Skip navigation

DE Contract Request for Proposal 2004

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
State of Delaware
Department of Technology and Information
Request for Proposal
INMATE/PUBLIC COIN SERVICES
Contract No. DTI-05-0001
September 22, 2004
ADDENDUM 1

- Deadline to Respond October 12, 2004
1:00 p.m. EDT

State of Delaware

DEPARTMENT OF TECHNOLOGY AND INFORMATION
William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904

September 22, 2004

CONTRACT NO. DTI-05-0001
ADDENDUM 1
ALL OFFERORS:
This Addendum 1 rolls all of the changes and clarifications from the September 22, 2004 Mandatory Pre-bid
meeting into this revised RFP package, included herein.
Your proposal should be based on this new document dated Sep. 22, 2004.
Please acknowledge receipt of this Addendum 1 in your proposal.
There are no other changes.

:mjs
:\ dti-05-0001 ad1

2

State of Delaware

DEPARTMENT OF TECHNOLOGY AND INFORMATION
William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904

September 22, 2004

CONTRACT NO. DTI-05-0001

ALL OFFERORS:
The enclosed packet contains a "REQUEST FOR PROPOSAL" for INMATE/PUBLIC COIN SERVICES. The
proposal consists of the following documents:
REQUEST FOR PROPOSAL - CONTRACT NO. DTI-05-0001
•
•

SPECIAL PROVISIONS, REQUEST FOR PROPOSAL, AND SCOPE OF WORK
PROPOSAL REPLY SECTION
- NO PROPOSAL REPLY FORM
- NON-COLLUSION STATEMENT AND ACCEPTANCE
- PROPOSAL SUMMARY
- DEFINITIONS and GENERAL PROVISIONS

Formatted: Bullets and Numbering

Your proposal and the Proposal Reply Section shall be executed completely and correctly and returned in a clearly
marked envelope displaying the contract number by Tuesday, 1:00 p.m. EDT, October 12, 2004, to be
considered. Bids shall be submitted to Department of Technology and Information, 801 Silver Lake Blvd.,
Dover, DE 19904.
A mandatory pre-bid meeting has been scheduled for September 22, 2004 at 10:00 a.m. at the Department of
Technology and Information, 801 Silver Lake Blvd. Dover, DE 19904 in the 1st Floor Conference Room.
This is a mandatory meeting.
If an offeror does not attend this meeting, they shall be disqualified and shall not be considered for further
evaluation.

3

Deleted: A/B

Please review and follow the information and instructions contained in the General Provisions and this Request for
Proposal. Should you need additional information, please call the following:
Michael J. Sabol, CPPB
Department of Technology and Information
William Penn Building
801 Silver Lake Boulevard
Dover, DE 19904-0370
Email: mike.sabol@state.de.us
Telephone: 302-739-9683
FAX: 302-739-6251
Any contact regarding this RFP package requiring a response should be made in writing via e-mail or hard
copy mailing.

:mjs
:\ dti-05-0001 rfp

4

William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904
REQUEST FOR PROPOSAL
CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
SPECIAL PROVISIONS

1.

COMPETITIVE SEALED PROPOSAL:
It has been determined by The Secretary of The Department of Technology and Information, pursuant
to 29 Dec. C. c. 69 § 6924 (a), that this solicitation be offered as a request for competitive sealed
proposals (RFP). The use of competitive sealed bidding is not in the best interest of the State and the
use of a competitive sealed proposal is necessary to:
•
•
•

2.

Conduct Oral or written discussions with offerors concerning technical and price aspects of their
proposals;
Afford offerors an opportunity to revise their proposals;
Compare the different price, quality and contractual factors of the proposals submitted.

CONTRACT REQUIREMENTS:
This contract will be issued to cover the Inmate and Public Coin telephone services’ requirements for The
Department of Technology & Information (DTI) and shall be accessible to any other State Agency, School
District, Political Subdivision, or Volunteer Fire Company.

3.

CONTRACT PERIOD:
Each contractor’s contract shall be valid from January 1, 2005 through December 31, 2007. Each contract
may be renewed for two (2) additional one-year periods through negotiation between the contractor and
DTI. Negotiation may be initiated no later than ninety (90) days prior to the termination of the current
agreement.

5

4.

PRICES:
Prices and/or rates shall remain firm for the term of the contract, unless further negotiations are deemed
necessary by DTI.
The pricing policy that you choose to submit must address the following concerns
a.
b.
c.

5.

The structure must be clear, accountable and auditable.
It must cover the full spectrum of services required.
Costs and compensation must be consistent with the rates established or negotiated
as a result of this RFP or P.O. issued based on this contract.

SHIPPING TERMS:
F.O.B. destination; freight prepaid, as applicable.

6.

QUANTITIES:
The attention of offerors is called to the fact that, unless stated otherwise, the quantities given in the
proposal are best estimates and are given as a basis for the comparison of the proposals. Quantities
ordered may be increased or decreased by any eligible agency as deemed necessary during the period of
the contract.

7.

FUNDING OUT
The issuance and continuation of this contract is contingent upon funding appropriated by the
legislature. If the continuation of the contract funding is not adequately appropriated out of State or
Federal funds, the contract may be terminated on the date beginning on the first fiscal year for which
funds are not appropriated. DTI may terminate the contract by giving the contractor written notice of
such non-appropriation. All payment obligations of DTI will cease upon the date of termination.
Notwithstanding the forgoing, the State agrees:
a. not to affect termination of the contract under this provision if funds are available for this or
functionally similar services; and,
b. that the State will use its best efforts to obtain approval of necessary funds to continue any
on-going work by taking the appropriate actions to request funds to continue the contract in
force.

8.

PERFORMANCE BOND REQUIREMENT:
Performance Bond and Bid Bond waived.

6

9.

MANDATORY INSURANCE REQUIREMENTS:
Certificate of Insurance and/or copies of insurance policies for the following:
1.

As a part of the contract requirements, the contractor shall obtain at its own cost and
expense and keep in force and effect during the term of this contract, including all
extensions, the minimum coverage limits specified below with a carrier satisfactory to the
State. All contractors shall carry Comprehensive General Liability and at least one of the
other coverages depending on the type of service or product being delivered.
a. Comprehensive General Liability - $1,000,000.00 per person/$3,000,000 per
occurrence.
and
b. Medical/Professional Liability - $1,000,000.00 per person/$3,000,000 per occurrence.
or
c. Miscellaneous Errors and Omissions - $1,000,000.00 per person/$3,000,000 per
occurrence.
or
d. Product Liability - $1,000,000.00 per person/$3,000,000 per occurrence.

2.

Automotive Liability Insurance covering all automotive units used in the work with limits
of not less than $100,000 each person and $300,000 each accident as to bodily injury
and $25,000 as to property damage to others.

3.

The State of Delaware shall not be named as an “Additional Insured” on any policy.

4.

5.

Forty-five (45) days written notice of cancellation or material change of
any policies shall be required.
Proof of Insurance is not required to bid, but before any work is done hereunder, the
Certificate of Insurance and/or copies of the
insurance policies, referencing the contract number stated herein, shall be filed with
the State. The certificate holder is as follows:
IT Procurement Officer
Dept. of Technology and Information
Contract No. DTI-05-0001
State of Delaware
801 Silver Lake Blvd. Suite 100
Dover, DE 19904

7

Formatted: Bullets and Numbering

10.

