosecution. SOURCE: PC Sections 602, 4570.5 and 4571; CCR, Title 15, Sections 3173 and 3289; WIC Section 1001.7 f.

Encouraging and/or assisting prison inmates or wards to escape are crimes. It is illegal to bring firearms, deadly weapons, explosives, tear gas, drugs or drug paraphernalia on CDCR institutions/facilities or camp premises. It is illegal to give prison inmates or wards firearms, explosives, alcoholic beverages, narcotics, or any drug or drug paraphernalia, including cocaine or marijuana. It is illegal to give wards sex oriented objects or devices, and written materials and pictures whose sale is prohibited to minors. SOURCE: PC Sections 2772, 2790, 4533, 4535, 4550, 4573, 4573.5, 4573.6 and 4574; CRR, Title 15, Sections 4681 and 4710; WIC Sections 1001.5 and 1152

g. It is illegal to give or take letters from inmates or wards without the authorization of the Warden. It is also illegal to give or receive any type of gift and/or gratuities from prison inmates or wards. SOURCE: PC Sections 2540, 2541 and 4570; CCR, Title 15, Sections 3010, 3399, 3401, 3424, 3425 and 4045; WIC Section 1712

h. In an emergency situation the visiting program and other program activities may be suspended. Page 40 of 47 12/26/2013 4:11 PM

p. 42

State of California

Bid RFQ 13-039

SOURCE: PC Section 2601; CCR, Title 15, Section 3383 i.

For security reasons, visitors must not wear clothing that in any way resembles state issued prison inmate or ward clothing (blue denim shirts, blue denim pants). SOURCE: CCR, Title 15, Section 3171 (b) (3)

j.

Interviews with specific inmates are not permitted. Conspiring with an inmate to circumvent policy and/or regulations constitutes a rule violation that may result in appropriate legal action. Interviews with individual wards are permitted with written consent of each ward, if he is 18 years of age or older, or with written consent of a parent, legal guardian, or committing court, if 17 years of age or younger. SOURCE: CCR, Title 15, Sections 3261.5, 3315 (3) (W), 3177 and 4700(a)(1)

18. CLOTHING RESTRICTIONS While on institution grounds, Contractor and all its agents, employees, and/or representatives shall be professionally and appropriately dressed in clothing distinct from that worn by inmates at the institution. Specifically, blue denim pants and blue chambray shirts, orange/red/yellow/white/chartreuse jumpsuits and/or yellow rainwear shall not be worn onto institution grounds, as this is inmate attire. The Contractor should contact the institution regarding clothing restrictions prior to requiring access to the institution to assure the Contractor and their employees are in compliance. 19. TOBACCO-FREE ENVIRONMENT (Authority: AB 384, effective 07/01/05) Pursuant to Penal Code Section 5030.1, the use of tobacco products by any person on the grounds of any institution or facility under the jurisdiction of the Department of Corrections and Rehabilitation is prohibited. 20. PRISON RAPE ELIMINATION POLICY CDCR is committed to providing a safe, humane, secure environment, free from sexual misconduct. This will be accomplished by maintaining a program to ensure education/prevention, detection, response, investigation and tracking of sexual misconduct and to address successful community re-entry of the victim. CDCR shall maintain a zero tolerance for sexual misconduct in its institutions, community correctional facilities, conservation camps and for all offenders under its jurisdiction. All sexual misconduct is strictly prohibited. As a Contractor with CDCR, you and your staff are expected to ensure compliance with this policy as described in Department Operations Manual, Chapter 5, Article 44. U. GATE CLEARANCE Contractor and Contractor’s employee(s) and/or subcontractors(s) shall be cleared prior to providing services. The Contractor shall be required to complete a Request for Gate Clearance for all persons entering the facility a minimum of ten (10) working days prior to commencement of service. The Request for Gate Clearance shall include the person’s name, social security number, valid state driver’s license number or state identification card Page 41 of 47 12/26/2013 4:11 PM

