Skip navigation

Al Vendor Bid Evaluation 2001

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
STATE OF ALABAMA

DEPARTMENT OF FINANCE
INFORMATION SERVICES DIVISION
64 North Union Street, Suite 200
Montgomery, Alabama 36130-3854
Telephone (334) 242-3840
Fax (334) 240-3228
JAMES D. BRYCE
Interim Chief Information Officer

DON SIEGELMAN
Governor
HENRYC. MABRY, III
Director of Finance

MEMORANDUM
J

1

1
~

I

I
I
I
!

l~

TO:

Purchasing Division
FROM:

Professor James D. Bryce, CIO
Infonnation Services Division

DATE:

October 1,2001

SUBJECT:

Payphone ITB Evaluation

~

U

(,.Ar.-.

Five vendors submitted responses to ITB # 01-X-2108523 (Payphone bid). These vendors, in order of
high bid to low bid, are:

I

T-Netix/Qwest
AT&T/TeleCorp
Worldcom/Global
Global
Sprint/Evercom

1
1
)

I1

Mr. Ran Garver, Director

$7,397,231.00
$7,279,880.38
$6,905,611.26
$6,521,766.19
$6,278,990.98

T-Netix, the high bid, met all specifications. Per the request of the Department of Corrections and
Department of Finance/ISD, T-Netix perfonned a demonstration of their system on site at the
Corrections Building. In addition, a representative of the Department of Corrections accompanied TNetix to a live site in Mississippi for observation of the system in production.. These demonstrations
allowed the State to corroborate that the proposed system met the requirements of the ITB.
Therefore, I recommend that this ITB be awarded to T-Netix.
Ijbr

Cc: Julie Robertson

/

--

---'\
'\

'\

\

J

STATE OF ALABAMA

DEPARTMENT OF FINANCE
DIVISION OF PURCHASING
RSA UNION BUILDING
100 N. UNION ST., SUITE 192
MONTGOMERY, ALABAMA 36130
(334) 242 -7250

TELE SERVICES-PAY

INMATE

CONTRACT

T-NUMBER•••••••
USAGE ••••••••••
PERIOD •••••••••
SOLICITATION NO

:
:
:
:

TA497
AGENCY TERM CONTRACT
OCTOBER 15, 2001 TO OCTOBER 14, 2004
2108523

CONTRACT BUYER : BETH PARSONS
FAX NUMBER•••• : (334) 242-4419

DATE PRINTED : 04/30/04

BUYER PHONE••••••• : (334) 242-4290
PURCHASING NUMBER. : (334) 242-7250

PAGE NO:

TERMS AND CONDITIONS

FAMILIARIZE YOURSELF 11TH THIS CONTRACT AND THE TERMS AND CONOITIONS
REGARDING THE RESPONSIBILITIES OF THE STATE AND THE VENDORS.
***********************************

*

*
*
*
*
*
*
*

IT IS THE RESPONSIBILITY OF THE ORDERING AGENCY TO MAKE SURE THAT
ALL OF THE INFORMATION SUBMITTED ON THEIR REQUISITION IS CORRECT.
ALlAYS BE SURE 'TO RECHECK YOOR alMJDITY NUIIIERS. AS SOON AS YOOR
PURCHASE ORDER ARRIVES, CHECK IT FOR ACCURACY. IF THERE ARE ANY
DISCREPANCIES, PLEASE NOTIFY THE VENDOR FIRST, THEN CONTACT THE
BUYER LISTED ON THE FRONT OF THIS CONTRACT AS SOON AS POSSIBLE.
IN r.lJST INSTANCES, PROBLEMS CAN BE CORRECTED.

*
*
*
*
*
*
*
*

*

*

*

*

* C(ltPLAINTS ...,ST BE DOCUMENTED & SUBMITTED TO THE BUYER IN WRITING.*

***********************************
SOLICITATION NUMBER : 2108523
3 YEAR CONTRACT 11TH PROVISION FOR REBID:
TO ESTABLISH A THREE YEAR CONTRACT 11TH FUll PRICING, BUT THE STATE
HAS THE OPTION TO REBID THE COMMODITIES AND/OR SERVICES AT ANY TIME
AFTER THE FIRST 12 MONTHS OF THE CONTRACT.
USAGE: STATE AGENCIES, POLITICAL SUBDIVISIONS, CITY AND COONTY
AGENCIES. STATE COLLEGES AND UNIVERSITIES, WHICIPALITIES.
ANNUAL AGREEMENT:
THE PURCHASE ORDER CONSTITUTES A CONTRACT BETWEEN THE STATE OF ALABAMA
AND THE VENDOR. THE VENDOR ACCCEPTS THE CONTRACT AS WRITTEN AND IILL
FULFILL ALL REQUIREMENTS FOR THE VALID PERIOD INDICATED.

2

TERMS AND CONDITIONS

CHANGES/MODIFICATIONS ARE ALLOWED ONLY BY A WRITTEN PURCHASE ORDER
CHANGE THROUGH THE DIVISION OF PURCHASING.
INVOICE TO BE BILLED IN ARREARS. TO THE "BILL TO" ADDRESS.

********************KKKKKK********************************************
************************
NOT ICE
*****************************
NOTW ITHSTAND ING ANY OTHER PROV ISION OF TH IS I. T.B.. DEPARTMENT OF
FINANCE ADMINISTRATIVE RULES 355-4-1-.01 THROUGH 355-4-1-.09 WHICH
GOVERN THE PURCHASE OF GOODS AND SERVICES FROM THE LOWEST
RESPONSIBLE BIDDER ARE NOT APPLICABLE TO THiS TRANSACTION.

*****KKKKKKK**********************************************************

PAGE NO:

3

PAGE NO:

CONTRACT VENDORS

CONTRACT
NUMBER
4006314

VENDOR NUMBER
NAME AND ADDRESS
841031352-00
T-NETIX INC
SUITE 410
2155 CHENAULT DRIVE
CARROLLTON
TX 15006

CONTACT PERSON
PHONE NUMBERS/FAX
MATT ANDERSON
954-518-1091
800-559-1535
334-241-1521

TERMS AND
DELIVERY
NET
180 DAYS ARO

4

PAGE NO:

COMMODITY LISTING

CONTRACT
NUMBER/LINE I

COMMODITY NUMBER
COMMODITY DESCRIPTION

4006314

915-77-075872

00001

UNIT PRICE
MEASURE

VENDOR I
NAME

56.00 % 841037352-00

EA

TERMS
NET

T-NETIX INC

TELEPHONE SERVICE - PAY AND INMATE
COMMISSION PERCENTAGE TO BE PAID
SEE BID
4006314

‫סס‬oo2

915-77-075872

EA
TELEPHONE SERVICES - PUBLIC COMMISSION
PERCENTAGE

56.00 % 841037352-00

T-NETIX INC

NET

5

PAGE NO:

***********************************
IF YOU NEED ASSISTANCE CONCERNING THIS CONTRACT, PLEASE CONTACT THE
I

BUYER LISTED ON THE COVER PAGE.

***********************************

THIS CONTRACT CONTAINS

6 PAGES.

6

-~ STATE OF ALABAMA

I

INVITATION TO BID NO:

DEPARTMENT OF FINANCE
DIVISION OF PURCHASING

1-----------------1
INVITATION TO BID ADDENDUM
r---------'-----------------l
FOR: TELEPHONE SERVICES - PAY AND INMATE

REQ. AGENCY
:
AGENCY REQ.NO. :
T-NUMBER
..
DATE ISSUED
:
VENDOR NO.
:
VENDOR PHONE NO.:
SNAP REQ. NO.
:
BUYER NAME
:
BUYER PHONE
:

ADDENDUM NO:

010000
DEPARTMENT OF FINANCE
TA497
TA497
07/23/01
1227379
BETH PARSONS
(334) 242-4290

BID MUST BE RECEIVED BEFORE:

08/09/01
5:00 PM

**** BUYER COPY ****

BIDS WILL BE PUBLICLY OPENED:

08/10/01
10:00 AM

PLEASE READ ALL INSTRUCTIONS CAREFULLY
THE FOLLOWING CHANGES ARE HEREBY ADDED TO AND MADE A PART OF
(INVITATION TO BID NUMBER 2108523
)

* PAGE 4

AWARD:

* PAGE 4

3 YEAR CONTRACT WITH PROVISION FOR REBID: TO ESTABLISH A
THREE YEAR CONTRACT WITH FIRM PRICING, WITH TWO
OPTIONAL ONE YEAR RENEWALS.
THE STATE HAS THE OPTION TO REBID THE
COMMODITIES AND/OR SERVICES AT ANY TIME AFTER
THE FIRST THREE YEARS.

* PAGE 6

AWARD WILL BE MADE "ALL OR NONE" TO THE HIGHEST
RESPONSIBLE BIDDER MEETING ALL SPECIFICATIONS.

LINE 00001 - UNIT PRICE IS INMATE COMMISSION PERCENTAGE
FROM LINE 1, PAGE 45; EXTENDED AMOUNT IS INMATE
TOTAL DOLLAR AMOUNT FOR LINE 1 FROM PAGE 45 OF
ITB.
ADD LINE 00002 915-77-075872 1 EA - UNIT PRICE IS PUBLIC
COMMISSION PERCENTAGE FROM LINE 2, PAGE 45;
EXTENDED AMOUNT IS PUBLIC TOTAL DOLLAR AMOUNT
FOR LINE 2 FROM PAGE 45 OF ITB.
STATEMENT

F UNDERSTANDING

(CONTINUED)

I UNDERSTAND THE ADDENDUM AND THAT IT MUST BE SIGNED AND RETURNED (UNLESS INDICATED OTHERWISE)
WITH THE BID OR SEPARATELY, PROPERLY IDENTIFIED AND RECEIVED PRIOR TO DATE AND TIME SPECIFIED.

NOTARIZATION
NOT REQUIRED

COMPANY NAME

AUTHORIZED SIGNATURE (INK)

MAIL ADDRESS

TYPE/PRINT AUTHORIZED NAME

CITY, STATE, ZIP

PHONE INCLUDING AREA CODE

f---------------------r---------------------------,
IADDENDUM TEXT
VENDOR NAME
:
VENDOR NUMBER :

INVITATION TO BID

OPEN DATE
T-NUMBER

1

EA

:
:

08/10/01
TA497

TIME:

10:00 AM

PAGE
2

$------VENDOR MUST TOTAL EXTENDED AMOUNTS FOR LINES 1 AND 2 AND
ENTER TOTAL IN BOTTOM RIGHT HAND OF PAGE
( BID TOTAL).
$-----

THIS ADDENDUM INCLUDES CHANGES TO SPECIFICATIONS COVERED AT PREBID
CONFERENCE PLUS INFORMATION FROM BELLSOUTH PUBLIC AS REQUESTED.

l

BP/TM

* * * * * * * * * * * * * * *

END OF ADDENDUM *

* * * ** * * * * * * * * * *

STATE OF ALABAMA
DEPARTMENT OF FINANCE
DIVISION OF PURCHASING

INVITATION TO BID NO:
REQ. AGENCY
AGENCY REQ. NO.

1--------------------1 T-NUMBER
INVITATION TO BID
r..-----.,,<--.........- - - - - - - - - - - - - - - - - - - - 1

FOR:

TELEPHONE SERVICES - PAY AND INMATE

DATE ISSUED
VENDOR NO.
VENDOR'PHONE NO.
SNAP REQ. NO.
BUYER NAME
BUYER PHONE NO.
PURCHASING PHONE NO:

01-X-2108523

010000
DEPARTMENT OF FINANCE
TA497
TA497
06/13/01
1227379
BETH PARSONS
(334) 242-4290(334) 242-7250

BID MUST BE RECEIVED BEFORE:

***** BUYER COpy *****

DATE:

07/30/01

TIME:

5:00

PM

BIDS WILL BE PUBLICLY OPENED:

DATE:

07/31/01

TIME:

10:00AM

TO BE COMPLETED BY VENDOR
INFORMATION IN THIS SECTION SHOULD BE PROVIDED,AS APPROPRIATE. BID RESPONSE MUST BE IN INK OR TYPED
WITH ORIGINAL SIGNATURE AND NOTARIZATION.
1. DELIVERY: CAN BE MADE

DAYS OR

WEEKS AFTER RECEIPT OF ORDER.

2. TERMS: _ _ _ _ _ _(DISCOUNTS ARE TAKEN WITHOUT REGARD TO DATE OF PAYMENT.)
3. PRICES VALID FOR ACCEPTANCE WITHIN

DAYS.

4. VENDOR'S QUOTATION REFERENCE NUMBER, IF ANY:
5. E-MAIL ADDRESS:

(THIS NUMBER WILL APPEAR ON THE PURCHASE ORDER.)
INTERNET WEBSITE:

RETURN INVITATION TO BID:

REGULAR MAIL

COURIER

STATE OF ALABAMA
DEPARTMENT OF FINANCE
DIVISION OF PURCHASING
POBOX 302620
MONTGOMERY AL 36130-2620

STATE OF ALABAMA
DIVISION OF PURCHASING
RSA UNION BUILDING
100 N. UNION ST., SUITE 192
MONTGOMERY, AL 36104

SIGNATURE AND NOTARIZATION REQUIRED
I HAVE READ THE ENTIRE BID AND AGREE TO FURNISH EACH ITEM OFFERED AT THE PRICE QUOTED. I HEREBY AFFIRM I HAVE NOT
BEEN IN ANY AGREEMENT OR COLLUSION AMONG BIDDERS IN RESTRAINT OF FREEDOM OF COMPETITION BY AGREEMENT TO BID AT A
FIXED PRICE OR TO REFRAIN FROM BIDDING.

SWORN TO AND

FEIN OR SSN

AUTHORIZED SIGNATURE (INK)

COMPANY NAME

TYPE/PRINT AUTHORIZED NAME

MAIL ADDRESS

TITLE

CITY, STATE, ZIP

TOLL FREE NUMBER

SUBSCRIBED BEFORE ME THIS
DAY OF

NOTA

P

___

P

NG A

FAX NUMBER

VENDOR NAME

STANDARD TERMS & CONDITIONS

:

VENDOR NUMBER:
ITB NO.
:
OPEN DATE :
T-NUMBER
:
RETURN DA TE :

INVITATION TO BID

01-X-2108523
07/31/01 TIME: 10:00AM
TA497
07/30/01 TIME: 5:00 PM

AUTHORITY:
THE DEPARTMENT OF FINANCE CODE OF ADMINISTRATIVE PROCEDURE, CHAPTER 355-.-1 EFFECTIVE JANUARY 15, 1990 IS INCORPORATED
BY REFERENCE AND MADE A PART OF THIS DOCUMENT, UNTIL REVISIONS ARE COMPLETED. TO RECEIVE A COPY CALL (33.)2.2-1250.
INFORMATION AND ASSISTANCE TO MINORITY BUSINESSES IN THE TECHNICAL COMPLETION OF REQUIRED FORMS MAY BE OBTAINED FROM
THE OFFICE OF MINORITY BUSINESS ENTERPRISE, 1-800-.41-4191.
BID (ITS) RESPONSE INSTRUCTIONS

REV: 09-19-91

1.