Intentionally left blank.

11.

STATE OF DELAWARE BUSINESS LICENSE:
A Business License is not required to bid, but prior to receiving an award, the successful contractor shall
either furnish the DTI with proof of State of Delaware Business Licensure. An application may be
requested in writing to: Division of Revenue, Carvel State Building, P.O. Box 8750, 820 N. French Street,
Wilmington, DE 19899 or by telephone to one of the following numbers: (302) 577-8200 -- Public Service,
(302) 577-8205 -- Licensing Department.
Information regarding the award of this contract will be given to the Division of Revenue. Failure to comply
with the State of Delaware licensing requirements may subject your organization to applicable fines and/or
interest penalties.

12.

HOLD HARMLESS:
The contractor agrees that it shall indemnify and hold the State of Delaware and all its agencies harmless
from and against any and all claims for injury, loss of life, or damage to or loss of use of property caused or
alleged to be caused, by acts or omissions of the contractor, its employees, and invitees on or about the
premises and which arise out of the contractor’s performance, or failure to perform as specified in the
Agreement.

13.

NON-PERFORMANCE:
In the event the contractor does not fulfill its obligations under the terms and conditions of this contract
the State may purchase equivalent product or services on the open market. Any difference in cost between
the contract prices herein and the price of open market products or services shall be the responsibility of
the contractor. Under no circumstances shall monies be due the contractor in the event open market
products or services can be obtained below contract cost. Any monies charged to the contractor may be
deducted from an open invoice.

14.

FORCE MAJEURE:
Neither the contractor nor the State shall be held liable for non-performance under the terms and conditions
of this contract due, but not limited to, government restriction, strike, flood, fire, or unforeseen catastrophe
beyond either party's control. Each party shall notify the other in writing of any situation that may prevent
performance under the terms and conditions of this contract.

15.

EXCEPTIONS:
Offerors may elect to take minor exception to the terms and conditions of this RFP. Each exception must
be stated clearly in a separate Exception Section of the offeror’s proposal to be considered. DTI will
evaluate each exception according to the intent of the terms and conditions contained herein, but DTI shall
reject exceptions that do not conform to State bid law and/or create inequality in the treatment of offerors.
Exceptions shall be considered only if they are submitted with the proposal or before the date and time of
the proposal opening.

8

Deleted: state

16.

CONTRACT USAGE REPORT:
One of the goals in administering this contract is to keep accurate records regarding its actual value. This
information may be essential in order to update the contents of the contract and to establish proper bonding
levels, if bonding is required. The integrity of future contracts relies on our ability to convey accurate and
realistic information to all interested offerors.
Upon request by the State, and at a minimum, annually, a periodic report must be furnished by the
contractor, detailing the purchase of the items or services covered by this contract. The report format and
period is described herein or will be stated at the time of request. The report must be completed and
returned to the State within fifteen (15) days of the request. Any exception to this requirement may result in
cancellation of the award. Failure to provide the report with the minimum required information may also
negate any contract extension clauses. Additionally, contractors who are determined to be in default of this
report requirement may be precluded from bidding on any future requirements.

17.

BUSINESS REFERENCES:
Offeror must supply three (3) business references consisting of current or previous customers of similar
scope and value with your reply. Include name, address, telephone number, fax number, e-mail address,
and a verified current contact person. In the Proposal Reply Section of this RFP, the offeror shall list all
contracts awarded to it or its predecessor firm(s) by the State of Delaware during the last three (3)
years, by State Department, Division, Contact Person (with address/phone number/email address),
period of performance and amount. The Contract Review Committee will consider these additional
references and may contact each of these sources. Information regarding bidder performance gathered
from these sources may be factored in the final scoring of the proposal. Failure to list any contract as
required by this paragraph may be grounds for immediate rejection of the proposal.

18.

ORDERING PROCEDURE:
Successful contractors are required to have either a local telephone number within the (302) area code, a
toll free (800) number, or agree to accept collect calls. Each agency is responsible for placing their orders
and this may be accomplished by telephone, fax or email system message. For acquisitions in excess of
$2,500, a State of Delaware purchase order is also required.

19.

BILLING:
The contractor is required to invoice in a timely manner. Invoices shall be sent to the respective
ordering agency(s). Ordering agencies shall provide purchase order number and/or contract
number, ship to and bill to address, contact name and phone number.

20.

PAYMENT:
The State will authorize and process for payment each invoice within thirty (30) days after the date of
receipt of a correct invoice. The State may elect to pay by the State's authorized procurement (credit) card,
ACH transfer or conventional check. The contractor shall be able to accept the State's credit card. There
shall not be any additional cost to the State for use of the credit card. Also, it is expected that ACH
payments are a benefit to the contractor and should result in lower pricing to the State.

9

21.

PRODUCT SUBSTITUTION:
All items or services delivered during the life of the contract shall be of the same type and manufacture as
specified or accepted as part of the proposal unless specific approval is given by the State to do otherwise.
Awarded vendors are highly encouraged to offer any like substitute product (s), either generic or brand
name, at any time during the subsequent contract term, especially if an opportunity for cost savings to the
State exists. In all cases, the State may require the submission of written specifications and/or product
samples for evaluation prior to any approvals being granted.

22.

DOCUMENT(S) EXECUTION:
Both the non-collusion statement that is enclosed with this Request for Proposal and the contract form
delivered to the successful contractor for signature shall be executed by a representative who has the legal
capacity to enter the organization into a formal contract with the State of Delaware.

23.

FORMAL CONTRACT AND/OR PURCHASE ORDER:
Actual work shall be authorized by the State. Vendors are not authorized to begin work prior to
receiving authorization. A purchase order, telephone call, fax or State credit card shall serve as the
authorization to proceed with work in accordance with the scope, specifications or any special
instructions once they are received by the Contractor(s). The contractor shall send a copy of all State
PO’s, received as a result of this contract, to DTI’s procurement officer.
For work costing $2,500.00 or more, a State of Delaware purchase order is required. No employee of
the Contractor(s) is to begin any work prior to receipt of a State of Delaware Purchase Order signed by
authorized representatives of the agency requesting service, properly processed through the State of
Delaware Accounting Office.

24.

SCHEDULE FOR PERFORMANCE OF WORK:
All work described in these specifications shall be completed with reasonable promptness. As used in
this Section, the State shall be the sole judge of the term “reasonable”. If the Contractor does not begin
the work in a reasonable amount of time, they will be notified that if they fail to initiate the work
promptly, the contract may be terminated and the State will forthwith proceed to collect for
non-performance of work.
In the event of the delay in delivery of any deliverable which is a component of work authorized under
this contract, and in addition to and not in limitation of any other rights or remedies of the State, the
contractor will pay to the State the sum of $1,000.00 for each day of such delay in delivery as agreed
liquidated damages.
Work that begins under this contract shall continue until completed even if this contract is cancelled or
expires. The work shall be covered by the State’s authorized documents or purchase orders until those
specific documents expire. Any continuing work shall be covered by a subsequent DTI contract or an
agency specific contract.

10

25.

TIME OF PERFORMANCE:
The services of the Contractor are to commence after receipt of a purchase order, and shall be undertaken
and completed in such sequence as to assure their expeditious completion in the light of the purposes of
the contract, but in any event all of the services required hereunder shall be completed no later than the
time periods set out in any schedule contained in the project Scope of Work. Any such schedule shall be
maintained by the Contractor unless amended, in writing, by both parties.