p. 43

State of California

Bid RFQ 13-039

number and date of birth. Information shall be submitted to the Contract Liaison or his/her designee. CDCR uses the Request for Gate Clearance to run a California Law Enforcement Telecommunications System (CLETS) check. The check shall include Department of Motor Vehicles check, Wants and Warrants check, and Criminal History check. Gate clearance may be denied for the following reasons: Individual’s presence in the institution presents a serious threat to security, individual has been charged with a serious crime committed on institution property, inadequate information is available to establish positive identity of prospective individual, and/or individual has deliberately falsified his/her identity. All persons entering the facilities shall have a valid state driver’s license or photo identification card on their person. V. SECURITY REGULATIONS a. Unless otherwise directed by the entrance gate officer and/or Contract Manager, the Contractor, Contractor’s employees and subcontractors shall enter the institution through the main entrance gate and park private and nonessential vehicles in the designated visitor’s parking lot. Contractor, Contractor’s employees and subcontractors shall remove the keys from the ignition when outside the vehicle and all unattended vehicles shall be locked and secured while on institution grounds. b. Any State- and Contractor-owned equipment used by the Contractor for the provision of contract services, shall be rendered temporarily inoperative by the Contractor when not in use, by locking or other means unless specified otherwise. c. In order to maintain institution safety and security, periodic fire prevention inspections and site searches may become necessary and Contractor shall furnish keys to institutional authorities to access all locked areas on the worksite. The State shall in no way be responsible for Contractor’s loss due to fire. d. Due to security procedures, the Contractor, Contractor’s employees and subcontractors may be delayed at the institution vehicle/pedestrian gates and sally ports. Any loss of time checking in and out of the institution gates and sally ports shall be borne by the Contractor. e. Contractor, Contractor’s employees and subcontractors shall observe all security rules and regulations and comply with all instructions given by institutional authorities. f.

Electronic and communicative devices such as pagers, cameras/microcameras are not permitted on institution grounds.

cell

phones

and

g. Contractor, Contractor’s employees and subcontractors shall not cause undue interference with the operations of the institution. h. No picketing is allowed on State property.

Page 42 of 47 12/26/2013 4:11 PM

p. 44

State of California

Bid RFQ 13-039

ATTACHMENT A

CONTRACTOR CONFIDENTIALITY AND NON-DISCLOSURE STATEMENT I certify that I shall hold in confidence all discussions, bids, proposals, correspondence, memoranda, working papers, procurement of goods and services, or any other information on any media, which has any bearing on or discloses any aspect of projects within Enterprise Information Services (EIS). Based on my involvement with EIS, where applicable, I certify that I have no personal or financial interest and no present employment or activity, which would be incompatible with my participation in the discussions, review and or participation in the procurement process for the Aspect Software, Inc. and any related procurement thereof. For the duration of my involvement in this Project, I agree not to accept any gift, benefit, gratuity or consideration, or begin a personal or financial interest in a party who is offering, or associated with a business, on the Project. At all times during and after the process by which the California Department of Corrections and Rehabilitation (CDCR) procures Aspect Software, Inc., CDCR’s employees, CDCR’s prospective bidders, and/or CDCR’s vendors shall keep confidential, and shall not disclose to any third party or use, such confidential information, except in the course of their employment by or contractual relationship with the Department, and for the benefit of CDCR. The parties shall protect CDCR’s confidential information using the same degree of care, but no less than a reasonable degree of care, as such party uses to protect his/her/its own confidential information. The parties shall carefully restrict access to CDCR’s confidential information, and they may disclose it only to their employees, contractors, and/or other State agencies that have a need to know it and are bound by obligations of confidentiality. I understand that consultants can be categorized as a public official for purposes of adherence to Conflict of Interest laws and the filing of a Statement of Economic Interests (Form 700). I certify that I have read and understand Conflict of Interest provisions identified in the online presentation ―Ethics Orientation for State Officials‖ sponsored by the State of California Department of Justice, Office of the Attorney General and the Fair Political Practices Commission located at http://caag.state.ca.us/ethics/index.htm. I certify that I will keep confidential and secure and will not copy, give or otherwise disclose to any other party who has not signed a copy of this confidentiality agreement, all information concerning the planning, processes, development or procedures of the Project and all bids, proposals, correspondence, etc. which I learn in the course of my duties on the Project. I understand that the information to be kept confidential includes, but is not limited to, specifications, administrative requirements, terms and conditions, any aspect of any supplier’s response or potential response to the solicitation, and includes concepts and discussions as well as written or electronic materials. I understand that if I leave this Project before it ends, I must still keep all Project information confidential. I understand that following completion of this project that I must still maintain confidentiality should the Project and/or my organization be subject to follow-on contracting criteria per Public Contract Code §10365.5. I agree to follow any instructions provided related to the Project regarding the confidentiality of Project information. I fully understand that any unauthorized disclosure I make may be a basis for civil or criminal penalties and/or contract termination. I agree to advise William J. Collard, at (916) 358-2127, Page 43 of 47 12/26/2013 4:11 PM