TO SUBMIT A RESPONSIVE BID, READ THESE INSTRUCTIONS, ALL TERMS, CONDITIONS AND SPECIFICATIONS.

2.

BID ENVELOPES/PACKAGES/BOXES MUST BE IDENTIFIED ON FRONT, PREFERABLY LOHER LEFT CORNER AND BE VISIBLE HITH THE BID
NUMBER AND OPENING DATE. EACH INDIVIDUAL BID MUST BE SUBMITTED IN A SEPERATE ENVELOPE. MULTIPLE BID RESPONSES
SUBMITTED IN THE SAME ENVELOPE/COURIER PACKAGE, THAT ARE NOT IN SEPARATE ENVELOPES PROPERLY IDENTIFIED, HILL BE REJECTED.
THE DIVISION OF PURCHASING DOES NOT ASSUME RESPONSIBILITY FOR LATE BIDS FOR ANY REASON INCLUDING THOSE DUE TO POSTAL, OR
COURIER SERVICE. BID RESPONSES MUST BE IN THE DIVISION OF PURCHASING OFFICE PRIOR TO THE "RECEIVE DATE AND TIME"
INDICATED ON THE BID.

3.

BID RESPONSES (PAGE 1 AND PRICE PAGES) MUST BE IN INK DR TYPED ON THIS DOCUMENT, DR EXACT FORMAT HITH SIGNATURES
BEING HANDWRITTEN ORIGINALS IN INK (PERSON SIGNING BID AND NOTARY), OR THE BID HILL BE REJECTED. UNLESS INDICATED
IN THE BID, RETURN ALL PRICE PAGES. IF AN ITEM IS NOT BEING BID, IDENTIFY IT AS NB (NO-BID). ALL PAGES SHOULD BE
SECURED. THE DIVISION OF PURCHASING DOES NOT ASSUME RESPONSIBILITY FOR MISSING PAGES. FAXED BID RESPONSES HILL
NOT BE ACCEPTED.

•.

THE UNIT PRICE ALHAYS GOVERNS REGARDLESS OF THE EXTENDED AMOUNT. A UNIT PRICE CHANGE ON A LINE MUST BE INITIALED BY
THE PERSON SIGNING THE BID, DR THAT LINE HILL BE REJECTED. THIS INCLUDES A CROSS-OUT, STRIKE-OVER, INK-OVER,
WHITE-OUT, ERASURE, OR ANY OTHER METHOD CHANGING THE PRICE.

5.

A "NO BID" MUST BE RETURNED TO REMAIN ON A CLASS/SUBCLASS. RETURN PAGE 1 MARKED "NO-BID". IDENTIFY IT ON THE
ENVELOPE AS A "NO-BID". FAILING TO RESPOND TO 3 ITB'S HITHIN THE SAME CLASS/SUBCLASS HILL AUTOMATICALLY PURGE THE
VENDOR FROM THAT CLASS/SUBCLASS. RESPONDING HITH (, "NO-BIDS" KITHIN THE SAME CLASS/SUBCLASS KILL AUTOMATICALLY
PURGE THE VENDOR FROM THAT CLASS/SUBCLASS. A "NO-BID" RECEIVED LATE IS CONSIDERED A NO RESPONSE.

6.

IF A CONFLICT EXISTS BETHEEN THESE INSTRUCTIONS AND THE CODE OF PROCEDURE, THESE INSTRUCTIONS HILL GOVERN.

7.

THE DIVISION OF PURCHASING IS NOT RESPONSIBLE FOR MISINTERPRETATION OF DATA FAXED FROM THIS OFFICE.
DISQUALIFIED/CANCELLED BID

BIDS THAT ARE IMPROPERLY SUBMITTED OR RECEIVED LATE HILL BE A RESPONSE FOR RECORD, BUT KILL NOT BE RETURNED OR A
NOTIFICATION MAILED.
AN IMPROPERLY SUBMITTED BID, LATE BID, OR BID THAT IS CANCELLED ON OR BEFORE THE OPENING DATE KILL BE HELD FOR 15 DAYS AND
THEN DESTROYED. THE BID MUST BE RETRIEVED DURING REGULAR KORK HOURS, MONDAY - FRIDAY, EXCEPT STATE HOLIDAYS. AFTER THE BID
IS DESTROYED, THE DIVISION OF PURCHASING ASSUMES NO RESPONSIBILITY FOR THE DOCUMENT.
THE FOLLOHING IS A PARTIAL LIST WHEREBY A BID HILL BE DISQUALIFIED:
BID NUMBER NOT ON FACE OF ENVELOPE/COURIER PACKAGE/BOX
MULTIPLE BIDS IN SAME ENVELOPE NOT PROPERLY IDENTIFIED
BID RECEIVED LATE
BID NOT SIGNED/NOT ORIGINAL SIGNATURE
BID NOT NOTARIZED/NOT ORIGINAL SIGNATURE OF NOTARY
NOTARIZED OHN SIGNATURE
REQUIRED INFORMATION NOT SUBMITTED KITH BID

PAGE
2

SPECIAL TERMS & CONDITIONS

VENDOR NAME

:

VENDOR NUMBER:

INVITATION TO BID

ITB NO.
:
OPEN DATE :
T-NUMBER
:
RETURN DATE:

01-X-2108523
07/31/01 TIME: 10:00AM
TA497
07/30/01 TIME: 5:00 PM

RECYCLING
WE ENCOURAGE AND SUPPORT THE PURCHASE OF AND USE OF ITEMS CONTAINING
RECYCLED MATERIALS, ENERGY EFFICIENT AND ENVIRONMENTLY SAFE PRODUCTS.
SALES TAX EXEMPTION
PURSUANT TO THE CODE OF ALABAMA, 1975, TITLE 40-23-4 (A) (11), THE
STATE OF ALABAMA IS EXEMPT FROM PAYING SALES TAX. UPON REQUEST, AN
EXEMPTION LETTER WILL BE FURNISHED.
INVOICES
INQUIRIES CONCERNING PAYMENT AFTER INVOICES HAVE BEEN SUBMITTED ARE
TO BE DIRECTED TO THE RECEIVING AGENCY, NOT THE DIVISION OF PURCHASING
BID RESPONSES ON THE INTERNET
INVITATION TO BID RESPONSES (NOT BID RESULTS) ARE AVAILABLE ON OUR
WEBSITE, WWW.PURCHASING.STATE.AL.US.
BID RESULTS
BID RESULTS WILL BE MADE AVAILABLE FOR REVIEW AT THE DIVISION OF
PURCHASING, BUT ONLY AFTER AWARD, AND IT IS PREFERRED THEY BE
REQUESTED IN WRITING WITH THE COMPLETE BID NUMBER. FAX YOUR REQUEST
TO THE "BID REVEIW CLERK" 334-242-4419. IF THE VENDOR IS ATTENDING A
BID OPENING OR IN MONTGOMERY ON BUSINESS, THEY MAY REVIEW A BID IF IT
HAS BEEN AWARDED.
FOREIGN CORPORATION .- CERTIFICATE OF AUTHORITY
ALABAMA LAW PROVIDES THAT A FOREIGN CORPORATION (AN OUT-OF-STATE
COMPANY/FIRM) MAY NOT TRANSACT BUSINESS IN THE STATE OF ALABAMA UNTIL
IT OBTAINS A CERTIFICATE OF AUTHORITY FROM THE SECRETARY OF STATE.
SECTION 10-2B-15.01, CODE OF ALABAMA 1975. TO OBTAIN FORMS FOR A
CERTIFICATE OF AUTHORITY, CONTACT THE SECRETARY OF STATE, CORPORATIONS
DIVISION, (334) 242-5324. THE CERTIFICATE OF AUTHORITY DOES NOT KEEP
THE VENDOR FROM SUBMITTING A BID.
BID IDENTIFICATION
REFERENCE PAGE 2, ITEM 2. DUE TO THE POSTAL SERVICE PUTTING BAR CODE
LABELS ON ENVELOPES, IT CONCEALS THE BID NUMBER AND DATE IF THE VENDOR
HAS WRITTEN THEM OTHER THAN THE LOWER LEFT CORNER, THEREFORE THE BID
WOULD BE REJECTED FOR NOT BEING PROPERLY IDENTIFIED.

**********************************************************************

PAGE
3

I
SPECIAL TERMS & CONDITIONS

VENDOR NAME

:

VENDOR NUMBER:

INVITATION TO BID

ITB NO.
:
OPEN DATE :
T-NUMBER
:
RETURN DATE:

01-X-2108523
07/31/01 TIME: 10:00AM
TA497
07/30/01 TIME: 5:00 PM

AWARD:
AWARD WILL BE MADE "ALL OR NONE" TO THE LOWEST RESPONSIBLE BIDDER
MEETING ALL SPECIFICATIONS.
3 YEAR CONTRACT WITH PROVISION FOR REBID:
TO ESTABLISH A THREE YEAR CONTRACT WITH FIRM PRICING, BUT THE STATE
HAS THE OPTION TO REBID THE COMMODITIES AND/OR SERVICES AT ANY TIME
AFTER THE FIRST 12 MONTHS OF THE CONTRACT.
ANNUAL AGREEMENT:
THE PURCHASE ORDER CONSTITUTES A CONTRACT BETWEEN THE STATE OF ALABAMA
AND THE VENDOR. THE VENDOR ACCCEPTS THE CONTRACT AS WRITTEN AND WILL
FULFILL ALL REQUIREMENTS FOR THE VALID PERIOD INDICATED.
CHANGES/MODIFICATIONS ARE ALLOWED ONLY BY A WRITTEN PURCHASE ORDER
CHANGE THROUGH THE DIVISION OF PURCHASING.
INVOICE TO BE BILLED IN ARREARS, TO THE "BILL TO" ADDRESS.

**********************************************************************
NOTICE
*****************************
************************
NOTWITHSTANDING ANY OTHER PROVISION OF THIS I.T.B., DEPARTMENT OF
FINANCE ADMINISTRATIVE RULES 355-4-1-.01 THROUGH 355-4-1-.09 WHICH
GOVERN THE PURCHASE OF GOODS AND SERVICES FROM THE LOWEST
RESPONSIBLE BIDDER ARE NOT APPLICABLE TO THIS TRANSACTION.

**********************************************************************

PAGE
4

SPECIAL TERMS & CONDITIONS

VENDOR NAME

:

VENDOR NUMBER:

ITB NO.
:
OPEN DATE :
T-NUMBER
:
RETURN DATE:

INVITATION TO BID

01-X-2108523
07/31/01 TIME: 10:00AM
TA497
07/30/01 TIME: 5:00 PM

THE FOLLOWING CONFERENCES WILL BE HELD
CONFERENCE

LOCATION

MANDATORY PRE-BID CONFERENCE
DATE: 06/28/01
TIME: 2:00 PM

STATE PURCHASING
100 N UNION STREET
SUITE 192 CONFERENCE ROOM 1
MONTGOMERY, AL 36104

PAGE
5

VENDOR NAME

PRICE SHEET

:

VENDOR NUMBER:
ITB NO.
:
OPEN DATE :
T-NUMBER
:
RETURN DATE:

INVITATION TO BID
LINE
NO.

COMMODITY/SERVICE DESCRIPTION

RECYCLE
/ENERGY

QUANTITY

UNIT

UNLESS SPECIFIED OTHERWISE BELOW:
SHIP TO:
Rl
/
STATEWIDE

00001

COMMODITY CODE: 915-77-075872
TELEPHONE SERVICE
PAY AND INMATE
COMMISSION PERCENTAGE TO BE PAID
(PLEASE LIST AS PERCENTAGE WITH
3 DECIMAL PLACES)

PAGE TOTAL
BID TOTAL

01-X-2108523
07/31/01 TIME: 10:00AM
TA497
07/30/01 TIME: 5:00 PM

EA

UNIT PRICE

PAGE
6

EXTENDED
AMOUNT

• •

I

-

'1

Introduction
A.

Purpose

The purpose ofthis Invitation to Bid (lTB) is to provide sufficient infonnation to interested
vendors to prepare and submit a bid for evaluation by the State of Alabama, Department
of Finance, Infonnation Services Division (hereinafter referred to as the STATE),
Department of Corrections, Department of Conservation, and other state agencies subject
to the jurisdiction ofthe Department of Finance to establish a three-year contract (with
two one-year renewal options) for the statewide installation of equipment, provision of
service, and payment ofcommissions on telephone calls made from pay telephones
located on State owned or leased property (hereinafter referred to as STATE PROPERTY).
This ITB will include both public and inmate pay telephone service in a concession service
arrangement. Alternate bids will not be accepted.
The Education Television Commission, the Post-secondary Education system, and public
colleges and universities are exempt from the Telecommunications Act. They may elect,
however, to participate in this contract. If so, the vendor will be required to coordinate
activities involving the ordering of service and the paying of commissions with the
STATE, as identified in sections 1.18 and 1.22.
Note:

B.

For the purpose ofthis ITB, the tenn "pay telephone service" is used to generically
describe service provided from both coin and non-coin telephones that are located
either in public areas or State correctional facilities. The tenn "inmate telephone
service" is used to describe service provided from those non-coin telephones that
are available only in the secured areas of State correctional facilities and are used
solely by inmates for making collect calls.

Key Action Dates

The following timetable is anticipated for this ITB:
June 21, 2001
June 28, 2001
July 5, 2001
July 31, 2001

Receive written questions on or before 5:00 p.m.
Pre-Bidder's Conference 2:00 p.m.
Mail out final ITB revisions and official response to questions
Bid Opening 10:00 a.m.

Bids will be opened at the date and time set forth herein at the following location:

1

I

I1
ii
j

l

I

i
~

Department of Finance
Division of Purchasing
100 North Union Street, Suite 192
Montgomery, AL 36130

-8-

l

State Contact

C.

The State Official, to whom all written questions (no oral questions will be
accepted) should be directed, is:
Ms. Julie Robertson, Manager
Department of Finance
Information Services Division
Voice Operations
64 North Union Street, Suite 204
Montgomery, AL 36130
Facsimile: 334-242-2700
Written questions regarding procurement procedures and policies of the STATE
may be referred to:
Ms. Beth Parsons, Buyer
Department of Finance
Division of Purchasing
100 North Union Street, Suite 192
Montgomery, AL 36130
Facsimile: 334-242-4419
Requests for site visits for any State Correctional Facility must be addressed to:
Mr. John Hamm
Department ofCorrections
101 South Union Street
Montgomery, AL 36130
Telephone: 334-353-3877
Vendors must not contact any State Correctional Facility without preapproval
from the Department ofCorrections.