26.

CONTRACTOR RESPONSIBILITY:
DTI will enter into a contract with the successful contractor. The successful contractor shall be
responsible for all products and services as required by this RFP. Subcontractors, if any, shall be
clearly identified in the contractor’s proposal.

27.

28.

PERSONNEL:
a.

The Contractor represents that he has, or will secure at his own expense, all personnel required to
perform the services required under this contract.

b.

All of the services required hereunder shall be performed by the Contractor or under his direct
supervision, and all personnel, including subcontractors, engaged in the work shall be fully qualified
and shall be authorized under the State of Delaware and/or local law to perform such services.

METHOD OF PAYMENT (as applicable):
a.

For each P.O. issued as part of this contract, the State will pay contractor monthly, within thirty (30)
days of receipt of the Contractor's billing, the amount which is legitimately earned by the Contractor,
and supported by payroll data and an itemized accounting of reasonable reimbursable direct nonsalary costs. A current progress report of the work shall accompany each billing.
Final settlement for total payment to the Contractor will be made within thirty (30) days from the
date of final written State acceptance of the work and services as agreed to in the P.O.

29.

b.

No premium time for overtime will be paid without prior written State authorization.

c.

No travel or living expenses shall be paid by the State as a part of this contract.

TERMINATION OF P.O.’s:
a.

Termination for Cause If, for any reasons, or through any cause, the Contractor fails to fulfill in
timely and proper manner his obligations, or if the Contractor violates any of the covenants,
agreements, or stipulations of this contract, the State shall have the right to terminate the P.O. by
giving written notice to the Contractor of such termination and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In that event, all finished or
unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports
or other material prepared by the contractor in the performance of the P.O. shall, at the option of the
State, become its property, and the Contractor shall be entitled to receive just and equitable
compensation for any satisfactory work completed on such documents and other materials which is
usable to the State.

11

b.

30.

Termination for Convenience: the State may terminate the P.O. at any time by giving written
notice of such termination and specifying the effective date thereof, at least fifteen (15) days
before the effective date of such termination. In that event, all finished or unfinished
documents, data, studies, surveys, drawings, models, photographs, reports, supplies, and other
materials shall, at the option of the department, become its property and the Contractor shall be
entitled to receive compensation for any satisfactory work completed on such documents and
other materials which are usable to the State. If the P.O. is terminated by the State for
convenience, the Contractor will be paid an amount which bears the same ratio to the total
compensation as the services actually performed bear to the total services of the Contractor
called for by the P.O., less payments or compensation previously made; provided, however, that
if less than sixty (60) percent of the services covered by this contract have been performed
upon the effective date of such termination, the Contractor shall be reimbursed (in addition to
the above payment) for that portion of the actual out-of-pocket expenses (not otherwise
reimbursed under this P.O.) incurred by the Contractor during the contract period which are
directly attributable to the uncompleted portion of the services covered by this P.O.

ELIGIBLE WORK ACTIVITIES:
The following are activities that may be reimbursable under this contract to the extent that they meet
the requirements of this contract:
Travel for purposes of depositions, settlement negotiations, and trial attendance, and, upon request,
additional data collection, consultation with private, State, and Federal personnel, inspection of facilities,
and other purposes consistent with this contract. Eligible costs include reasonable charges for
transportation by common carrier, mileage, tolls, lodging, meals, and other costs provided for by State law
subject to the following conditions:
No travel shall be permitted without prior written approval of the State; and
Receipts shall be provided for all travel-related costs as required by the State Division of
Accounting.

31.

CONSULTATION AND REPORTING:
If applicable, the Contractor shall submit financial and narrative progress reports within five (5) working
days following the end of each month and at the completion of each task. The time and form of such
reports will be prescribed by the State. The Contractor shall maintain the following records:
a.

File memos on meetings, site visits, and other activities;

b.

Time records and narrative documentation arranged on a monthly basis covering the work required
under this contract in the form prescribed by the State; and

c.

Mileage and travel expense records, salary information and such other data as are necessary to
document and substantiate the contractor charges. Such records shall be kept at the office of the
Contractor and made available for review or audit on behalf of the State.

12

32.

CHANGES:
Both parties may, from time to time, require changes in the services to be provided by the Contractor under
the Scope of Work. Such changes, including any increase or decrease in the amount of the Contractor's
compensation, which are mutually agreed upon by and between the State and the Contractor shall be
incorporated in written amendments to the Purchase Order.

33.

INTEREST OF CONTRACTOR:
The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or
indirect, which would conflict in any manner or degree in providing products or performing services required
under this contract. The Contractor further covenants that in the performance of this contract, no person
having any such interest shall be employed by the Contractor.

34.

PUBLICATION, REPRODUCTION AND USE OF MATERIAL:
No material produced in whole or part under this contract shall be subject to copyright in the United States
or in any other country. The State shall have unrestricted authority to publish, disclose, distribute and
otherwise use, in whole or in part, any reports, data, or other materials prepared under this contract;
provided, however, that the State agrees not to use any design or engineering plans prepared by the
Contractor for anything other than their intended purpose under this Contract. The Contractor shall have
the right to publish any and all scientific findings. Appropriate acknowledgment and credit for the State's
support shall be given in the publication.

35.

RIGHTS AND OBLIGATIONS:
The rights and obligations of each party to this agreement shall not be effective, and no party shall be
bound by the terms of this agreement, unless and until a valid executed purchase order has been approved
by the Secretary of Finance, and all procedures of the Department of Finance have been complied with. A
separate purchase order shall be issued for every project.

36.

ASSIGNMENT OF ANTITRUST CLAIMS:
As consideration for the award and execution of this contract by the State, the Contractor hereby grants,
conveys, sells, assigns, and transfers to the State of Delaware all of its right, title and interest in and to all
known or unknown causes of action it presently has or may now or hereafter acquire under the antitrust
laws of the United States and the State of Delaware, relating to the particular goods or services purchased
or acquired by the State pursuant to this contract.

37.

COVENANT AGAINST CONTINGENT FEES:
The Contractor warrants that no person or selling agency has been employed or retained to solicit or
secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, excepting bona fide employees. For breach or violation of this warranty, the State shall
have the right to annul this contract without liability or in its discretion to deduct from the contract price or
consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or
contingent fee.

13

38.

GRATUITIES:
a.

b.

39.

If it is found, after notice and hearing, by the State that gratuities (in the form of entertainment, gifts,
or otherwise) were offered or given by the Contractor or any agent of the State with a view toward
securing a contract, or securing favorable treatment with respect to the awarding, amending, or the
making of any determinations with respect to the performance of this contract, the State may, by
written notice to the Contractor, terminate the right of the Contractor to proceed under this contract
and/or may pursue such other rights and remedies provided by law or under this agreement;
provided that the existence of the facts upon which the State makes such findings shall be in issue
and may be reviewed in proceedings pursuant to the Remedies clause of this contract; and
In the event this contract is terminated pursuant to subparagraph “a”, the State shall be entitled (i)
to pursue the same remedies against the Contractor, and (ii) to exemplary damages, as a penalty in
addition to any other damages to which it may be entitled by law, in an amount which shall be not
less than three, nor more than ten, times the costs incurred by the Contractor in providing any such
gratuities to any such officer or employee. The amount of such exemplary damages shall be in the
sole discretion of the State.