p. 45

State of California

Bid RFQ 13-039

immediately in the event that I either learn or have reason to believe that any person who has access to Project confidential information has or intends to disclose that information in violation of this agreement. I also agree that any questions or inquiries from bidders, potential bidders or third parties shall not be answered by me and that I will direct them to the CDCR Policy/Planning, Project Management, and Acquisitions (PPPMA), IT Acquisitions Unit. Date: ________________ Signature: ______________________________________________ Printed Name: _______________________

Title: ______________________________

Organization: _________________________________________________________________ Telephone Number: ____________________

Fax Number: ________________________

Email Address: _______________________________________________________________

Page 44 of 47 12/26/2013 4:11 PM

p. 46

State of California

Bid RFQ 13-039

ATTACHMENT B OFFEROR DECLARATION

http://www.documents.dgs.ca.gov/pd/delegations/GSPD105.pdf

Page 45 of 47 12/26/2013 4:11 PM

p. 47

State of California

Bid RFQ 13-039

ATTACHMENT C PAYEE DATA RECORD (STD 204)

http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf

Page 46 of 47 12/26/2013 4:11 PM

p. 48

State of California

Bid RFQ 13-039

ATTACHMENT D STATEMENT OF ECONOMIC INTERESTS (FORM 700)

http://www.fppc.ca.gov/forms/700-11-12/Form700-11-12.pdf

Page 47 of 47 12/26/2013 4:11 PM

p. 49

State of California

Bid RFQ 13-039

EXHIBIT B-1 RATE SHEET MAINTENANCE COSTS FOR CURRENT PAYPHONE INVENTORY Number of Phones

Unit Cost

60

$0.0

Monthly Extension

Yearly Extension $0.0

AGREEMENT TOTAL

$0.00

$0.00

The Unit Cost represents the rate per Payphone. The Unit Cost includes bi-annual Preventive Maintenance. The Contractor will credit 100% Coin, Operator Services, and Per Call Compensation revenues toward any Payphone’s monthly maintenance costs. If CDCR adds new payphone service, maintenance costs for new devices will be consistent with the Unit Cost above. Twenty percent (20%) of revenues, in excess of $60.00 will be commissioned back to CDCR.

Labor Costs for New Telephone Equipment Installation Installation – Phone

$0.00

Installation – Wall Mount Enclosure

$0.00

Installation – Pedestal Enclosure

$0.00

Installation – Booth Enclosure

$0.00

Installation – Flush Mount Enclosure

$0.00

Installation – Trailer Enclosure

$0.00

Labor Costs for Relocation/De-Installation of Equipment Relocation/De-installation – Phone

$0.00

Relocation/De-installation – Enclosure

$0.00

Labor Costs for the installation of new payphone equipment and/or relocation/de-installation of existing payphone equipment are waived by the Contractor.

12/26/2013 4:11 PM

p. 50

State of California

Bid RFQ 13-039

Question and Answers for Bid #RFQ 13-039 - PUBLIC PAYPHONE MAINTENANCE

OVERALL BID QUESTIONS There are no questions associated with this bid.   If you would like to submit a question,  please click on the "Create New Question" button below.

Question Deadline: Jan 10, 2014 2:00:00 PM PST

12/26/2013 4:11 PM

p. 51