D.

Prime Contracton
The successful vendor will be the prime contractor in all matters, including, but not
limited to installation, maintenance, trouble reporting, billing and any disputes
associated with the requirements ofthe bid.

-9-

••

• t

n -

General Requirements
NOTE: Vendors should understand that the requirements ofthis Invitation to Bid (ITB)
are mandatory. Any deviations from these requirements will result in disqualification of
the bid.

A.

I

Terms and Conditions

1.

Initial Contract Term
The initial contract term will be for three years with, at the option of the
STATE, two one-year renewal options. The successful vendor must provide
service and pay the stated commissions for the initial term and all renewals,
with the exception that the commission rate increase may be negotiated by the
STATE at each renewal period.

2.

Contractual Provisions
The STATE reserves the right to incorporate contractual provisions into any
contract executed as a result of any bid submitted in response to this ITB. The
contract will be subject to the laws ofthe STATE. The contract will be subject
to review by legal counsel ofthe Department of Finance as to legality offonn
and compliance with State laws and terms and conditions of this ITB. This
ITB, and any vendor responses thereto will become a part of any contract
executed.

3.

Changes or Modifications
Any changes made to this ITB prior to the mandatory bidder's conference will
be mailed to all vendors in the form of an addendum, by the Division of
Purchasing. Any changes made to this ITB after the mandatory bidder's
conference will be mailed only to vendors attending the bidder's conference.

4.

Point of Contact
In the event that all or a portion of the service to be provided under the
contract is subcontracted, the successful vendor must be the prime contractor
and be fully responsible for the delivery of all services associated with the
contract, regardless of any arrangement or agreement it may have with a
subcontractor, or any default by a subcontractor. The prime contractor will
be the sole point of contact for all services and equipment provided in this
contract.

5.

Use of Subcontractors
-10-

1 •

If any of the work is, or is to be, subcontracted, the vendor must provide
within the bid a description of the subcontracting organization and the
contractual arrangements made therewith. All subcontractors will be subject
to approval by the STATE. The successful vendor will also furnish the
corporate or company name and the names ofthe officers or principles ofsaid
companies proposed as subcontractors prior to execution of the contract as
specified in this fIB.
~

Vendor~rtificadon

The vendor must be an independent pay telephone provider certified by the
Alabama Public Service Commission to provide pay telephone services and
facilities in Alabama on or before July 1,2001. Vendors are required to submit
with their bid response a copy ofthe Certificate to Provide Pay Telephone
Service granted by the Alabama Public Service Commission, with the date
certified and docket number.
7.

TariffslRatesJCharges

The public coinlcoinless telephones will be ~ominantly utilized by the
citizens of, and visitors to, the State ofAlabama. It is essential that the
services are provided at reasonable and customary rates and charges
without any special surcharges of any kind. The vendor must define the
length ofthe initial period and the billing increments for additional time for
all services provided.
The vendor will not charge the pay telephone user more than the
equivalent LEe rate for local and intraLATA calls based on the origin,
destination, time of day, and type of each call.
The vendor will not charge the pay phone user more than the AT&T
approved tariff rate for interLATA, interstate, and international calls based
upon the origin, destination, time ofday, and type-ofeach call. The
winning vendor must ensure that tariffed rate changes ofthe LEe and
AT&T are updated in its rating system within-3D days ofthe effective date
ofthe said tariffchange.
The STATE will not incur any costs associated with any State or FCC fees,
nor will commissions be decreased due to any State or FCC fees or taxes,
for the life of the contract.
8.

Rnles and Regnladons
AU services and equipment offered by vendors must comply with all Federal
and STATE laws, rules and regulations including but not limited to pricing,
-11-

• t

branding, provision of consumer information, accessibility to interexchange
carriers, accommodations for the handicapped and any applicable
construction, electrical and safety codes.

9.

Permits and Licenses
Vendors must provide all services in compliance with all tariffs, rules, and
regulations, or licenses governing.said services. The permits and licenses will
be obtained without any cost to the STATE.

10.

Preferred Interexchange Carrier (pIC) Changes
Preferred Interexchange Carrier (PIC) changes, which involve the switching
oflong distance service from one interexchange carrier to another, will be the
sole responsibility ofthe vendor. The vendor must be responsible for all costs
associated with PIC changes and for follow-up with the local exchange carrier
to ensure that requested changes have been implemented expeditiously.

11.

Response Preparation and Bid Format
The bid must be in the same format and sequence as presented in this ITB.
The bid must include information sufficiently detailed to substaDtiate that the
products and services offered meet or exceed the specifications. However, a
bid will be eliminated from consideration ifthe services offered in the bid do
not comply with the requirements. If a vendor fails to fully complete and
submit all forms, that bid will be rejected. The STATE is not liable for any cost
incurred by a vendor replying to this ITB.
a.

The vendor must sign on the signature line, date, type or print their
name and title and have notarized in the spaces provided on page 1
ofthe bid document. In doing so, the vendor agrees to comply with
all mandatory items herein and to provide the STATE with all
requested information. This requested information must reference
the specific page number and item number.

b.

Each vendor is required to submit an original signed bid and two
complete copies.

c.

At any time after submission of bids, and prior to award, the STATE
may request the vendor to make an oral presentation and/or an
operating demonstration ofthe hardware and software proposed.
Should the STATE request either or both, they must be conducted at
the time and place requested by the STATE, at no cost to the STATE
in accordance with this ITB. In the event an oral presentation is
necessary, the vendor will be required to submit a synopsis of said
presentation signed by the same official who signed the bid.

I•

I
II
-~

I
j

!

-12-

1 •

12.

Mandatory Bidder's Conference

A mandatory bidder's conference will be conducted on June 28, 2001 at 2: 00
p.m. CST, in Montgomery, Alabama at the State Purchasing Auditorium
located at 100 North Union Street, Suite 192. The STA1E will not accept bids
from any vendor who does not attend the bidder's conference. Questions
requiring clarification oflTB contents must be received in writing no later than
5:00 p.m. CST June 21, 2001. Verbal responses in discussions during the
bidder's conference are not binding. A fonnal, written reply to questions
raised at the bidder's conference and any necessary addendum will be
provided within two weeks to all vendors represented at the conference.
13.

Technical Literature

Complete software and hardware product infonnation,including technical
and descriptive literature, must be submitted with the bid in sufficient detail
to substantiate that the products and services offered meet or exceed the
specifications set forth in this ITB. References to technical literature submitted
with the bid are acceptable as a description of the features that satisfy these
specifications.
14.

Financial nata

Each vendor is required to include, in its bid, annual financial statements for
their latest two fiscal years. Ifthe Vendor is a subsidiary of another company,
financial statements on the parent company must also be submitted.
15.

Customer Reference

Vendors must provide with their bid references of up to three (3) customers
who are currently using the same software and hardware being offered
with the bid response.
All customer references provided must include company name, customer
contact name, telephone number, address and contract period. Failure to
provide customer references as specified will result in disqualification of
bid.
16.

Publicity

Any publicity giving reference to this project, whether in the form of press
releases or interviews, brochures, photographic coverage, or verbal
announcements must have the advance approval of the Department of
Finance, Information Services Division.

-13-

•

l

17.

Additions and Rearrangements
The STATE expects, from time to time, to add and/or rearrange pay
telephones at locations listed in the inventory. The vendor will be expected
to install service at new locations and relocate service in accordance with the
terms of this Invitation-to-Bid, and as directed by the STATE.

18.

a.

The vendor will be expected to install both inmate and public
telephone service at correctional facilities.

b.

All new or relocated service locations installed during the term of
this contract or any renewal will be subject to terms and conditions
and the payment of commissions at the rate established in the
contract.

c.

As a public service, the STATE will require (at certain locations, at
no cost to the STATE), at least one public pay telephone regardless
of volume or revenue. These locations will include, but will not be
limited to, State Parks and State Highway Rest Areas. These
locations will be detennined by the STATE.

Ordering of Service
AII orders for service from the STATE to the vendor will be in writing, issued
and signed by the Voice Operations Manager of the Information Services
Division or her authorized representative. The vendor will not install,
remove, modifY, or change service at any location without this prior written
approval. Vendor must provide to the STATE (ISD) and to the site contact the
estimated due date.

19.

Vendor Responsibilities
In addition to all administrative, functional, and technical requirements
specified in this ITB, vendor will be responsible for coordinating all service
required from the local regulated telephone company. Vendor will be
responsible for all charges from the local regulated telephone company for
service provided.

20.

Ownership of Pay Telephone Equipment
Ownership of all pay telephone equipment that is installed under this
contract will remain the property of the vendor. The STATE will not accept
ownership or liability for equipment or software.

-14-

1

21.

Commission Reports
The vendor must submit with its bid response a sample of the proposed
management reports. All revenue information will be detailed by telephone
number, accounting code and agency in such a way that the reports can be
used to audit the requirements of this ITB. The reports specified in Section IV
must be furnished. During the term of the contract, two copies of the traffic
reports and commission statements must be provided to the Information
Services Division within sixty days of the close ofthe vendor's billing cycle.

22.

Commissions
Commissions will be calculated by multiplying the vendor's commission
percentage by the vendor's total gross revenue. The STATE requires,
however, a guaranteed minimum commission payment of $6,500,000
annually.
.
Commissions must be remitted so as to be received by the STATE within
sixty (60) calendar days of the close of each period for which 'commissions
are being paid. Commissions will be forwarded to:
Ms. Julie Robertson, Manager
Department of Finance
Information Services Division
Voice Operations
64 North Union Street, Suite 204
Montgomery, AL 36130
All commission checks should be made payable to:
State of Alabama
Telephone Revolving Fund

23.

Commission Guarantee Bond
Successful Vendor may be required to post a commission bond, the
maximum of which will be the guranteed commission payment of
$6,500,000.
The commission bond must be issued from a surety company that meets
the following requirements:
a.

The surety company must be certified to do business in the State of
Alabama.

b.

The surety company shall have been in the surety business for at least

-15-

•

•

L

five (5) years.

24.

c.

The surety company shall have a minimum Best's Policy Holder
rating ofA and required financial ofVIII from Best's Key Rating
Guide.

d.

All bonds shall be signed by a Licensed Resident Agent that holds
current Power ofAttorney from the surety company issuing the bond

Default

If the vendor fails to pay to the STATE any contractual amount owed as
specified in the resultant contract when due and payabl~ or fails to perform
promptly any of the other covenants or obligations contained herein9 and
such default or failure to perform continues for a period of thirty days after
written notice ofsuch failure to pay or perform is received by the vendor9 then
the STATE will have the right to cancel the contract and proceed against the
Commission Guarantee Bond.
25.

Insurance
The vendor shall possess at a minimum the following types ofinsurance
and in the amounts indicated:
Commercial General Liability
Worker's CompensationlEmployer's Liability

$1 9 000,000
$ 5009000

The vendor shall insure all equipment associated with the ITB and will not
hold the STATE responsible for the~ los~ or damage to any equipment.
26.

Conversion
The winning vendor must convert at no cost to the STATE, all existing
inmate and public pay telephones, equipmen~ and facilities (i.e'9 circuits
and wiring). The STATE will not be responsible for any costs associated
with conversion.

m .

Current Environment
A.

Public Pay Telephone Inventory

Attachment A contains an inventory listing of public pay telephones at state
agency locations. This information is provided to assist vendors in preparing their
bids and is based on the most current available information. No representation is
made that this information is complete and/or accurate.

·16-

J

Attachment B contains an inventory listing of inmate telephones at the Department
of Correctionsl facilities. This infonnation is provided to assist vendors in
preparing their bids and is based on the most current available infonnation. No
representation is made that this infonnation is complete and/or accurate.
C.

Payphone Summary
Attachment C is a summary of inmate and payphone revenue from May 2000
through April 200 I.

IV - Administrative Requirements
A.

Productive Use Requirements
The objective of the Productive Use Requirements is to protect the STATE from
being the test site for new telephone hardware, software and enhanced services.
All proposed services must have a record of proven perfonnance.
1.

Customer In-Use
The purpose of the Customer In-Use requirement is to ensure that
telephone equipment and related services ofthe payphone and inmate
telephone service will perfonn to required specifications in support of this
State program.
The following requirements are intended to apply to all pay telephones
associated with this ITB. Hardware, wiring and cabling must meet current
National Telephone Industry Association (NTIA) reliability standards.
Enclosures and related materials will meet all applicable standards identified
by the FCC and the Alabama Public Service Commission. Pay telephones, line
access and transmission quality will meet industry standards and all State and
Federal regulations.
Pay telephones and associated enclosures must comply with all applicable
Federal, State and local laws, rules and regulations concerning use of such
telephones by disabled persons and the hearing impaired.
Modifications or updates to services provided which offer improvements or
additional features may be allowed. However, any modifications or updates
must be approved by the STATE prior to actual telephone installation.
a.

Pay Telephone (coin or coinless) Hardware: Each type of hardware
component installed by a vendor under the tenns and conditions of
this ITB must have been installed and in productive use, in
substantially the configuration proposed, by a customer external to the

-17-

'

•

I

2.

a.

Pay Telephone (coin or coinless) Hardware: Each type of hardware
component installed by a vendor under the terms and conditions of
this ITB must have been installed and in productive use, in
substantially the configuration proposed, by a customer external to the
vendor's organization, for at least six (6) months prior to the bid
submission date specified in Section I.

b.

Other Hardware: Enclosures, and other hardware external to the actual
pay telephone instrument, must have been installed and in productive
use by a customer external to the vendor's organization, for at least six
(6) months prior to the bid submission date.

c.

Pay Telephone (coin or coinless) Software: Programmable software
residing in each telephone proposed by the vendor in response to this
ITB must have been installed and in productive use, by a paying
customer external to the vendor's organization, for at least six (6) months
prior to the bid submission date specified in Section I.

d.

Other Software: Other software means any software in operation for
the purpose of data gathering; maintenance and reports related to, but
not limited to, coin collection, call detail information,
revenue/commission, and other related business activities. Each item
of software, other than that residing in the telephone, proposed by the
vendor in response to this ITB must have been installed and in
productive use, in substantially the configuration proposed, for a
customer external to the vendor's organization, for at least three (3)
months prior to the bid due date specified in Section I. The singular
exception to this requirement is report software that may require
development for the express purpose ofproviding reports specific to,
and required by, the State ofAlabama.

Equipment Reliability and Maintainability Information

a.

For purposes of this ITB, the vendor will supply statistical data
pertaining to the reliability and maintainability of the proposed
telephone equipment. The vendor, in response to this ITB, must
include information regarding diagnostics and methods for
detecting out-of-service conditions and full coin-in-box conditions.

b.

The vendor will include, with the above, a narrative describing the
quality control and reliability program currently in operation within
the company that manufactures the proposed telephones and
within the bidding company's organization (including
subcontractors).

c.