AFFIRMATION:
The Contractor must affirm that within the past five (5) years the firm or any officer, controlling stockholder,
partner, principal, or other person substantially involved in the contracting activities of the business is not
currently suspended or debarred and is not a successor, subsidiary, or affiliate of a suspended or debarred
business.

40.

AUDIT ACCESS TO RECORDS:
The Contractor shall maintain books, records, documents, and other evidence pertaining to this Contract to
the extent and in such detail as shall adequately reflect performance hereunder. The Contractor agrees to
preserve and make available to the State, upon request, such records for a period of five (5) years from the
date services were rendered by the Contractor. Records involving matters in litigation shall be retained for
one (1) year following the termination of such litigation. The Contractor agrees to make such records
available for inspection, audit, or reproduction to any official State representative in the performance of
his/her duties under the Contract. Upon notice given to the Contractor, representatives of the State or other
duly authorized State or Federal agency may inspect, monitor, and/or evaluate the cost and billing records
or other material relative to this Contract. The cost of any Contract audit disallowances resulting from the
examination of the Contractor's financial records will be borne by the Contractor. Reimbursement to the
State for disallowances shall be drawn from the contractor's own resources and not charged to Contract
cost or cost pools indirectly charging Contract costs.

41.

TERMINATION OF CONTRACT:

14

42.

a.

Termination for Cause - If, for any reasons, or through any cause, the Contractor fails to fulfill in
timely and proper manner his obligations under this Contract, or if the Contractor violates any of the
covenants, agreements, or stipulations of this Contract, DTI shall thereupon have the right to
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least 5 days before the effective date of such termination. In that
event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models,
photographs, and reports or other material prepared by the Contractor under this Contract shall, at
the option of DTI, become its property, and the Contractor shall be entitled to receive just and
equitable compensation for any satisfactory work completed on such documents and other
materials which is usable to DTI.

b.

Termination for Convenience – DTI may terminate this Contract at any time by giving written notice
of such termination and specifying the effective date thereof, at least 15 days before the effective
date of such termination. In that event, all finished or unfinished documents, data, studies, surveys,
drawings, models, photographs, reports, supplies, and other materials shall, at the option of DTI,
become its property and the Contractor shall be entitled to receive compensation for any
satisfactory work completed on such documents and other materials, and which is usable to DTI. If
the Contract is terminated by DTI as provided herein, the Contractor will be paid an amount which
bears the same ratio to the total compensation as the services actually performed bear to the total
services of the Contractor covered by this Contract, less payments of compensation previously
made. Provided however that if less than 60 percent of the services covered by this Contract have
been performed upon the effective date of termination, the Contractor shall be reimbursed (in
addition to the above payment) for that portion of the actual out-of-pocket expenses (not otherwise
reimbursed under this Contract) incurred by the Contractor during the Contract period which are
directly attributable to the uncompleted portion of the services covered by this Contract.

REMEDIES:
Except as otherwise provided in this contract, all claims, counterclaims, disputes, and other matters in
question between the State and the Contractor arising out of, or relating to, this contract, or a breach of it
may be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the
State of Delaware.

43.

AMENDMENTS:
This contract may be amended, in writing, by mutual agreement of the parties.

44.

Deleted: 45

SUBCONTRACTS:

15

Subcontracting is permitted under this RFP and contract. However, every subcontractor shall be
identified in the Proposal and agreed to in writing by DTI or as are specifically authorized in writing by
the State during the performance of the contract. Any substitutions in or additions to such
subcontractors, associates, or consultants will be subject to the prior written approval of the State.
The contractor(s) shall be responsible for compliance by the subcontractor with all terms, conditions
and requirements of the RFP and with all local, State and Federal Laws. The contractor shall be liable
for any noncompliance by any subcontractor. Further, nothing contained herein or in any subcontractor
agreement shall be construed as creating any contractual relationship between the subcontractor and
the State.
45.

Deleted: 46

AGENCY’S RESPONSIBLIITIES:
The State shall:

46.

a.

Examine and review in detail all letters, reports, drawings and other documents
presented by the Contractor to the State and render to the Contractor in writing, findings
and decisions pertaining thereto within a reasonable time so as not to delay the services
of Contractor.

b.

Give prompt written notice to the Contractor whenever the State observes or otherwise
becomes aware of any development that affects the scope or timing of the Contractor's
services.
Deleted: 47

CONFIDENTIALITY:
Specific attention should be given to the identification of those portions of your proposal which you
deem to be confidential or proprietary information which should not be disclosed under the Delaware
Public Information Act. Offerors are advised that upon request for this information from a third party,
the Procurement Officer is required to make an independent determination as to whether then
information may be or must be divulged to the party.

47.

Deleted: 48

CONTRACT DOCUMENTS:
The Definitions and General Provisions and any Special Instructions, Specifications, Request for
Proposal, Proposal, Purchase Order, and Contract shall be a part of and constitute the entire

16

Agreement entered into by DTI and any offeror. In the event there is any discrepancy between any of
these contract documents, the following order of documents governs so that the former prevails over
the latter:
48.

Contract
Special Provisions
Request for Proposal
Specifications or Scope of Work
Definitions & General Provisions
Proposal
Purchase Order
Special Instructions
Deleted: 49

ASSIGNMENT:
This contract shall not be assigned except by express written consent from DTI.

49.

Deleted: 50

NEWS RELEASES;

Deleted:

The Department of Technology and Information reserves the right to pre-approve any news or
advertising releases concerning this contract, the work performed, or any reference to the
State of Delaware with regard to this project or contract performance. Any such news or
advertising releases pertaining to this contract for any purpose shall require the prior expressed
written permission of the Department of Technology and Information.
50.

Deleted: ¶

FUTURE BENEFITS

Formatted: Bullets and Numbering

The contractor shall pass on to the State any more favorable terms, conditions and pricing that are
driven by market conditions or technological advancement, when such favorable terms, conditions and
pricing are based upon executed contracts with other State or other large users of equivalent systems,
components or services.
51.

Formatted: Bullets and Numbering

EQUAL EMPLOYMENT OPPORTUNITY
The contractor shall not discriminate against any employee or applicant for employment because of
race, color, religion, sex, or national origin. The contractor shall take affirmative action to ensure that
applicants are employed, and that employees are treated during employment without regard to their
race, color, religion, sex, or national origin.
The contractor shall, in all solicitations or advertisements for employment placed by or on behalf of the
contractor in support of this project, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or national origin.

52.

Formatted: Bullets and Numbering

COPYRIGHT AND PATENT RIGHTS
The contractor warrants that there are no existing claims of violation and the contractor has no
knowledge of any potential claims of violation of copyrights or patent rights in products being proposed

17

in their proposal as of the date of proposal submittal. The State of Delaware and all of its agencies
expects indemnification by the contractor of any claim or action brought against the State of Delaware
or any of its agencies based upon a claim that the software, hardware, or documentation provided by
the Offeror violated any copyright or patent rights.
53.

STANDARD PRACTICES:
With respect to work provided to or conducted for the State by a contractor, the contractor(s) shall be
responsible for the professional quality, technical accuracy, timely completion, and coordination of all
services furnished to the State. The contractor(s) shall follow practices consistent with generally
accepted professional and technical standards. The contractor(s) shall be responsible for ensuring that
all services, products and deliverables furnished to the State are coordinated with the Department of
Technology and Information (DTI) and are consistent with practices utilized by, or standards
promulgated by DTI. If any service, product or deliverable furnished by a contractor(s) does not
conform to DTI standards or general practices, the contractor(s) shall, at its expense and option either
(1) replace it with a conforming equivalent or (2) modify it to conform to DTI standards or practices.