The vendor will include, with the above, information regarding

-18-

I

credit card authorization, method of data storage of billing
information, transfer of this data to billing agent (if applicable), and
assurances ofbilling accuracy. Vendor must also describe their
billing system for preparing bills to the calling or called party and
the involvement of a LEe or a third party in the billing process.
d.

3.

B.

The STATE must be assured, prior to award of contract, that the
equipment offered is of proven reliability. If, during the evaluation
process, the STATE is unable to assure itself of the proposed
equipment's reliability, the STATE has the option of requesting
from the vendor any information which the STATE deems
necessary to determine equipment and service reliability.

Vendor Responsibilities
a.

The successful vendor(s) will provide all material and labor
necessary to install, test and implement each payphone and inmate
telephone service(s), at no cost to the STATE.

b.

Successful vendor will bear the fun cost of installing, providing, and
maintaining telephone line access services to each public payphone
and inmate telephone site.
This includes all responsibility for
provision of associated cable and conduit and any attendant costs
thereof.

c.

Services must be installed and implemented in a manner and a time
frame designed to minimize disruption of the normal functioning of
STATE activities. Service affecting cutovers will be accomplished at
night or on weekends and will be scheduled in advance with the
facility manager and ISO.

d.

The vendor will be responsible for restoration of STATE PROPERTY
premises in cases where defacement or damage occurs as a result of
equipment installation, removal, trenching, or burying of cable.

e.

The vendor will be responsible for coordinating all service required
from the local telephone company. The vendor(s) will also be
responsible for all charges related to telephone company service
provision.

Maintenance
1.

General
The vendor will provide the necessary labor, parts, materials, and

-19-

'

,

.

1I
transportation to maintain all proposed telephone and related services
equipment in good working order and in compliance with the equipment
manufacturer's specifications throughout the life of the contract, at no cost
to the STATE.
The vendor must maintain all pay phones (inmate and public), related
equipment, and any wiring and software required and provided under this
contract, in good working order.
The vendor will provide telephone equipment personnel who have been
trained and qualified on the equipment and software to be serviced and/or
~rtified by the equipment manufacturer if such certification is required by the
manufacturer.

2.

Problem/Solution
The vendor will be responsible for detennining whether a line access failure
is the fault of the local exchange carrier (LEe), the interexchange carrier's
(IXC), or the provider's equipment. If the vendor(s) detennines that the
telephone company is at fault, then the vendor will contact the telephone
company and negotiate the desired services. Ifthe failure is detennined to be
the fault of the vendor's equipment (hardware, software or wiring), the
problem will be corrected by the vendor. The vendor will be held accountable
to isolate and correct all failures involving 20% or more of the telephones at
any single location within four (4) hours and failures involving fewer than
20% within 24 hours.
In the event that a problem cannot be solved in these time frames, the vendor
must contact the state agency involved for the problem location and propose
a plan to correct the problem. The proposed solution must meet with the
satisfaction ofthe STATE.

3.

Warranties
The vendor warrants that the equipment and software when installed will be
in good working order and that the vendor will repair or replace
malfunctioning equipment and return it to good working order whenever
required. Equipment may not be out of service for more than 24 hours
without notifying the STATE.

4.

Certification of Acceptance
Vendor must notify the STATE five (5) working days prior to an area being
cutover.
The vendor will ensure that the services installed have been thoroughly tested

-20-

·
and made ready for use. Installation will not be considered satisfactorily
completed until the vendor receives written notification from the STATE that
the installation has been accepted and that the installed system or service is
working properly. If the system or service is not accepted by the STATE after
a thirty (30) day test period, the STATE may extend the test period for an
additional fifteen (15) days, or terminate the contract for default.
The vendor will be responsible for preventive maintenance as may be
required by the equipment manufacturer and as necessary to maintain the
levels of services proposed and required by the Invitation-to-Bid.

5.

Cleaning

The vendor will be responsible for ensuring that all payphones (inmate and
public), booths, and enclosures are cleaned and sanitized as needed. A
cleaning of each telephone, enclosure, or booth should occur once every
twelve months.
The vendor will remove, when necessary, all fingerprints, graffiti, stickers,
posters, litter, insects, dust and dirt from each telephone and from a three (3)
foot radius surrounding the telephone exclusive of private property.
The vendor must provide with the bid, a plan for maintaining the area
around the payphone for purposes of cleanliness and aesthetics.
6.

Miscellaneous

The vendor will inform the STATE immediately upon any occurrence of an
unusual nature that may result in prolonged (more than 4 hours) or serious
(more than 20% ofequipment) service interruption. The vendor will perform
any work requiring prolonged or serious service interruption at a time which
will cause minimum disruption to the users in agreement with the designated
STATE representative and at a time mutually agreed upon by the vendor and
the STATE.
The vendor's repair services will be available at the payphone and inmate
sites 24 hours a day, seven days a week. The only exception to this
requirement may be, on an individual location basis, where 24 hour access
is restricted and where this access restriction is beyond the control of the
vendor.
7.

FraudtrheftIBad Debt

The STATE will bear no responsibility for fraudulent calls.

-21-

'

,

1

The STATE will bear no responsibility for theft of funds; and furthennore,
no stolen or lost funds or fraudulent call billings will be deducted from
revenues on which commissions are paid to the STATE.
Vendor will not deduct any revenue from the STATE's commissions for
bad debt.

8.

UnbillablelUncollectible Calls
The STATE will bear no responsibility for unbillable or uncollectible calls.
Unbillable or uncollectible calls may not be deducted from gross revenues
011 which commissions are paid to the STATE.

C.

Training
1.

Oven"iew
Vendor must provide to all STATE personnel designated as
telecommunications coordinators, representatives and administrators,
infonnation regarding the operation of equipment and service offered.
Training must also encompass methods by which these State employees
can assess their environment and develop a plan for better placement of
pay phones that maximizes usage, services, commissions, and special
agency needs. All training will be done at no cost to the STATE. Initial
training will be required for approximately five employees at each ofthe 31
Department of Corrections sites. In addition, approximately 10 other
STATE employees will need to be trained.

2.

Training Plan
a.

The vendor must submit a training plan with its bid to be approved
by the STATE. The training plan will define training available to
State personnel both initially and on an as needed basis over the life
ofthe contract. The times and locations of training will be mutually
agreed upon by the State agency and the vendor. NO TRAINING
WILL TAKE PLACE OUTSIDE OF THE STATE OF ALABAMA. A
separate training plan will be required for inmate services.

b.

Vendor must, if requested by the Department ofCorrections, make its
employees available for any applicable training related to working in
and around correctional facilities. Training date and schedules will be
coordinated by the Department of Corrections.

c.

All initial training at a location must be completed prior to cut over
of that location.
~22~

D.

Management Infonnation and Reports
The vendor must provide the reports described in "1" through "6" below.
The vendor report formats must be approved by the STATE. In addition, other
reports must be provided as reasonably required by the STATE. Vendors must
include samples ofthese reports, identified in 1-6 below, in their bids. All payphone
lines must be reported whether they generated commissions or not. The STATE
requires that all reports be submitted in paper and diskette. Details of disk format
will be discussed with the awarded vendor.

1.

Minimum Reporting Requirements for Revenues & Commissions
a.

Revenues (separately identified for coin and non"'coin revenue)
(I)
(2)
(3)

b.

Commissions
(l)
(2)

c.

2.

Per telephone (By Location)
Per Location (e.g., Building A, B, etc.)
Per Accounting Code as supplied by the STATE

IntraLATA Commissions Earned by Account and Total
InterLATA Commissions Earned by Account and Total
(a)
per telephone (by location)
(b)
per location
(c)
per Accounting Code as supplied by STATE
(d)
STATE totals

Frequency of Reports
(I)
Monthly
(2)
Cumulative

Minimum Reporting Requirements for Telephone Data
a.

Calls, Gross Revenues, Minutes of Use (coin and non-coin)
(l)
(2)
(3)
(4)

b.

Local
IntraLATA
InterLATA
International

Level of Detail

-23-

,

t

Per telephone by Location
Per Location
STATE Total
By Accounting Codes as provided by STATE

(I)

(2)
(3)
(4)
c.

Frequency of Reports
(I)

(2)

3.

Monthly
Cumulative

Se~ce Outage Report

This report will be provided when requested and include the following
information for pay telephones that were out of service for 24 or more
continuous hours:
a.
b.
c.
d.
e.
4.

Phone number
Location oftelephone
Time and date of notification
Time and date of service restoration
Cause of outage

Change of Telephone Numbers
This report will be provided when requested and include the following
information associated with a change in telephone number.
a.
b.
c.
d.

5.

Previous telephone number
Location oftelephone
New telephone number
Reason for change

Periodic Inventory
This report will be submitted to the STATE within seven calendar days after
request It will include a current, complete, and accurate accounting of all
telephones and enclosures by telephone number, by type, and by location within
each building.

6.

Call Cost Detail
Vendor must provide itemized detail of all costs (including access line charges)
they incur when completing a five (5) minute intraLATA call during all rate
periods (Weekday, Evening, and Night & Weekend) for the following call
situations:
-24-

a.
b.
c.
d.

from
from
from
from

Montgomery, Alabama to Auburn, Alabama,
Birmingham, Alabama to Tuscaloosa, Alabama,
Huntsville, Alabama to Muscle Shoals, Alabama, and
Mobile, Alabama to Dothan, Alabama.

Vendor must provide itemized detail ofall charges vendor would pass to the
consumer who makes a five (5) minute intraLATA call or accepts a five (5)
minute intraLATA collect call for all rate periods. Include credit card calls,
"1 +", "0+",
"00-", call types for the following situations:

a.
b.
c.
d.

from
from
from
from

Montgomery, Alabama to Auburn, Alabama,
Birmingham, Alabama to Tuscaloosa, Alabama,
Huntsville, Alabama to Muscle Shoals, Alabama, and
Mobile, Alabama to Dothan, Alabama.

The requested cost information outlined in paragraph one above, and the detailed
charges information outlined in paragraph two above, must be included in the
vendor's bid response and as requested by the STATE throughout the contract
period within seven working days of request.

E.

New Area CodeslDialing Changes
The Vendor is responsible for making any hardware or software changes necessary
to implement Alabama's new area code, other new area codes, or any dialing pattern
changes. These changes must be made and implemented on the date of
implementation as set by the Regional Exchange companies.

F.

Rates, Charges and FCCIPSC Compliance
1.

Answer Supen"ision
Billing/charges for pay telephone use must begin at the time of call
completion. Users will not be billed for incomplete calls (e.g., network
intercept recordings, busy signals and no-answers). This applies to direct-dialed calls and operator-assisted calls.

2.

FCC and PSC Compliance
The vendor and all subcontractors will comply with all current applicable
FCC and PSC rules and regulations throughout the term ofthe.Contraet.

G.

Unprofitable Pay Telephones

-25-

Pay telephones installed by the vendor may be reviewed by the vendor(s) for
profitability every twelve months. When the gross total revenues generated as a
result of the placement and usage of the telephone do not cover the vendors
expenses, the vendor(s) may petition the STATE for relocation of the telephone. In
each case, the decision ofthe STATE will be final. The STATE may require a
limited number of pay telephones to be placed in selected locations for
convenience, safety, or security -- regardless of revenue generating potential.
H.

Other Administrative Requirements
1.

Subcontractor Requirements
The vendor awarded the contract will be responsible for coordinating and
controlling all aspects ofthe contract, including support to be provided by
any subcontractor and/or secondary contractors, and will be the sole point
ofcontact with the STATE relative to contract performance.

2.

Subcontractor List
Each participating vendor must submit with the bid a list of proposed
subcontractors. The scope and function of each subcontractor must be
described in detail.

3.

Demonstration Responsibility
A demonstration of the vendors proposed system may be required and, if
so require~ will be the sole responsibility of the vendor to conduct. The
demonstration will be at a site ofthe STATE's choosing.

4.

Right to Audit
Representatives of the Alabama Department of Finance and the Alabama
Public Service Commission or their duly authorized representatives will have
access, for the purpose ofexaminations, to any books, documents, papers, and
records of the vendor as they may relate to the awarded contract.
The vendor will maintain books, records, and documents in accordance with
generally accepted accounting procedures which sufficiently and properly
reflect all Gross Revenues (as defined in Section V) generated by pay
telephones covered under this contract for a period ofthree years. The STATE
may cancel any contract for refusal by the vendor to allow the STATE access,
within seven (7) working days, to all documents, papers, letters, or other
materials originated or received by the vendor in conjunction with the
contract.
The vendor will be required to install intelligent telephones that will track and

-26-

log all calls generated by that telephone. These records will be used to audit
Gross Revenue. These records must include number of calls and number of
minutes.
5.

Coin Collection Schedules and Procedures

The vendor will submit, with its bid, a coin collection schedule and a
description of collection procedures, counting procedures, and deposit
procedures, including the security procedures to safeguard funds from theft.
6.

Moves, Changes, Additions, and Deletions

The 5TATE will have the right to initiate moves, changes, additions, andlor
deletions ofpay phones or inmate telephones. The 5TATE will work with the
vendor to achieve the best balance of service, cost, and commissions.
I.

Indemnity

The vendor must expressly warrant that its proposed equipment and softWare do not
infringe on the patent, copyright or trademark of others. The awarded vendor will
indemnifY, defend and save harmless the State of Alabama, its officers, agents, and
employees, from any legal action or litigation resulting from patent, trademark,
andlor copyright infringements.
J.

Special Considerations for Installation and Maintenance Work at Correctional
Facilities
1.

Security
At least 48 hours prior to starting work at any correctional facility, vendor will supply
the full name, date of birth, and social security number for all its employees andlor
its subcontractors' employees who may be working at each institution to the
institution facility manager at that location.' Vendors personnel must meet the
security standards prescribed by the Department of Corrections, its applicable
regulations, and must obtain passes, permits, and security clearances as applicable.
The Department ofCorrections may summarily reject any vendor's employee which
it believes does not meet its security requirements, or who violates any of its security
rules, regulations, or policies. Failure to provide personnel who meet DOC security
requirements may result in cancellation of any contract awarded under this ITB.

2.

Contraband

Any person who takes into or out of, or attempts to take into or out ofa correctional
facility or the grounds belonging to or adjacent to a correctional 'facility, any item not
specifically authorized by the correctional facility will be prosecuted under the
provisions of Alabama law. All persons, including employees and visitors, entering
the confines of a correctional facility are subject to routine searches oftheir person,

-27-

•

t

,

vehicles, property, or packages. Contraband means any drug, narcotic drug,
intoxicating liquor of any kind, deadly weapon, dangerous instrument, explosive, or
any other article whose use or possession would endanger the safety, security, or
preservation of order in a correctional facility or any person therein. (Any other
article includes any substances which could cause abnormal behavior, Le., marijuana,
non-prescription medication, etc.).
3.

Awarded Vendor's Personnel
The vendor will not employ any individual to perform work under this contract
who has previously been determined unacceptable for performance under any
Department ofCorrections contract, or who has been terminated for cause by the
Department ofCorrections. Vendor will discontinue the use ofany employee for
performance ofwork under the contract upon written notice from the Department
ofCorrections that the individual is not, or is no longer acceptable for
performance under this contract. Vendor personnel will abide by applicable
regulations and directives of the Department ofCorrections.

4.

Vandalism
Any act of vandalism, break-in, or actual or attempted intrusion into either equipment
or software discovered by the vendor must be reported immediately to the institution
facility manager. The STATE will bear no responsibility for the cost of vandalism
to vendor's property at any of the STATE's facilities.

5.

Surveillance
The Department ofCorrections may perform surveillance of vendor's employees to
detect improper activity. Such surveillance may include the use of electronic
equipment. Vendor will inform employees that such surveillance may be conducted,
and that any individual suspected to be guilty of illegal conduct may be prosecuted.

6.

Certification by Vendor's Employees
The vendor will obtain written certification from its employees that they have been
informed of the special conditions in this section of the ITB, and will maintain the
certification on file for the term ofthe contract. Such certification will be provided
to the Department ofCorrections upon request.

7.

Activities Prohibited
The vendor will not, in or about the premises ofthe institution, engage in or permit
gambling or the use ofany device which favors gambling (such as punch cards or slot
machines), engage in loan operations, or sell unauthorized merchandise or services.

K.

Exhibits

-28-

••

Vendors are to append to their bids the Exhibits described below:
1.

Operator Services (Exhibit A)

Describe in Exhibit A the proposed method of providing complete operator services
as required in this ITB.

2.

Collection and Security (Exhibit B)

Vendor will present its plan in Exhibit B, to provide complete revenue collection
service capabilities detailing the methods of collection for each type of revenue
source (coin and non-coin local, intraLATA, and interLATA). The vendor must also
describe the security measures that will be taken to insure the safety of and verify the
accuracy of all revenues collected. The contents of this .exhibit must also include
information regarding the number and location of collection facilities, a description
of the method used to collect and count coins from pay phones, the ratio of pay
telephones to route collectors, the frequency of collection and the method used to
determine coin-in-box level.
3.

Installation and Maintenance (Exhibit C)

Describe in Exhibit C, the ability to provide adequate installation and maintenance
capabilities, resources, planning and control. Preventive, remote and remedial
maintenance capabilities and plans must be included. Other information to be
included in this exhibit are experience of personnel, ratio of technicians to pay
phones, mean time between failure rating, time lapse from order to installation, time
lapse from service call to technician on-site, time lapse from service call to central
office repair and installation procedures, and location of maintenance service centers
within the STATE.
4.

Problem Resolution (Exhibit D)

Describe in Exhibit D the ability to provide effective and efficient problem
resolution. Problem levels addressed must include at a minimum, experience of
personnel and resource management, planning, operations, and implementation. The
ability to escalate problem resolution to higher organization levels and/or additional
technical support if necessary must be addressed. Methods to determine fault
isolation among the various proposed service providers must be provided. Recovery
plans in the event of major loss of required services must also be addressed.
5.

Company Capabilities (Exhibit E)

Demonstrate in Exhibit E the vendor's and/or subcontractor's ability to provide the
STATE with all services specified in this ITB. Description of corporate abilities as
well as that of project managerlkey personnel to be assigned relative to providing

-29-

•

1

pay phone and inmate services to the State of Alabama must be addressed. Discuss
vendor's ability to fulfill the requirements of this ITB, your knowledge of
telecommunications technology implementation and understanding of the pay
telephone business.

6.

Management Reports (Exhibit F)
Demonstrate in Exhibit F the ability to provide complete, accurate and detailed
information necessary for the STATE to properly administer this project. The
vendor will describe the proposed method of ensuring that the management reports
will be complete, accurate, detailed and delivered in a timely fashion. The contents
of this Exhibit must include a discussion of staff technical expertise in report
specification, development and generation, knowledge of management reponing
methods and flexibility of the MIS for management report development. The
required reports must include those required earlier in this section.

7.

Training Plan (Exhibit G)
Describe in Exhibit G the proposed plan to provide training for State representatives.
Training plans must address both non-inmate and inmate requirements. All training
must be complete prior to cutover.
a.

Training for Public Telephone Administrators
Awarded vendor will describe the nature and content of their training
program for State personnel who will serve as liaison between the vendor
and State agencies for whom service will be installed.

b.

Training of Correctional Facilities Personnel
Vendor is required to provide on-site training of up to five personnel per
institution to administer and manage the system. Vendor will describe the
nature and content of their training program for this purpose in the bid
response. As a minimum, the training program must include hands-on
instruction on the use of the administrative and management systems and
reports as well as any other topics required for full understanding,
administration, and operation ofthe system. Each trainee and the institution
facility manager witt be provided a complete set ofoperating instructions for
the administration and management system, to include software and
hardware. They will be sufficiently detailed that an individual familiar with
rudimentary PC commands and operation can administer and manage the
system using the operating instructions provided.
Follow-up training will be provided by the vendor at any time that software
and/or operation ofthe administration and management software is changed.
Revised written operating instructions will also be provided. Copies of
updated software must be provided to the institution project manager within

-30-

J

thirty days of release of updated software.

8.

Implementation Schedule (Exhibit II)
Vendor must submit an implementation schedule for conversion of existing inmate
pay telephones and public pay telephones. The STATE expects an expeditious
implementation, not to exceed six months from the date of award.

v -

9.

Service Record (Exhibit I)
Vendor must submit the company's service record over the last year, identifying.
statistics such as number of total troubles, average time to repair trouble, average
outage time. Statistics must be provided for inmate and non-inmate phones.

10.

Inmate System Description and Documentation (Exhihit J)
Vendor must submit a description of and any documentation for the proposed
equipment, system and software.

Technical and Functional Requirements
A.

Introduction
This section contains the technical and functional requirements pertaining to the services and
associated equipment requested in this solicitation. Paragraph B hereunder provides technical
and functional specifications that must be met for a bid to be deemed responsive and, thereby,
acceptable for evaluation by the STATE. Non-responsive bids will be rejected. In all cases,
therefore, the vendor will provide full and accurate responses to these requirements.
Vendors should note that the State ofAlabama ful1y expects to continue to ensure that highly
reliable, extensively available public telephone service is provided to its citizens, taxpayers,
tourists, visitors and others who wish to place a call from State owned/leased property.

B.

Scope of Services
1.

General Functional Requirements
a.

The successful vendor will provide the full range of payphone services
offered today to the public. In addition, a full range of payment options will
be available to consumers at pay phones located on STATE PROPERTY.
The STATE also requires that all public pay phones provide dial tone first
and DTMF (Touch Tone) dialing where available. The current level of
service must be satisfactorily maintained at all times during transition to new
vendor service.

b.

Vendor must comply with all decisions, policies and regulations of the
Federal Communications Commission (FCC) and the Alabama Public

-31-

•

Service Commission (PSC) as currently written and as amended during the
entire term ofthe contract. Compliance includes, but is not limited to, forms
of interconnection, access to interexchange carriers and posting of required
information at each pay telephone.
c.

Instruments and enclosures proposed must be designed to accommodate
use by the hearing impaired and the physically disabled. Provisions for
wheelchair access must comply with all federal and state regulations.
Provisions for the deaf must comply with federal and state regulations
including requirements relating to roDs (Telephone Devices for the Deaf,
also known as Public Text Telephones).

d~

All proposed "instrument implemented" telephones must be FCC
registered, as required by law, including Part 68 and Part 15 of the FCC
rules and all modifications thereof.

e.

An proposed telephones and enclosures must be in compliance with the
National Electric Code and must be UL approved as required.

f.

All proposed systems must provide a coin and non-coin transaction audit
trail which enables the STATE to verify the coin and non-coin revenues
generated from the pay phones and which enables the STATE to verify all
dial aroundlbypass traffic generated from pay phones located on State
property.

g.

The pay telephones required to be deployed by the vendor (s) will include
indoor and outdoor installations, as well as "coin'\ " non-coin",
"universal", and "inmate" instruments. The final mix of pay telephone
types will be determined by the STATE after consultation with the
vendor.

A coin pay telephone is defined as a pay telephone instrument that permits
payment for calls through the use ofcoins. This instrument also permits the
following billing options: calling card, collect, and third party.
A non-eoin pay telephone is defined as a pay telephone instrument that does not
permit the use ofcoins. This instrument does permit payment through calling
card, collect and third party billing options. It may also accept credit cards.
A univenal pay telephone is defined as a pay telephone instrument that accepts
payment by either coin or noncoin, as described above, and also permits the
insertion or swipe of a credit card and, optionally, a calling card for billing.
An inmate pay telephone is defined as a non-coin pay telephone which permits
"collect only" calls. In a limited number ofcases, such as work release centers,
inmate telephones may permit coin calls.

-32-

2. Public Payphone Services (Non-Inmate)
Public payphone services are solicited for consumers at State agencies and departments
located on properties owned/leased by the State of Alabama. The successful vendor will
provide the following services:
a.

Local service: This is defined in LEC tariffs as those exchanges which can
be called from a public payphone at tariffed local rates.

b.

IntraLATA toll service: This is defined in LEC tariffs as calls within the
regional calling area of the LECbut beyond the local calling area. These
calls are priced according to mileage tables contained in LEC tariffs.

c.

InterLATA toll service: These are calls placed within one LATA (Local
Access Transport Area) to a different LATA and are carried by long
distance companies.

d.

Operator assistance: Callers will be able to access an operator by dialing
"0", or "00" for assistance.

e.

Emergency Services: The vendor's telephones must offer access to 911
emergency services where available. All proposed telephones must meet
the requirements of the State of Alabama, Public Service Commission and
must enable a caller to dial 911 for emergency services, and to reach an
operator by dialing 0, without the necessity of inserting a coin.

f.

Pay Telephone Service for Patrons in Wheelchairs: The vendor must
provide access to public telephones in accordance with applicable federal
and state laws, including but not limited to the Americans with
Disabilities Act Accessibility Guidelines (ADA) for Buildings and
Facilities as amended.

g.

Pay Telephone Service for the Hearing Impaired: The vendor must
provide pay telephone instruments in accordance with the requirements
listed in (l) through (3) below:
(I)

The vendor must provide TODs (or public text telephones as they
are also known) in accordance with applicable federal and state law
including but not limited to Americans with Disabilities Act
Accessibility Guidelines (ADA) for Buildings and Facilities as
amended.

(2)

All pay telephones must be hearing aid compatible in compliance
with federal regulations.

(3)

Pay telephones must provide volume control in accordance with
federal and state regulation.

-33-

·

.
h.

Operation During Power Loss: All pay phones that require commercial
AC power for full operation will continue to provide 911,0+,0- and coin
operation for a minimum of eight hours during a commercial power
failure.

I.

Directory Assistance: Access to local and long distance directory
assistance will be provided from all telephones located on STATE
PROPERTY.

J.

Directories: Directories will be provided in all locations where
currently furnished or where subsequently required by the STATE.

k.

Coin Calls: Payment by means of depositing coins will be required
at many of the STATE's locations.

I.

Non-Coin Calls:

m.

(1)

At all non-inmate locations calling card, collect and third party
billed payment options will be required on a zero plus (0+)
dialed basis and using other access methods as may be
required by law, e.g., 10XXX, 950 or toll-free (1-800, etc.)
access methods. In alI cases, acceptance of Regional Bell
Operating Company calling cards will be required as a
minimum.

(2)

Payment by bank and T&E (Travel & Entertainment) cards
may be required at some portion of the STATE's locations.

(3)

The proposed equipment/services must provide a "bong" tone
within seven (7) seconds of completion of 0+ dialing. If the
user does not enter any additional numbers after the "bong"
tone, the vendor must provide a live operator who will then
answer or a voice prompt will instruct the user within ten (10)
seconds of the "bong" tone at least 95% of the time.

(4)

When a user dials a zero and does not enter any additional
numbers (0- dialing), a live operator will answer within ten
(10) seconds at least 95% ofthe time.

(5)

When a user has received the bong tone and entered the digits
of his or her calling card number, the call must be released to
the network within ten (10) seconds at least 95% ofthe time.

Other Operator Services: The successful vendor will provide the full
range of operator services to which the public has become accustomed,

-34-

including caller assistance, refunds, and credits. Vendors must
describe in detail how they handle incorrectly dialed calls and
disputed billing charges and how eligibility for credits is determined.
n.

Enclosures
(I)

All enclosures, booths, shelves, pedestals, or other mounting
apparatus selected for installation must be approved by the
facility manager.

(2)

Use of Existing Enclosures: The enclosures now residing on
State owned properties belong to current service providers.
Should existing enclosures conform to the specifications and
requirements ofthis ITB, the vendor maya) negotiate purchase
or lease of these enclosures from the present owner, or b)
install new enclosures subject to approval of the facility
manager.

(3)

Enclosure Types: The vendor will offer a variety of enclosure
types subject to the approval ofthe facility manager. In
select locations (e.g. highways and other high traffic areas)
enclosures must provide noise suppression. The enclosure
types listed below must be offered as a minimum.
WaH
Pedestal
Booth
Flush Mount
Trailer (mobile/temporary)

(4)

Adequate lighting must be provided by the vendor(s) at
locations where required by the facility manager. To meet
this requirement, the vendor(s) must make available
enclosures that will provide lighting to easily permit the use
of the proposed instrument and its related services. Where
the requirement for adequate lighting is met by ambient
natural or artificial light, the STATE may select appropriate
enclosures that do not require artificial light.

o.

Vandal Resistant Hardware: AH instruments proposed for use on State
property must be vandal resistant with regard to the cash box, the coin
return bucket, handset and cord, keypad (for coin instruments), casing
and mountings/enclosures (for both coin and coinless instruments).

p.

Fraud Resistant Systems: All proposed systems must detect and deter
fraudulent calls. Each proposed system will have, at a minimum, the

-35-

following capabilities:
(1)

The ability to detect credit cards and calling cards that are not
accepted by the vendor;

(2)

The ability to deter fraudulent international calling card calls;

(3)

The ability to prevent the use of and/or reject slugs;

(4)

For "instrument implemented" systems, the ability to protect
against regenerated dial tone;

(5)

The ability to prevent collect and third party billed calls to the
payphone line.

q.

Environment: All proposed instruments, whether intended for indoor
or outdoor use, must be capable of providing full service, 24 hours a
day, 7 days a week in the STATE's environment regardless of
temperature and humidity fluctuations.

r.

Consumer Information: Consumer information will be provided at
each payphone as required by the Alabama Public Service
Commission and as required by the FCC for an "aggregator" as
defined in the Telephone Operator Consumer Improvement Services
Act of 1990 and FCC rules related thereto including posting name,
address and toll-free telephone number of the operator services
provider.

s.