54.

CONFIDENTIALLITY AND DATA INTEGRITY:
The Department of Technology and Information is responsible for safeguarding the confidentiality and
integrity of data in State computer files regardless of the source of those data or medium on which they
are stored; e.g., electronic data, computer output microfilm (COM), tape, or disk. Computer programs
developed to process State Agency data will not be modified without the knowledge and written
authorization of the Department of Technology and Information. All data generated from the original
source data, shall be the property of the State of Delaware. The control of the disclosure of those data
shall be retained by the State of Delaware and the Department of Technology and Information.
The Contractor is required to agree to the requirements in the CONFIDENTIALITY AND INTEGRITY
OF DATA STATEMENT, attached, and made a part of this RFP. Contractor employees, individually,
may be required to sign the statement prior to beginning any work.

18

Deleted: ¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
Deleted: 54

Deleted: 55

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL

I. INTRODUCTION
A. PURPOSE:
The Department of Technology & Information (DTI) seeks to procure inmate calling control systems, voice
terminals, public coin telephones and local/long distance services.
It is the goal of this Request for Proposal to identify a vendor(s) and execute a contract to implement such
equipment and service as specified in this RFP.
B. GUIDELINES:
Offerors proposal must respond to each and every requirement outlined in the RFP in order to be
considered responsive. Proposals must be clear and concise.
It will be the sole responsibility of the Offeror to have their proposals delivered before the closing hour
and date. Late proposals will not be considered and will be returned unopened to the sender.
Proposals having any erasures or corrections must be initialed in ink by the Offeror. The Offeror official
must sign the proposal in ink.
All proposals must be valid for a period of 180 days following the proposal deadline.
Proposals must address all of the RFP package requirements. Partial or incomplete proposals will be
rejected.
Any proprietary information contained in the proposal should be so indicated on each affected page.
Offerors submitting proposals may be afforded an opportunity for discussion and revision of proposals.
Revisions may be permitted after submissions of proposals and prior to award for the purpose of obtaining
best and final offers.
Negotiations may be conducted with responsible offerors who submit proposals found to be reasonably
likely to be selected for award. The contents of any proposal shall not be disclosed so as to be available to
competing offerors during the negotiation process.

19

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL

II. FORMAT FOR PROPOSAL:
Formatted: Bullets and Numbering

A. INTRODUCTION:
To enable the evaluation committee to fairly evaluate each proposal, Offerors shall use the
following proposal format.
This section prescribes the mandatory format for the presentation of a proposal in response to this RFP.
Each offeror must provide every component listed in the order shown in this RFP, using the format
prescribed for each component. A proposal may be rejected if it is incomplete or conditional.
B. COVER LETTER:
Each proposal will have a cover letter on the letterhead of the company or organization submitting the
proposal. The cover letter must briefly summarize the offeror's ability to provide the services specified in
the RFP.
The cover letter shall be signed by a representative who has the legal capacity to enter the organization
into a formal contract with the State of Delaware.
C. TABLE OF CONTENTS:
Each proposal must include a Table of Contents with page numbers for each of the required components of
the proposal. The Proposal responses should mirror the RFP format in order to make it easy for the
Contract Review Committee to find the necessary information to evaluate your proposal versus the other
bidders.
D. DESCRIPTION OF SERVICES AND QUALIFICATIONS:
Each proposal must contain a detailed description of how the offeror will provide each of the services
outlined in this RFP. This part of the proposal may also include descriptions of any enhancements or
additional services or qualifications the offeror will provide that are not mentioned in this RFP.

20

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
E. NUMBER OF COPIES WITH MAILING OF PROPOSAL:
Eight (8) copies of the Proposal shall be submitted, along with one (1) soft copy version in Microsoft Word
format on IBM compatible floppy disk or CD, in a sealed package clearly marked with the name of the
offeror and labeled DTI-05-0001, INMATE/PUBLIC COIN SERVICES. One of the copies shall be marked
"Original Copy" and shall contain original signatures in all locations requiring an offeror signature.
The remaining copies do not require original signatures.
The floppy disks or CDs used for this submittal shall be virus checked by the prospective firm before
submittal and shall be accompanied by a signed certification indicating the virus detection software
used including the date and version.
F. ADDENDA TO THE RFP:
If it becomes necessary to revise any part of this RFP, revisions in writing will be provided to all
contractors known to have received a copy of the RFP. Potential offerors shall acknowledge in writing
receipt of all amendments, addenda and changes issued in connection with this RFP by submitting an
affirmative statement in the Proposal.
G. INCURRED EXPENSES:
DTI shall not be responsible for any expenses incurred by the bidder in preparing and submitting a
proposal.
All costs incurred by the Offeror in preparing the proposal, or costs incurred in any other manner by the
Offeror in responding to this proposal will be wholly the responsibility of the Offeror. All materials and
documents submitted by the Offeror in response to this RFP package become the property of the State
of Delaware and will not be returned to the Offeror.
H. ECONOMY OF PREPARATION:
Proposals should be prepared simply and economically, providing a straight-forward, concise
description of the contractor’s offer to meet the requirements of the RFP. DO NOT USE RING
BINDERS.
I. RIGHT TO REJECT PROPOSALS/WAIVE OR CORRECT MINOR IRREGULARITIES:
DTI reserves the right to withdraw this Request for Proposal, to reject any or all proposals, to waive
minor irregularities in proposals or to allow the offeror to correct a minor irregularity if the best interest
of the State will be served by doing so.

21

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL

J. SCHEDULE OF EVENTS:
The following is the schedule of events showing the major project milestones:
Milestone Event

Date

1
2
2a
2b
3

September 7
September 22
Not Allowed
Not Applicable
1:00 p.m. EDT
October 12, 2004
TBD

4
5
6
7
8

RFP Package Released
Pre-Bid Meeting
Questions Due from Offerors
Responses Issued by State
Proposals Due Date and Public Opening of
Proposal Packages **
Oral Presentations and/or Best and Final Offer (if
applicable)
Contract Award
Contract Signed
Implementation Phase
Contract Start

November 1, 2004
November 21, 2004
December, 2004
January 1, 2005

** The only information publicly released at the proposal opening is a list of prospective Offerors.
All prospective Offeror’s proposal content is kept confidential until a contractor has been selected.
Thereafter, all bid information is subject to disclosure as public records under the Delaware Freedom of
Information Act.
K. PROJECT MANAGER:
The Offeror will designate a project manager who will serve as the point of contact for the State of
Delaware and be responsible for the system installation. Résumés of potential project managers must
be included and noted as such. The apparent successful Offeror’s project manager shall be named
prior to contract signing.