User Instructions: Instructions to the user will be posted at each
telephone and will precisely describe the method for placing various
types of calls.

t.

Coin Acceptance: The coin acceptance mechanism must accept U.S.
nickels, dimes, and quarters.

u.

Card Reader Mechanism: The card reader mechanism proposed for
non..coin and/or universal telephones must be an "insert" or "swipe"
type. It must permit the automatic reading oftrack 2 ofthe magnetic
stripe and also permit the current or future acceptance of magnetic
stripe calling cards.

v.

Credit Card Acceptance: Those proposed pay telephones that permit
credit card transactions must provide on-line authorization. Generally
accepted bank and credit cards must be accepted. (ex. American
Express, Visa, or MasterCard).

-36-

w.

3.

Some state locations, such as State Parks, will require instruments that
have data ports, so that users can access e-mail, download/upload
files, etc.

Inmate Senrices
Due to the unique nature of correctional facilities, specific types of telephones
and specialized services are required.

a.

InstrumentsIEquipment:
The Department of Corrections requires higher standards for the
security and durability of their equipment than other agencies. With
limited exceptions, all telephone instruments proposed for use at
correctional facilities will be required to meet the following
specifications at a minimum:
(I)

Be "Charge a Call" type with no coin receptacles or containers.

(2)

Be constructed of not less than 16 gauge steel:

(3)

Be constructed with no removable parts including ear and
mouth pieces.
(a)
(b)

b.

Must have metallic tamper proof keypad
Must have an armored cord

(4)

Must interface to an inmate monitoring system.

(5)

Must be available for extensive testing during the initial acceptance
test period to determine its acceptability for use in this special
environment.

Inmate Caning Senrices:
The Department ofCorrections has implemented a secure system for inmates
to make cans from Alabama Prison Facilities. Any system proposed in
response to this ITB must provide the following comparable services as a
minimum:
(l) Dialing procedures required for all calls:
(a) The inmate dials 0+ area code + telephone number.
(b) The automated operator says, "Please state your name." The inmate's
name is then recorded.
(c) The inmate must state his or her name clearly before the call is
processed.
(d) Once "Name" is stated, the system tells the inmate, "Your call is
being processed."

-37-

(e) Inmate holds for the call to be processed.
(t) The called party is told "You have a coUect call from an Alabama
Prison Facility", the name ofthe facility, and plays back the
inmate's recorded name. The announcement must include a rate
quote for the called party, including rate per minute and any other
fees and charges. The called party may at their option accept,
decline, or be given a 1-800-XXX-XXXX telephone number to
call.
(g) Ifthe called party accepts the call, it is then connected.
(h) Ifthe party called does not answer or declines the call, the automated
operator states to the inmate the result of the call ("party is not at.
home", "party will not accept your call", etc.).
(i) All Inmate calls must be directed through an automated operator.
Absolutely no access to a "live" operator will be allowed.
G) The system must provide a recurring announcement at various
intervals that states "This call has been placed from an Alabama
Prison facility", and states the name of the facility.
(2)

Inmate service will be restricted to 0+ Station to
Station Collect Only, no Person to Person will be
allowed. This service will include local, intraLATA
and interLATA collect calls. No other types of calls
may be permitted for inmate service unless
expressly exempted on a limited basis by institution
through a separate memorandum of agreement
issued to the vendor by the STATE. In these limited
instances, the vendor will be required to provide
local coin calling in addition to collect only calling.
Vendors must provide detailed information on the
proposed system's ability to limit inmate calls to
collect only and to the list of called numbers
permitted to each inmate. No access to 800, 900,
10XXX, 950 or other numbers restricted by the
Department ofCorrections is permitted.

(3)

Inmate service will provide for flexible timing restriction.
At a minimum, these timing restrictions must be able to
limit calls from 0 to 30 minutes, in 5 minute increments.
The institution will have the option to have no timing
restrictions if it chooses to do so.

(4)

Inmate pay telephones will provide outgoing service
only. No incoming service will be permitted to inmate
telephones.

(5)

The STATE will bear no responsibility for fraudulent
calls placed from any inmate facility nor will the

-38-

STATE bear any responsibility for theft or
vandalism of inmate telephones or related
equipment. The STATE shall bear no costs
associated with theft, fraud or vandalism, nor will
any such costs be deducted from revenues on which
commissions are due to the STATE.
(6)

Voice Prompts must be multi-lingual. Vendor must
describe how these multi-lingual prompts work and
what languages are available.

Inmate Telephone MoDitorilll Device:
The proposed monitoring system must provide for digital recording. The
vendor will furnish infonnation about the make(s) and model(s) of
the proposed inmate monitoring device(s).
(l)

Capacity: The monitoring device muSt accommodate the
number of inmate lines in each institution with expansion
capability.

(2)

Visual Monitoring: The inmate monitoring device will pennit
the attendant to visually detennine the off-hook and on-hook
status of each inmate telephone. The device must provide a
display ofthe line being monitored.

(3)

Audible Monitoring: The inmate monitoring device will pennit
an attendant to manually select any associated inmate
telephone. The device will pennit the attendant to listen to
any conversation in progress at a selected telephone over the
monitoring device's handset and/or speaker for an unlimited
duration.

(4)

Call Disconnect: The inmate monitoring device will pennit the
attendant to disconnect any call in progress.

(5)

Undetected Supervision: The inmate monitoring device will
allow the attendant access to the inmate call in progress
without a change in the audible signal. The inmate and the
called party will not be aware of when the attendant is present
on the line.

(6)

Alarm: The monitoring device must provide an indication
on the console to sigoalloss ofpower to the.control
equipment. If loss of power occurs during the inmate's use
of the telephone, all inmate telephones will automatically be
rendered inoperable.

-39-

d.

(7)

Speaker: The console must have a hands-free speaker to
allow the attendant to monitor a call. The audible
transmission of the speaker must be of a qual ity to allow the
attendant to clearly hear both calling and called party.

(8)

Cabling: The cable necessary to support this device must be
provided by the vendor or if in place cabling is available and
can be acquired or leased by the vendor from the incumbent
service provider and meets the requirements ofthis system, it
may be reused. This will be a site specific decision made by
the Department ofCorrections.

Inmate Telephone Recording Requirements: The proposed system(s)
will provide, as a minim~ the following:
(I)
(2)
(3)
(4)

Recording ofall voice channels;
The ability for the central monitoring attendant to record both sides
ofa conversation on any inmate telephone line;
Storage on a hard drive for up to 90 days;
Call Portability. The ability to bum a recorded conversation on a CD.

e.

Prevention of Three-way Calling: Vendors must describe their ability to
detect switchhook flashing and to prevent call forwarding and conferencing
at the called party end. The STATE reserves the right to implement this
feature at selected prison facilities as it deems necessary.

f.

Centralized Database: The proposed inmate telephone system must, at a
minimum, provide the following features:
(I) A centralized database, networked to include all facilities in the
state. PIN (Prisoner Identification Number) and PAN (Personal
Allowed Number) information for each inmate must be stored so
that as inmates are moved to another facility, re-entry of
information is not required.
(2) An inmate SPecific list oftelephone numbers which the inmate is
permitted to call, also known as a PAN. An unlocking feature, which
permits STATE authorities at a particular institution to allow inmates
access to unrestricted collect only service, must be provided.
(3)

A required inmate authorization code, also known as a PIN, unique to
each inmate to be associated with each called telephone number list.

(4)

A user friendly, Window-based, method to uPdate and otherwise
change the called number lists and authorization codes and other
database information.

-40-

(5)

A system which prevents calls to numbers other than those on
the permitted list and which requires the input ofthe inmate
authorization code.

(6)

A toU-free communications line/link to each institution.

(7)

Each bid for inmate service must include documentation
of the vendor's plan to build, update and access the
centralized database. To facilitate the process, each
institution will appoint a "facility manager" to work with
the winning vendor and to provide the required inmate
information for the vendor to load into the database. The
vendor will be responsible for loading aU information
into the centralized database and for insuring that no loss
of information occurs during cutover.

(8)

Each "facility manager" will work as a part of the
STATE's implementation team during the installation
.
and acceptance phases of the project.

(9)

The vendor must provide a system administration and
management plan. The plan must include the postcutover administration and management process. If the
vendor is proposing that the STATE manage this postcutover function, then a description of the hardware,
software and system complexity must also be provided.
This description must include as a minimum:
(a)

(b)
(c)
(d)

(d)

(f)

(g)

Assigning personal authorization codes to
each inmate. Corrections will supply these
numbers.
Creating the permissible call list for each
inmate.
Changing entries in the inmate calling
database.
Blocking calls to a specific telephone number
on all telephones even though it is permitted
on inmate calling lists.
Changing passwords and other security
features.
Providing routine, recurring reports on
inmate calling including frequency, date,
time, duration and number called by inmate.
The Department of Corrections prefers to
manage all ofthe functions listed above via
the centralized inmate database.
-41-

g.

(10)

Timing restrictions must be programmable for a
particular inmate by associating the restriction with
that inmate's authorization number in the database.

(11)

It is mandatory that each institution have the ability
to determine the period of the day during which
inmate calling will be allowed, and to enable the
inmate telephone service only during those hours.
This ability is also required for specific areas within
an institution.

(12)

Inmate telephone systems must be able to block
telephone numbers from being called within 24
hours of notice to block.

Report Requirements: Vendor's inmate calling system must
permit the following reporting at a minimum:
(a)
(b)
(c)

I
i

I

h.

Provision of reports on paper and on
Diskette or CD.
Ability to create a monthly report of calls by
inmate.
Ability to create a report of calls by number
called on a routine monthly basis. This
report must identify the inmate code placing
said calls.

Environmental/System Requirements: The proposed inmate telephone
system must provide the following system, security and environmental
features and supporting documentation:

f
(I)

Vendors must provide a detailed statement ofspace
required for the system and must state any
environmental requirements for the space, e.g.,
temperature or humidity.

(2)

One Telecommunications Device for the Deaf (TOO),
at a minimum, will be required at each correctional
institution. The number of TDDs provided will
conform to the requirements of the Americans with
Disabilities Act (ADA) Guidelines for Buildings and
Facilities but will never amount to less than 1 TDD
per institution.

(3)

Inmate telephone systems must be properly
-42-

protected form power surges and fluctuations in
electrical voltage and current. The STATE will bear
no responsibility for damage to an vendor's
equipment from power surges and fluctuations.
(4)

A P. 01 grade of service is required for inmate
service and all of its components.

(7)

Vendor must provide each facility with a "kill"
switch which renders all telephone inoperable
immediately after activating the switch. Facility
manager will dictate placement ofthis switch.

(8)

Vendors must agree to abide by the security
requirements ofthe State ofAlabama, Department
ofCorrections. These requirements include but are
not limited to the need to arrange security
clearances for vendor's personnel, prohibitions on
materials that may be carried in or out of
correctional facilities, certification of vendor's
employees and such other security measures as may
be deemed appropriate by the Department of
Corrections.

i.

Investigative Tools: The vendor should describe any investigative tools,
such as word searc~ that are included in the system.

j.

Billing Procedures: The vendor must describe billing procedures, including
rates, fees and charges to the called parties. All fees charged from inmate
and non-inmate phones must be identified. The vendor must also describe
the procedure, and timing, ofthe commission reimbursements to the STATE.

-43-

I

I

VI -

Commission Percentage Guaranteed

This section is designed for the financial evaluation of bids based on the
commission percentages offered, once a vendor has met all technical and general
requirements of this ITB.
Vendors must complete the "Vendors Commission Percentage Guarantee" form.
The STATE will use the highest percentage shown on line one "PERCENTAGE
GUARANTEE" to determine which vendor is offering the highest commission to
the STATE.
Once a vendor has ·been awarded the con~ the STATE will expect the vendor to
pay the percentage offered on Line 1 for all categories (Local, IntraLATA, and
InterLATA). Percentages will be applied to the vendor's gross revenue to determine
the commissions owed to the STATE. Percentages are fIXed for the life of the
contract; commissions cannot be altered due to any fees or taxes mandated by
federal, state, or local government.
Gross revenue is defined as all revenue, whether controlled by the vendor or not,
generated by the telephone via customer origination. Examples of originated revenues
are: coin, 0+, 0·, 01+, 011+, 00-, 10xxx, 950-10xx, 1-800-xxx-xxxx, bank card, travel
and entertainment card revenue and not merely commissions paid to a vendor by a
subcontactor, e.g. Operator Services Provider (OPS), or interexchange carrier.

-44-

VII - VENDORS COMMISSION PERCENTAGE GUARANTEE

This fonn must be completed by the vendor, or the bid will be rejected. NO
WARRANTY, EXPRESSED OR IMPLIED, is made by the STATE that any
contract resulting from this ITB will include an equal or greater number of pay
telephones, revenue, or minutes of usage, as identified in ATTACHMENT Cor
elsewhere in this ITB.
The vendor is to enter on Line 1the percentage factor they will guarantee to
pay. The percentage factor will be entered with three decimal places. For
example, if the guaranteed percentage amount is 50%, 50.000 would be
entered on Line '1.
This percentage factor will be applied to the vendors gross revenue to
determine the commissions owed to the STATE each month.
This percentage factor will be the basis for award, assuming all technical
specifications have been met.
Line 1: PERCENTAGE GUARANTEE =

%

The percentage factor entered above must be transferred to the price sheet
(Page 7).

-45-

vm -

Evaluation
A.

Receipt of Bids

All bids must be received by the Department Official listed on page I of
the Invitation to Bid in the format described in Section-II. Each bid will
be date and time marked as it is received and each will be verified that it
is properly sealed. Bids will remain sealed until the designated date and
time for opening.
B.

Evaluation of Bids
1.

Bid Opening and Validation Check

All bids received by the date and time specified on page I ofthe
Invitation to Bid will be opened at that time. Bids that are
received after the specified date and time will be rejected.
Bids submitted on time will be checked for conformance to the
requirements of this IlB. Absence of required information will
deem the bid to be nonresponsive and may cause rejection.
2.

Compliance

The STATE will review each bid in detail to determine its
compliance with allllB requirements. If a bid fails to meet an
IlB requirement. the STATE will reject that bid in its entirety.
3.

Reference List Evaluation

All customers on the required customer reference list may be
contacted at the STATE's discretion. The customers contacted
must respond that the service provided by the vendor was
considered to be satisfactory in order for the vendor to be
successful in this part ofthe bid. A response that the vendor's
service has been unsatisfactoryt even from one customer, may be
cause for rejection ofthe bid depending upon the significance of
unsatisfactory item and dependent on the STATE's analysis of
the validity of the unsatisfactory response.
4.

Administrative and Technical Requirements

Bids must satisfy all mandatory administrative and technical
requirements as specified in this ITB.

-46-

s.

Commissions

The vendor whose bid has met all mandatory administrative
technical requirements and has offered the highest commission
percentage factor to the STATE will be selected as the vendor.
6.

Demonstration

Bids will be rank ordered from highest to lowest based on the
commission percentage factor. Demonstration, if required by the
STATE, will be requested from the vendor submitting the bid
with the highest commission percentage factor and that meets
the requirements of this ITB. Ifthe bid is deemed nonresponsive
after demonstration, the vendor with the next highest
commission percentage factor wiU be requested to demonstrate
that its system meets all ITB requirements. The STATE will
continue to request demonstrations from vendors until a
responsive bid is determined at an acceptable commission rate to
the STATE.

-47-

IX -

Demonstration
A.

General

The demonstration is intended to afford the STATE the opportunity to verify the claims
made by the vendor in response to ITB Section V, Technical and Functional
Requirements. The demonstration is also intended to allow the STATE the ability to
corroborate the evaluation of the bid and to confirm that the telecommunications
hardware, related software and any services which are proposed as a result of this ITB
are actually in operation. The STATE reserves the right to determine whether or not a
demonstration of any or all proposed systems is required. The vendor who is
detennined to offer the STATE the highest commission and that meets all the
specifications ofihis ITB may be notified to perform the demonstration.

B.

Preparation

The vendor must prepare and include in the bid (or present to the STATE prior to the
STATE's arrival at the demonstration location) a complete plan for the performance of
all applicable segments ofthe demonstration. The plan must include the following:
Discussion of performance records regarding telephone equipment, including its
internal and external software;
Presentation of presently used management records and reports;
Actual hardware, software, line access method and type offeature group used for
the demonstration configuration; and
Explanation if any segment of the demonstration differs from that proposed.
The vendor must provide or make all necessary arrangements for the demonstration
facilities at no cost to the STATE. The location ofthe demonstration will be determined
by the vendor; however, demonstration within Alabama is preferred.
The vendor will be notified no later than ten (10) working days before the date for
Demonstration of Requirements.
The demonstration must be performed in substantial accordance with the requirements
specified below in Paragraph C. Failure of the vendor to demonstrate that the claims
made by the bid, in response to the ITB requirements, are in fact true, may be sufficient
to cause the bid to be deemed non-responsive. The STATE reserves the right to
determine whether or not the demonstration has been successfully passed.

c.

Requirements
1.

Materials

The vendor will supply all proposed hardware, software, and documentation
needed for the functional demonstration.

2.

Agenda
The agenda will allow no more than one (1) full work week for the
demonstration.
At the STATE's option, an additional time may be scheduled ifthe STATE finds
it necessary to rerun the demonstration (in whole or in part) due to any
malfunction encountered during the initial demonstration period.
The STATE team will arrive at the vendor's demonstration site with the following
expected agenda:

3.

a.

Short briefing by the vendor to provide an overview ofthe demonstration
and an overview ofthe hardware and software ofthe proposed system(s).

b.

Working demonstration: Demonstration ofall proposed systems, services,
and equipment as required by this ITB will be furnished. The
demonstration will include the following:

Schedule and Time
The time ofthe demonstration will be established by mutual agreement between
the vendor and the STATE no later than ten (10) working days prior to the
demonstration.

4.

Scope of the Demonstration
The STATE reserves the right to test any and every function of the proposed
system(s). If required, and failure to function as required occurs at an agency
location, the STATE may terminate the contract.

-49-

ATTACHMENT A

DEPARTMENT: AGRICULTURE & INDUSTRIES

ANI

# Lines

# Telephones

Location

(334)264-9956

1

1

BEARD BLDG

BELL

(334)272-9919

1

1

FARMS MKT.

BELL

TOTALS

2

2

LEC

DEPARTMENT: AGRICULTURE CENTER BOARD

ANI

# Lines

i Telephones

(334)262-9228

1

1

STATE COLI

BELL

(334)262-9456

1

1

STATE COLI

BELL

(334)262-9626

1

1

STATE COLI

BELL

(334)265-9604

1

1

STATE COLI

BELL

(334)834-8885

1

1

STATE COLI

BELL

TOTALS

5

5

Location

LEC

ATTACHMENT A
DEPARTMENT: DAUPHIN ISLAND SEA LAB
ANI

4; Lines

4; Telephones

(334)861-2230

1

1

DAUPHIN IS

GTE

(334)861-2321

1

1

DAUPHIN IS

GTE

(334)861-2411

1

1

DAUPHIN IS

GTE

(334)861-2805

1

1

DAUPHIN IS

GTE

(334)861-3001

1

1

DAUPHIN IS

GTE

(334) 861-7258

1

1

DAUPHIN IS

GTE

(334)861-7305

1

1

DAUPHIN IS

GTE

TOTALS

7

7

LEC

Location

DEPARTMENT: DEPARTMENT BLAKELY PARK

I

ANI

4; Lines

4; Telephones

(334)937-9380

1

1

TOTALS

1

1

LEC

Location

BLAKELY ST

BELL

DEPARTMENT: DEPARTMENT OF ARCHIVES
ANI

(334)262-9608
TOTALS

4; Lines

4; Telephones

1

1

1

1

LEC

Location

ARCHIVES

BELL

DEPARTMENT: ENVIRONMENTAL MANAGEMENT
ANI

4; Lines

4; Telephones

(334) 271-9876

1

1

TOTALS

1

1

LEC

Location

ENVIRONMEN

BELL

I

ATTACHMENT A
DEPARTMENT: HISTORICAL COMMISSION

* Lines

* Telephones

(3341540-9~

1

1

TOTALS

1

1

ANI

LEC

Location

FORT MORGA

GULF

DEPARTMENT: HUMAN RESOURCES
ANI

* Lines

* Telephones

(205)338-1815

1

1

ST. CLAIR

GTE

(205)350-9835

1

1

MORGAN COU

BELL

(205)384-9366

1

1

WALKER COU

BELL

(205)424-9378

1

1

JEFFERSON

BELL

(205)534-9599

1

1

MADISON CO

(205)556-9979

1

1

TUSCALOOSA

BELL

(205)669-9379

1

1

SHELBY COU

BELL

(334) 775-9935

1

1

BARBOUR CO

BELL

(334)624-8326

1

1

HALE CO

(205)367-9256

1

1

PICKENS CO

BELL

(256)845-9913

1

1

DEKALB CO

BELL

(256)927-6387

1

1

CHEROKEE CO

BELL

(205)761-9538

1

1

TALLADEGA

BELL

(205)764-9654

1

1

LAUDERDALE

BELL

(334)264-8878

1

1

MONTGOMERY

BELL

(334)473-8927

1

1

MOBILE COU

BELL

(334)567-9837

1

1

ELMORE COU

BELL

(334)727-9955

1

1

MACON COUN

BELL

(334)749-9206

1

1

FOOD STAMP

BELL

(334)937-9107

1

1

BALDWIN CO

BELL

20

20

TOTALS

LEC

Location

ATTACHMENT A
DEPARTMENT: INDUSTRIAL RELATIONS
ANI

# Lines

# Telephones

(205)254-9750

1

1

OIR B'HAM

BELL

(205)254-9985

1

1

OIR B'HAM

BELL

(334)264-9397

1

1

OIR MONT.

BELL

(205)758-9474

1

1

OIR TUSC

BELL

TOTALS

4

4

LEC

Location

DEPARTMENT: JUDICIAL DEPT.
ANI

# Lines

# Telephones

(334)264-8729

1

1

STATE JUOI

BELL

(334)264-8731

1

1

STATE JUOI

BELL

(334)264-8736

1

1

STATE JUOI

BELL

TOTALS

3

3

LEC

Location

DEPARTMENT: MENTAL HEALTH
ANI

# Lines

(334)636-9301

LEC

1

* Telephones
1

THOMASVILL

BELL

(334)636-9312

1

1

THOMASVILL

BELL

(334)636-9315

1

1

THOMASVILL

BELL

(334)636-9330

1

1

THOMASVILL

BELL

(334)265-3496

1

1

GREIL HOSP

BELL

(334)265-3505

1

1

GREIL HOSP

BELL

(334)834-8490

1

1

GREIL HOSP

BELL

(334)633-9124

1

1

ALBERT BRE

BELL

(334)633-9185

1

1

ALBERT BRE

BELL

(334)633-9286

1

1

ALBERT BRE

BELL

Location

ATACHMENT A
DEPARTMENT: MENTAL HEALTH

I

ANI

# Lines

# Telephones

(334)633-9417

1

1

ALBERT BRE

BELL

(334)633-9542

1

1

ALBERT BRE

BELL

(334)633-9724

1

1

ALBERT BRE

BELL

(334)633-9747

1

1

ALBERT BRE

BELL

(334)633-9978

1

1

ALBERT BRE

BELL

(205)339-9172

1

1

BRYCE-SD A

BELL

(205)345-8516

1

1

BRYCE-2 NO

BELL

(205)349-6304

1

1

BRYCE-ADOL

BELL

(205) 366-9412

1

1

BRYCE-1 NO

BELL

(205)391-9830

1

1

BRYCE-1 NO

BELL

(205)391-9982

1

1

BRYCE-1 NO

BELL

(205)750-8274

1

1

BRYCE-2 NO

BELL

(205)752-2215

1

1

BRYCE-RECR

BELL

(205)752-9174

1

1

BRYCE-ALIC

BELL

(205)752-9180

1

1

BRYCE-l NO

BELL

(205)752-9363

1

1

BRYCE-2 NO

BELL

(205)758-9107

1

1

BRYCE-HARP

BELL

(205)758-9136

1

1

BRYCE-WARD

BELL

(205)758-9207

1

1

BRYCE-2 NO

BELL

(205)758-9261

1

1

BRYCE-HARP

BELL

(205)758-9313

1

1

BRYCE-ALIC

BELL

(205)758-9365

1

1

BRYCE-ALIC

BELL

(205)758-9372

1

1

BRYCE-ADOL

BELL

(205)758-9396

1

1

BRYCE-ALIC

BELL

(205)758-9404

1

1

BRYCE-HARP

BELL

(205) 758-9411

1

1

BRYCE-WARD

BELL

(205)758-9435

1

1

BRYCE-2 NO

BELL

(205)758-9453

1

1

BRYCE-WARD

BELL

LEC

Location

ATTACHMENT A
DEPARTMENT: MENTAL HEALTH

LEe

ANI

# Lines

# TeJ.ephones

(205)758-9611

1

1

BRYCE-WARD

BELL

(205)758-9654

1

1

BRYCE-FRON

BELL

(205)758-9736

1

1

BRYCE-WARD

BELL

(205)758-9794

1

1

BRYCE-FRON

BELL

(205)758-9830

1

1

-HARP

BELL

(205)758-9850

1

1

-HARP

BELL

(205)758-9939

1

1

BRYCE-WARD

BELL

(205)758-9952

1

1

BRYCE-HARP

BELL

(205}758-9981

1

1

BRYCE-HARP

BELL

(205) 759-9102

1

1

BRYCE-1 NO

BELL

(205) 759-9104

1

1

BRYCE-36 E

BELL

(205)759-9106

1

1

BRYCE-2 NO

BELL

(205)