22

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
III. PROPOSAL EVALUATION PROCEDURES:
A. BASIS OF AWARD:
DTI shall award this contract to the most responsible and responsive offeror who best meets the terms and
conditions of the proposal. The award will be made on basis of price, product evaluation, and prior history
of service and capability.
DTI reserves the right not to award this RFP, to reject any or all proposals in whole or in part, to make
multiple awards, partial awards, award by types, item by item, or lump sum total, whichever may be most
advantageous to the State of Delaware. The intent is to award this contract for both Inmate and Public
Coins Services to one (1) offeror.
Offerors submitting proposals may be afforded an opportunity for discussion and revision of proposals.
Revisions may be permitted after submissions of proposals and prior to award for the purpose of obtaining
best and final offers. Negotiations may be conducted with responsible offerors who submit proposals found
to be reasonably likely to be selected for award. The contents of any proposal shall not be disclosed so as
to be available to competing offerors during the negotiation process.
B. REVIEW COMMITTEE:
A group with expertise in procurement, contract management, budgeting, operations, and technical will
comprise the Contract Review Committee.
C. REQUIREMENTS OF THE OFFEROR:
The purpose of this section is to assist the Contract Review Committee to determine the ability of the
organization to provide the services described in the application. The response should contain at a
minimum the following information:
1

Brief history of the organizations, including accreditation status, if applicable.

2

Offeror’s experience, if any, providing similar services. At least three references are required
(See § 17 – Special Provisions).

3

Brief history of the subcontractor(s) of the organization, if applicable. At least three references
of subcontractor(s) are required.

4

Financial information (balance sheets and income statements) for the past three years.

5

Describe the methodology/approach used for this project including a work plan and time line.

23

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
D.

CRITERIA AND SCORING:

1.

7.

The qualifications and experience of the persons to be assigned to the project.
The demonstrated experience in providing equipment/services of comparable
specifications/scope and value and project mgmt. experience.
The ability to perform the work in the time allotted for the project, as
demonstrated by their proposed commitment of management, personnel and
other resources. Installation interval.
The approach to performing the tasks set forth in the Scope of Work as
expressed in the Work Plan. The understanding of the problem; details of the
offering; how you plan to meet the requirements of this RFP. Thoroughness and
completeness of the proposal relative to the requirements.
The background, experience, resources, reputation, financial resources and
years in business and references.
The provider’s location relative to the location of the required services. The
provider’s facilities and site visit evaluation (if applicable).
The Price Proposal; Commission structure or Total Proposed Cost; Life cycle
costing analysis; Collect Call charges.
The management reports and reporting requirements.

8.

SYSTEMS RELATED CRITERIA – Inmate Coin

2.

3.

4.
5
6.

POINTS
20

20

30

20
10
30
10
30

• Demonstrated experience in the development and
implementation of integrated system.
• Responsiveness (degree of fit) with the requirements, and
apparent overall quality of proposed software, hardware,
communications and services.
• Quality of technical environment.
• Ease of operation, accuracy, local data access
capabilities, local change/modification capabilities, ease of
transition, local and remote report writing capabilities, etc…

... [1]

======
170

TOTAL SCORE

24

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
D.

CRITERIA AND SCORING – continued.
The CRC review all proposals submitted in response to this RFP. Each Proposal will be evaluated to
determine if it meets the mandatory RFP provisions. Any proposal failing to meet those requirements is
subject to immediate disqualification without further review. Relative merits of all remaining proposals
will be evaluated against criteria as listed in this RFP.
CRC findings may be presented to an Executive Selection Committee. The Executive Selection
Committee will review CRC findings and may request that top bidders present oral reviews. Potential
contractors will be recommended to the Secretary, Department of Technology and Information. Final
selection is at the discretion of the Secretary or his designee.
Contract Review Committee members will assign up to the maximum number of points listed for each of
the listed above. For items having quantitative answers, points will be proportionate to each proposal’s
response. Items with qualitative answers will receive the average of points assigned by Contract Review
Committee members.
Full points will be given for proposed schedules that meet the schedule requirements. Longer
schedules will not necessarily disqualify an Offeror, but may receive a lesser evaluation. Variance from
the anticipated project schedule and duration must be explained in detail.

25

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL

IV. SCOPE OF WORK:
A. OVERVIEW:
The Contractor(s) shall provide all materials and labor to satisfy the State of Delaware’s need for inmate
calling control systems, voice terminals, public coin telephones and local/long distance services as
described herein.
The services will require the Contractor(s) to partner with and cooperate with DTI to make sure the State
receives the most current state-of-the-art services.
B. DETAILED REQUIREMENTS:
The requirements of this RFP are shown in Appendix A, attached, and made a part of the contract.
C. DEFINITIONS:
1
2

V.

“State” is further defined as the Department of Technology and Information or any authorized
entity that chooses to use this contract.
“Agency” is further defined as the Department of Technology and Information which is
responsible for the issuance of this RFP.

PREBID MEETING:
A mandatory pre-bid meeting has been scheduled for September 22, 2004 at 10 am at the
Department of Technology and Information, 801 Silver Lake Blvd. Dover, DE 19904 in the 1st Floor
Conference Room. This is a mandatory meeting. If an offeror does not attend this meeting, they shall be
disqualified and shall not be considered for further evaluation.

VI.

ATTACHMENTS:
Appendix A – Scope of Work Details
Exhibit 1 – Inmate & Public Coin Services Sample Monthly Usage (Verizon and AT&T)
Exhibit 2 – Verizon Average Monthly Usage over 19 Months
Exhibit 3 – Wall Mounted Instrument Signage Sample
Exhibit 4 – Inmate & Public Phone Inventory
Exhibit 5 - Public Payphone Enclosure/Type
Exhibit 6 – System Administrators Required
No Proposal Reply Form
Non-collusion Statement
Confidentiality and Integrity of Data Statement
Proposal reply Section
DTI Definitions and General Provisions

26

Deleted: A/B. ¶
T

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
APPENDIX A
SCOPE OF WORK DETAILS

I. GENERAL
The Contractor shall install completely provisioned inmate calling systems and public pay telephone services.
Requirements listed under Section I shall be in effect for all of the separate sections (II and III) of Appendix A.
A. All services shall be coordinated directly through the Department of Technology and Information. The
administrating office address is:
Department of Technology and Information
Telecommunications Team
801 Silver Lake Blvd.
Wm Penn Bldg. Suite 100
Dover, DE 19904
B. The Contractor, within five (5) days after contract award, shall notify the Telecommunications Team, in
writing of the names, addresses and telephone numbers of the principal contact(s) for:
•
•
•
•
•

trouble-shooting and routine repairs
major outage/trouble reports
escalation procedures
commission payments and accounting records
contract terms and conditions

C. The Contractor shall provide written notice to the Telecommunications Team of any changes of contact
personnel and/or telephone numbers.
D. Contractor employees shall in all respects be independent of the State and in no way be considered
employees of the State.
E. The Contractor shall retain ownership of all equipment throughout the duration of the contract. All
equipment and services shall remain in operation from the commencement of the contract to the initiation
of a future contract. In the event that a subsequent contract is not awarded to the current Contractor, the
current Contractor shall supply all equipment and services for a period of up to ninety (90) calendar days
beyond the contract termination date. All terms and conditions shall remain in effect during the ninety (90)
days. The State shall bear no costs for the installation of new services or the removal and transfer of
existing services.
F. Bidders must retain all licenses, registration and permits required by Federal and State laws for
performances of this contract throughout the duration of this contract.

27

G. Contractor shall provide complete system descriptions, operator manuals, installation guides, user guides
and any and all information required to allow the State to utilize services.
H. The State shall require background investigations and drug tests of personnel working at State locations.
The Contractor and subcontractors shall provide the State with the names, dates of birth, addresses, Social
Security Number, sex, race, State Driver’s License / State Identification Card number and any additional
information necessary to obtain security clearance of personnel working on the installation and
maintenance of all equipment. The State may require that a Contractor employee be precluded from entry
into any State facility. The Contractor shall replace any such employee working at such locations as
directed by the State.
I.