1

1

BRYCE-2 NO

BELL

(205)759-9208

1

1

BRYCE-1 NO

BELL

(205}759-9245

1

1

BRYCE-MAIN

BELL

(205}759-9250

1

1

BRYCE-36 E

BELL

(205)759-9287

1

1

BRYCE-1 NO

BELL

(205)556-9102

1

1

TAYLOR HAR

BELL

(205}556-9251

1

1

TAYLOR HAR

BELL

(205)353-9750

1

1

NO AL REGI

BELL

(205)353-9780

1

1

NO AL REGI

BELL

(205}353-9805

1

1

NO AL REGI

BELL

(205}353-9853

1

1

NO AL REGI

BELL

(205}353-9992

1

1

NO AL REGI

BELL

(205) 556-9100

3

3

TAYLOR HARDIN

BELL

TOTALS

65

65

Location

ATTACHMENT A
DEPARTMENT: MILITARY

1
j
j

I

ANI

t Lines

t Telephones

Location

(205)942-9858

1

1

NATIONAL GUARD

BELL

(334)272-9770

1

1

IONAL GUARD

BELL

TOTALS

2

2

Location

LEC

r

LEC

DEPARTMENT: PUBLIC HEALTH
ANI

# Lines

t Telephones

(205)353-9929

1

1

MORGAN CO

BELL

(334)241-9952

1

1

PUB HEALTH

BELL

(334)241-9993

1

1

PUB HEALTH

BELL

(334)265-9028

1

1

PUBLIC HEALTH

BELL

(334)265-9853

1

1

PUBLIC HEALTH

BELL

(205)384-9366

1

1

WALKER CO

BELL

TOTALS

6

6

ATTACHMENT A
DEPARTMENT: PUBLIC SAFETY
ANI

# Lines

# Telephones

(334)872-9787

1

1

CRIMINAL

(334)874-8083

1

1

CRAIG FIELD

BELL

(334)874-9222

1

1

FIELD

BELL

(334)874-9397

1

1

FIELD

BELL

(334)875-8368

1

1

CRAIG FIELD

BELL

(334)875-9710

1

1

CRAIG FIELD

BELL

(205)435-7376

1

1

AL STATE T

BELL

(334)262-9690

1

1

PUB SAFETY

BELL

(334)832-9573

1

1

PUB SAFETY

BELL

(334)957-4331

1

1

ST. ELMO A

GTE

TOTALS

10

10

Location
J

LEC

BELL

DEPARTMENT: REHAB SERVICES
ANI

# Lines

# Telephones

(205)933-9760

1

1

REHAB SERV

BELL

)288-9857

1

1

REHAB SERV

BELL

2

2

TOTALS

Location

LEC

DEPARTMENT: REVENUE DEPARTMENT
ANI

I Lines

AC/U

(334)262-9310

1

1

GORDON PER

BELL

(334)262-9352

1

1

GORDON PER

BELL

(334)262-9731

1

1

GORDON PER

BELL

(334)264-5164

1

1

GORDON PER

BELL

TOTALS

4

4

Location

LEC

ATTACHMENT A
DEPARTMENT: RSA

ANI

# Lines

# Te1ephones

(334)262-9186

1

1

RSA UNION

BELL

(334)262-9533

1

1

RSA UNION

BELL

(334)262-9575

1

1

(334)262-9672

1

1

RSA TOWER

BELL

(334)262-9956

1

1

RSA TOWER

BELL

(334)834-9109

1

1

RSA PLAZA

BELL

TOTALS

6

6

Location

ER FOR COMM

LEC

BELL

DEPARTMENT: STATE DOCKS

ANI

# Lines

# Te1ephones

(334)432-9036

1

1

STATE DOCK

BELL

(334)432-9051

1

1

STATE DOCK

BELL

(334)432-9133

1

1

STATE DOCK

BELL

(334)432-9162

1

1

STATE DOCK

BELL

(334)432-9170

1

1

STATE DOCK

BELL

(334)432-9210

1

1

STATE DOCK

BELL

(334)432-9404

1

1

STATE DOCK

BELL

(334)432-9533

1

1

STATE DOCK

BELL

(334)432-9553

1

1

STATE DOCK

BELL

(334)432-9737

1

1

STATE DOCK

BELL

(334)432-9910

1

1

STATE DOCK

BELL

11

11

TOTALS

Location

LEC

ATTACHMENT A

DEPARTMENT: STATE PARKS

ANI

4; Lines

4; Telephones

(205)247-9312

1

1

JOE WHEELER

BELL

(205)247-9326

1

1

JOE WHEELER

BELL

(205)247-9385

1

1

JOE WHEELER

BELL

(205)247-9334

1

1

JOE WHEELER

BELL

(205)247-9364

1

1

JOE WHEELER

BELL

(205)247-9386

1

1

JOE WHEEL

BELL

(205)685-9948

1

1

JOE WHEELER

BELL

(205)845-9898

1

1

DESOTO-LD

BELL

(205)845-9889

1

1

DESOTO PK

BELL

(205)845-9896

1

1

DESOTO PK

BELL

(205)571-9035

1

1

GUNTERS PK

BELL

(205)582-8340

1

1

GUNTERS PK

BELL

(205)582-8641

1

1

GUNTERS PK

BELL

(205)582-8915

1

1

GUNTERS PK

BELL

(205)582-8916

1

1

GUNTERS PK

BELL

(205)582-8976

1

1

GUNTERS PK

BELL

(205)582-8329

1

1

GUNTERS LD

BELL

(205)582-8379

1

1

GUNTERS LD

BELL

(205)582-8939

1

1

GUNTERS LD

BELL

(334)687-8552

1

1

LAKEPT PK

BELL

(334)687-8560

1

1

LAKEPT PK

BELL

(334)687-9210

1

1

LAKEPT PK

BELL

(334)687-9255

1

1

LAKEPT PK

BELL

(334)687-9281

1

1

LAKEPT PK

BELL

(334) 687-9285

1

1

LAKEPT PK

BELL

(334)687-9292

1

1

LAKEPT PK

BELL

(334) 687-9963

1

1

LAKEPT PK

BELL

Location

LEC

ATTACHMENT A
DEPARTMENT: STATE PARKS

LEC

(334)858-3153

* Lines
1

* Telephones
1

FLORALA PA

FLORALA

(334)858-3158

1

1

FLORALA PA

FLORALA

(205)234-9802

1

1

WINDCREEK

BELL

(205)234-9818

1

1

WINDCREEK

BELL

(205)234-9819

1

1

WINDCREEK

BELL

(205) 329-9141

1

1

WINDCREEK

BELL

(205)329-9179

1

1

WINDCREEK

BELL

(205)329-9190

1

1

WINDCREEK

BELL

(205)339-9104

1

1

LAKE LURLEEN

BELL

(205)663-9840

1

1

OAK MTN ST

BELL

(205)663-9853

1

1

OAK MTN ST

BELL

(205) 663-9872

1

1

OAK MTN ST

BELL

(205)663-9915

1

1

OAK MTN ST

BELL

(205)663-9942

1

1

OAK MTN ST

BELL

(205)663-9989

1

1

OAK MTN ST

BELL

(205)664-9840

1

1

OAK MTN ST

BELL

(205)991-9266

1

1

OAK MTN ST

BELL

(334) 887-9734

1

1

CHEWACLA S

BELL

(205) 534-9214

1

1

MONTE SAND

BELL

(205)647-9940

1

1

RICKWOOD C

BELL

(205) 729-8032

1

1

ELK RIVER

BELL

(334) 948-9544

1

1

GULF LODGE

GULF

(334)948-9588

1

1

GULF LODGE

GULF

(334)948-9589

1

1

GULF LODGE

GULF

(334)948-9590

1

1

GULF LODGE

GULF

(334)948-9531

1

1

GULF PARK

GULF

(334)948-9539

1

1

GULF PARK

GULF

(334)948-9540

1

1

GULF PARK

GULF

ANI

Location

ATTACHMENT A
DEPARTMENT: STATE PARKS
ANI

# Lines

# Telephones

(334)948-9541

1

1

GULF PARK

GULF

(334)948-9542

1

1

GULF PARK

GULF

(334)948-9543

1

1

GULF PARK

GULF

(334)948-9546

1

1

GULF PARK

GULF

(334)948-9550

1

1

GULF PARK

GULF

(334)948-9551

1

1

GULF PARK

GULF

(334)948-9587

1

1

GULF PARK

GULF

(334)397-2787

1

1

BLUE SPRINGS

GTE

TOTALS

63

63

Location

LEC

DEPARTMENT: INFORMATION SERVICES DIVISION
ANI

# Lines

# Telephones

(334)262-9523

1

1

STATE HOUSE

BELL

(334)262-9555

1

1

STATE HOUSE

BELL

(334)262-9618

1

1

STATE HOUSE

BELL

(334) 262-9723

1

1

STATE HOUSE

BELL

(334)262-9765

1

1

STATE HOUSE

BELL

(334)262-9791

1

1

STATE HOUSE

BELL

(334) 262-9998

1

1

FOLSOM ADMIN

BELL

(334)264-5289

1

1

LURLEEN B

BELL

(334)264-9952

1

1

LURLEEN B

BELL

(334)269-9563

1

1

STATE CAPITOL

BELL

TOTALS

10

10

Location

LEC

ATTACHMENT A
DEPARTMENT: TRANSPORTATION

LEC

ANI

# Lines

# Telephones

(205)254-8916

1

1

LICENSING

BELL

(205)392-9905

1

1

SUMTER WEL

BELL

(205)392-9907

1

1

SUMTER WEL

BELL

(205) 392-9964

1

1

SUMTER WEL

BELL

(205)392-9994

1

1

SUMTER WEL

BELL

(205)423-9808

1

1

I-65/ARDMO

ARDMORE

(205)423-9809

1

1

I-65/ARDMO

ARDMORE

I (205)423-9810

1

1

I-65/ARDMO

ARDMORE

(205) 423-9811

1

1

I-65/ARDMO

ARDMORE

(205)553-9808

1

1

I-59/TUSCA

BELL

(205)553-9809

1

1

I-59/TUSCA

BELL

(205)553-9810

1

1

1-59/20 RE

BELL

(205) 553-9811

1

1

1-59/20 RE

BELL

(205)553-9825

1

1

HWY DEPART

BELL

(205) 556-7144

1

1

I-59/TUSCA

BELL

(205)556-7145

1

1

I-59/20 RE

BELL

(205)594-4702

1

1

I-59/ASHVI

ALLTEL

(205)594-5279

1

1

I-59/ASHVI

ALLTEL

(205)594-5281

1

1

I-59/ASHVI

ALLTEL

(205)594-5283

1

1

I-59/ASHVI

ALLTEL

(205)635-6386

1

1

I-59/VALLEY

GTE

(205)635-6390

1

1

I-59/VALLEY

GTE

(205)635-6392

1

1

I-59/VALLEY

GTE

(205)635-6408

1

1

I-59/VALLEY

GTE

(205)734-9822

1

1

1-65 REST

BELL

(205) 734-9892

1

1

1-65 REST

BELL

(205) 734-9928

1

1

1-65 REST

BELL

(205)734-9990

1

1

I-65 REST

BELL

Location

ATTACHMENT A
DEPARTMENT: TRANSPORTATION

ANI

# Lines

# Telephones

(205)748-4082

1

1

1-20 WEIGH

GTE

(205)748-4100

1

1

1-20 WEIGH

GTE

(205)748-4760

1

1

I-20/LECTA

GTE

(205)748-4770

1

1

I-20/LECTA

GTE

(205)748-4772

1

1

I-20/LECTA

GTE

(205)748-4774

1

1

I-20/LECTA

GTE

(205)755-0793

1

1

1-65 REST

BELL

(205)755-0835

1

1

1-65 REST

BELL

(205)755-1634

1

1

1-65 REST

. BELL

(205)755-1680

1

1

1-65 REST

BELL

(205) 755-2014

1

1

HWY 1 N/CL

BELL

(205)755-4990

1

1

HWY 1 N/CL

BELL

(205)755-7924

1

1

HWY 1 N/CL

BELL

(205)755-8663

1

1

HWY 1 N/CL

BELL

(334)246-9948

1

1

HWY 43/JAC

BELL

(334)262-9686

1

1

ALABAMA ST

BELL

(334)299-3284

1

1

U.S. 231 R

GTE

(334)299-3328

1

1

U.S. 231 R

GTE

(334)366-9214

1

1

HWY 82 RES

BELL

(334)382-8478

1

1

I-65/GREEN

GTE

(334)382-8556

1

1

I-65/GREEN

GTE

(334)382-8636

1

1

I-65/GREEN

GTE

(334)382-8746

1

1

I-65/GREEN

GTE

(334)493-3037

1

1

FRANK JACK

GTE

(334)567-7100

1

1

HWY 231/WE

BELL

(334)576-5533

1

1

I-85/LANET

VALLEY

(334)576-5534

1

1

I-85/LANET

VALLEY

(334)576-5S3S

1

1

I-8S/LANET

VALLEY

Location

LEC

.

ATTACHMENT A
DEPARTMENT: TRANSPORTATION

I

* Li.nes

LEe

i (334) 576-5538

1

* Telephones
1

(334)578-2043

1

1

I-65 REST

BELL

(334)578-9928

1

1

I-65 REST

BELL

(334)584-7315

1

1

U.S. 231 R

MONCRE

(334)584-7316

1

1

U.S. 231 R

MONCRE

(334)677-3723

1

1

~R

GTE

(334)677-7702

1

1

U.S. 231 R

GTE

(334)677-7802

1

1

U.S. 231 R

GTE

(334)687-8541

1

1

HWY 431/EU

BELL

(334)687-9293

1

1

HWY 431/EU

BELL

(334)727-9857

1

1

I-85 REST

BELL

(334)727-9893

1

1

I-85 REST

BELL

(334)727-9932

1

1

I-85 REST

BELL

~7-9998

1

1

I-85 REST

BELL

(334)865-3013

1

1

I-I0/GRAND

GTE

(334)865-4607

1

1

I-I0/GRAND

GTE

(334)865-4625

1

1

I-10/GRAND

GTE

(334)865-4635

1

1

I-10/GRAND

GTE

(334)887-9150

1

1

HIGHWAY 28

BELL

(334)937-9967

1

1

HWY 59 RES

BELL

(334) 946-9101

1

1

I-I0/FLORI

GULF

(334)946-9102

1

1

I-I0/FLORI

GULF

(334)946-9103

1

1

I-10/FLORI

GULF

(334)946-9104

1

1

I-10/FLORI

GULF

(334)966-8104

1

1

I-65/CASTL

CASTLEBERR

(334)966-8107

1

1

I-65/CASTL

CASTLEBERR

(334)966-8109

1

1

I-65/CASTL

CASTLEBERR

83

83

I

ANI

TOTALS

Locati.on

I-85/LANET

I-85/LANET

ATIACHMENTB

DEPARTMENT: CORRECTIONS
ANI

# LINES

# PHONES

LEe

LOCATION

(205) 254-9022

12

12

BIRMINGHAM W.R.

BELL

(205) 436-3044

54

66

DONALDSON

BELL

(205) 467-2462

30

96

ST. CLAIR

ALLTEL

(205) 921-0925

8 ,"

8

HAMll..TON A&I

GTE

(205) 926-5659

72

116

BffiBCOUNTY

BELL

(256) 216-5918

78

129

LIMESTONE

BELL

(256) 234-0883

12

12

ALEX CITY W. R

BELL

(256) 353-8219

20

20

DECATURW.R

BELL

(256) 378-1214

24

24

CHllDERSBURG

BELL

(334) 215-0023

14

14

MONTGOMERY

BELL

(334) 215-1307

54

73

KILBY

BELL

(334) 262-7395

14

14

RED EAGLE

BELL

(334) 446-3382

24

42

HOLMAN

SOUTHLAND

(334) 452-9142

16

16

MOBILE WORK REL

BELL

(334) 567-0506

28

41

TUTWEILER

BELL

(334) 567-2452

48

65

DRAPER

BELL

(334) 567-7157

"24

53

STATON PRISON

BELL

(334) 567-9285

10

10

EDWINA MITCHELL

BELL

(334) 567-8726

24

49

ELMORE

BELL

(334) 624-1155

6

6

STATE CATTLE

BELL

(334) 636-8427

5

5

THOMASVTI...LE

BELL

(334) 682-5871

6

6

CAMDEN WORK REL

SOurm..AND

(334) 738-8720

48

82

BULLOCK

UNIONSPRI

(334) 285-1756

16

16

FRANK. LEE YOUTII

BELL

.

I

I
Ii

1
1

A'ITACHMENTB

DEPARTMENT: CORRECTIONS

#UNES

ANI

# PHONES

LEe

LOCATION

(334) 368-7489

11

11

ATMORE WORK REL

SOUTHLAND

(334) 397-2831

48

43

EASTERLING

GTE

(334) 775-8715

48

46

VENTRESS

BELL

(334) 964-2558

24

24

LOXLEY WORK REL

GULF

(334) 897-3573

7

7

ELBA WORK REI.. .

GTE

(205) 921-0925

10

10

HAMILTON WORK

BELL

(334) 368-5910

48

48

FOUNTAIN

SOUTHLAND

.

PayPhone Revenues for May 2000 • April 2001

Date
Apr-01
Mar-01
Feb-01
. Jan-01
Dec-OO
Nov-OO
Oct-QO
Sep-OO
Aug-OO
Jut-Oo
Jun-OO
May-OO

Total

Total State
Local/intralata Rev.

Total State
Interlata Rev.

Total State
Interlata Min.

ATTACHMENT C

Corrections Total
Revenue

Other State Agencies
Total Revenue

320,759.30
289,555.36
321,676.54
326,914.28
279,493.51
306,175.39
290,439.78
286,591.32
316,707.85
304,976.04
324,204.19
317,983.30

819,007.84
763,176.71
853,830.85
866,203.52
792,728.82
834,413.84
786,140.29
810,906.28
910,257.40
649,049.55
715,214.15
704,704.43

1,323,785
1,239,553
1,416,335
1,436,967
1,315,077
1,389,668
1,314,510
1,340,039
1,517,667
1,488,487
1,625,909
1,583,567

1,110,219.33
1,130,000.00
1,153,705.54
1,173,731.27
1,072,222.33
1,115,924.27
1,048,093.70
1,069,009.56
1,200,113.80
923,280.29
1,007,829.14
997,048.83

29,547.81
20,000.00
21,801.85
19,386.53
19,690.65
24,664.96
28,486.37
28,488.04
26,851.45
30,745.30
31,589.20
25,638.90

3,685,476.86

9,505,633.68

16,991,564

13,001,178.06

306,891.06

..

..