The Contractor shall update and maintain all equipment to ensure compliance throughout the duration of
the contract.

J. MISCELLANEOUS CONSIDERATIONS
The total quantity of services required will vary. The following information is provided as an estimate of
current activity. No guarantee of service quantity is given or implied. The State will not consider any
pricing scenarios that include minimum usage commitments, minimum number of coin/coinless stations
or maximum quantity/usage limits.
Sample month’s usage is shown below:
1. Inmate Services:
See Exhibit 1
2. Public Pay Telephone Services:
See Exhibit 1
3. Average Monthly Usage over 19 Months.
See Exhibit 2

28

K. TERMINOLOGY
Whenever the terms below are used in this document, they shall have the associated meanings.
ACCEPTANCE

The time at which installations have been certified by the State as meeting all
operational requirements, and the Contractor's installation has been 100%
completed in a satisfactory manner.
BID
A Contractor's offer, submitted in response to an invitation for bids.
CONTRACTOR
Any Firm or Corporation submitting any bids on invitation by the State.
BTN
Billed Telephone Number
BUSINESS DAY
State business day of 8:00 a.m. to 5:00 p.m., excluding Saturdays, Sundays, and
State celebrated holidays (New Years, Washington’s Birthday, Memorial Day,
Independence Day, Labor Day, Veteran’s Day, Thanksgiving, Day After
Thanksgiving, and Christmas). For inmate telephone service, any calendar day
(24 hours) is considered a business day.
CALL PROGRESS Dialing and initiation of call to establish connection.
CALL IN PROGRESS Call not completed but currently with an established connection.
COMMON CARRIER A supplier of facilities used to provide transmission of voice and data from one
point to another over a telecommunications network.
CONTRACT
The acceptance by the State of an offer of a Contractor consisting of the terms
and conditions within this bid and following documents accepted by the State.
CONTRACTOR
Any Firm or Corporation to whom a contract is awarded against a bid supplied.
CUTOVER
The time at which a system is put into service for all users.
FCC
Federal Communications Commission
ICP
Inmate Call Processor system which administers the inmate phone stations.
INTRA-LATA
Calls made within the same LATA. For the purposes of this bid, IntraLATA shall
include all State geographical (302) areas.
INTER-LATA
Calls made from one LATA to another LATA. Calls between LATAs are handled
by Inter-LATA carriers.
LATA
Local Access and Transport Area
LEC
Local Exchange Carrier
MAC
Moves, Addition of telephones, or Change (relocation) of telephone services.
NXX
Three digit Local Exchange number.
NPA
Numbering Plan Area (Area Code)
PIC
Primary Interstate Carrier
PIN
Personal Identification Number
POP
Points of Presence
STATE
The State of Delaware

29

L. COMMON SERVICES
1. INSTALLATION GUIDELINES AND SCHEDULES
The contractor shall provide a complete turnkey installation, including all equipment, facilities and
telephony connectivity services.
a. Installations shall be in compliance with the National Electrical Code, BICSI and the EIA/TIA
Wiring Standards.
b. The Contractor shall be solely responsible to insure complete system operation with any
interstate carrier, intrastate carrier and/or LEC in supplying any required call routing and
resulting call billing.
c. The Contractor shall be solely responsible to insure operation with any interstate carrier,
intrastate carrier and/or LEC in transferring services and equipment required to provide
uninterrupted service.
d. The Contractor shall order, coordinate, and schedule all associated carriers for the
installation of T-1's, switched access, analog line, and connection of all telephone services.
e. All services shall be scheduled in advance of cutover or installation. The Contractor shall
clearly and concisely identify procedures and time schedules prior to service. All
telephones and services shall be installed and operational on or before January 1, 2005,
any additional telephones shall be installed within 14 calendar days of request by the State.
f.

The Contractor shall notify the Telecommunications Team of any modifications or
interruptions of service during the implementation, installation of or repair of any service.
All scheduled interruptions shall be coordinated with the State contact person five business
days prior to scheduled interruption, at which point, the State may require an alternate
service interruption date.

g. Contractor shall provide weekly installation progress reports denoting installation progress
at all locations, projected installation schedules and past progress. Within five days of
cutover, the Contractor shall submit a statement that the proposed services/products are
operational, complete, and fully tested.
h. The acceptance of the installation/implementation shall be made by the State
representative when all terms and conditions of the contract have been met.
i.

Contractor shall provide instruments at locations specified. It is the responsibility of the
Contractor to furnish all items required to insure operation, including racks, cable, power
distribution, telephones and electronic switching. Available cabinet space for inmate
equipment is limited. Final equipment placement shall be in the same place as current
equipment is located unless otherwise directed by the State.

30

2. INTERLATA AND INTRALATA SERVICES
a. The Contractor is responsible to install and maintain all local, InterLATA and IntraLATA
services. The Contractor shall service all State locations via switched access and/or
dedicated facilities. The Contractor shall cooperate fully with any intrastate carrier and/or
LEC in supplying any required routing or translation changes.
b. If substandard transmission quality is encountered, a full credit shall be issued the billed
individual upon notification to the Contractor.
c. The Contractor shall notify the State of any change or impact on various transmission
facilities diminishing transmission quality.
d. The Contractor shall be responsible to insure proper call completion and to provide the State
with accurate traffic statistics, maintenance and operational reports.
e. The Contractor shall limit connect time access (time period from the end of dialing to ringing
at destination line) to a period not to exceed 8 seconds.
f.

Contractor shall order PIC change from the local exchange company as required at no
charge to the State. When all installations are complete, the Contractor shall certify in
writing to the State that all telephones have been successfully converted to the proper PIC
code.

g. The Contractor is not authorized to incur any charges for which the State shall be
responsible. Any and all charges levied by the LEC for PIC changes shall be invoiced to
and paid directly by the service provider.
h. Any proposed service shall not require the dialing of additional digits beyond the one (1) and
the ten digits (three digit NPA, three digit NXX, and four remaining digits of the number)
normally dialed for North American dial plan.
i.

The Contractor shall place a block on unauthorized PIC change orders from other carriers.
The Contractor must work with the LEC or appropriate party to insure that PICs are retained
with proper indicators throughout the duration of the contract.

j.

The Contractor must provide service on a 100% availability basis allowing up to 100% of all
telephones to be connected to outside parties simultaneously.

31

3. REPAIR AND MONITORING PRACTICES
a. All equipment provided shall be the responsibility of the Contractor. The Contractor shall
provide spares, trained personnel and software to support the equipment at the Contractor’s
cost throughout the duration of the contract.
b. The Contractor shall respond to a major service call within four (4) State business day hours
of report of occurrence. A major service call is defined as a loss of twenty-five 25 % or more
of any one bank (greater than one telephone) of telephones or loss of carrier services. State
business day for inmate telephone service is any calendar day (24 hours).
c. The Contractor shall respond to a minor service call within the next business day of report of
occurrence. A minor service call is defined as any service call not defined as major.
Additional services such as Moves Adds and Changes (MAC) will be requested after
installation. Most work will be scheduled the (10) business days in advance (three or more
days), but the Contractor shall service the State within the next business day when
requested to do so. In all cases, work must be completed within 10 business days. For
inmate telephone services, next business day shall be next calendar day.
d. At no point in time, will any telephones be left without service for more than 24 consecutive
hours. Stations shall not be out of service for periods exceeding two interrupted and/or
consecutive hours for any 24-hour period.
4. MAINTENANCE AND SUPPORT
a. All Contractor equipment must be fully supported by on site and remote maintenance.
Remote maintenance must include the ability to test trunks and to place test calls without
sending a technician to the site. Maintenance must include the following:
1. Remote diagnostics and repair without affecting call progress and calls in progress for
unaffected telephones in fault.
•

Automatic trunk disable for failed trunks.

•

24 hour, 365 day repair service for telephone station bank out of service reports.

•

Next day repair for single station trouble reports.

b. The Contractor must provide services as required by the State. The Contractor shall not
decrease telephone count unless directed to do so by the State. Telephones may be added
or removed to meet State requirements, as defined by the State.

32

Formatted: Bullets and Numbering

5. REPORT ADMINISTRATION
a. Monthly income reports shall be provided via E-mailed computer files, completely
compatible with MS Access and Excel programs. Report shall identify revenue and
commission paid by telephone station and by site. Reports shall be delivered prior to the
10th of each calendar day following the previous month. Reports for inmate services shall
be forwarded to james.cole@state.de.us. Pay telephone service reports shall be forwarded
to james.cole@state.de.us.
b. The Contractor shall provide monthly trouble reports summarizing repair activities for the
previous month’s reports. Reports shall be E-mailed to james.cole@state.de.us. The
Contractor must communicate with the State, either in person or via a telephone conference
call regarding corrective actions and trouble resolution, upon request. Type of meeting will
depend upon problem severity as determined by the State.
c. The Contractor shall assign a dedicated financial representative to the State account who
will cooperate with the State to resolve income, call detail, equipment programming and data
discrepancies.
d. The Contractor shall provide any corrective data requested by the State within five (5)
working days of request. This is inclusive of balances and credits owed the State.
e. The Contractor shall provide immediate notification to the State upon receipt of evidence of
fraud, vandalism, wire-tap, or any other access to, or use of, services or products other than
authorized by the State.
6. AVAILABILITY AND PENALTY
The Contractor is responsible for continued availability of all phone services. Any interruption
lasting more than one business day per month during which service is available, or any month
during which three or more interruptions occur of any duration will be subject to a penalty payment
equal to the highest monthly commission paid for that telephone during this agreement.

7. STATE LAN
All DOC local networks run on the Windows 2000 server platform. Nodes communicate via TCP/IP
and utilize DHCP for addressing. If required, we can establish a static IP address for the devices in
question. All DOC LAN's are connected to the State's WAN via T1/Frame Relay circuit. Because
of its remote location, Internal Affairs connects to the network via an ISDN leg off our DCC LAN.
DOC will need to know the location in which any new equipment will be placed so network
connectivity can be assured.

33

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL

II. INMATE CALLING SERVICES
1. INTRODUCTION
The State shall award a contract for a supplier of Inmate Collect-Call telephones, local, interLATA and
intraLATA services as required in the State Prison facilities. Locations include a centralized monitoring and
recording station at the Department of Corrections, Internal Affairs Unit, School Brick Road, Smyrna, DE 19977
to access all ICP systems. A summary of telephone set requirements is as follows:
ADMIN
TERMINALS
REQUIRED

400

MINIMUM
NUMBER
TELEPHONES
REQUIRED
37

2600

83

2

-

-

1

Howard R. Young Correctional Institution
1301 East 12th Street
Wilmington, DE 19801

1500

112

2

Sussex Correctional Institution
Rt. 113
Georgetown, DE 19947

1200

106

2

125

9

2

75

12

1

Sussex Community Correctional Center
Rt. 6 Box 700
Georgetown, De 19947

500

38

2

Delaware Youth and Family Center-Ferris School
and NCC Detention Center
956 Centre Road
Wilmington, DE 19805

250

37

1

6,650

434

15

ADDRESS

APPROX.
RESIDENTS

Delores Baylor Women's Correctional Institution
660 Baylor Road
New Castle, DE 19720
Delaware Correctional Center
1181 Paddock Road
Smyrna, DE 19977
DOC Internal Affairs Unit
School Brick Road
Smyrna, DE 19977

Webb Correctional Facility
Greenbank Road
Wilmington, DE 19801
Stevenson House
PO 278, Rt. 113
Milford, DE 19963

TOTALS

Deleted: REQUIRED

2

... [2]

34

a. Systems provided must be “turn-key”. On site training shall be provided for all administrators of
the inmate phone system. Such training shall include operation and first echelon maintenance
of all equipment supplied.
b. Contractor shall make arrangements for removal of existing inmate phone systems at each
facility, with smooth cutover to new services without interruption of service to inmates. The
Contractor must coordinate all circuit orders with the LEC and long distance carrier. Timelines
shall be coordinated with State designate.
c. Acceptance testing shall be performed at each facility in the presence of the Department of
Corrections personnel and/or their designated representative(s).
d. Systems shall allow collect call operation only. Calling card, third party and operator assisted
calling shall be denied.

2.

INSTALLATION REQUIREMENTS
a. The Contractor must provide equipment installation on site with limited space provisions. Each
of the sites presently has equipment supplied by Verizon.
b. The Contractor is required to install their equipment and cut over services in conjunction with
the removal of existing services. Equipment rooms are available at the individual facilities listed
in the above table. Equipment may be refurbished, in like-new condition.
c. Contractor equipment shall include main switching gear referred to as Inmate Call Processor
(ICP), cabling, telephones and any and all materials required to complete installation and
service as defined within.
d. The Inmate Call Processor (ICP) shall be of compact design requiring a minimum of wall and
floor space. Contractor must submit a scale drawing of the installed space required.
e. Each ICP unit shall be powered by no more than a single, unconditioned, 115 volt, 60 Hz power
source, drawing no more than ten (20) amps.
f.

Each ICP shall be equipped with an internal UL listed power supply that is tolerant of line
transients, momentary surges, and short duration power drops such that inmate phone
operation continues in the presence of such common disturbances. No auxiliary power cords,
external power supplies, or AC/DC converters shall be required at the actual inmate phone
stations. The Contractor shall provide all materials and labor required to install the ICP.
Receptacles and wiring already installed in the NNHCF may be used to connect the telephone
instruments with the MDF. Any additions are the responsibility of the contractor.

g. Each telephone station must be self-contained, utilizing telephone cabling for all connectivity.
Cable must be protected by encasement in metal conduit. Installations must use existing
conduit utilized by the present contractor when available.
h. Installation shall not interfere with existing services during standard operating times. Service
transfer must be performed one station at a time in order not to leave any one or all bank(s) of
telephones without service.

35

i.

All equipment provided shall be new and utilize state of the art technology, including the latest
tamper-proof technology and must be approved by DOC prior to installation.

j.

The Contractor shall be financially responsible for obtaining all permits, licenses, and bonding to
comply with State and Federal laws.

k. As directed by the State contact at each correctional facility, one telephone of each “bank” of
telephones shall be installed as to be compliant with the Americans with Disabilities Act (ADA).
l.

The Contractor shall order and coordinate all required circuit orders with the LEC and long
distance carrier. Timelines shall be coordinated with State designate.

m. The contractor shall work with the State and existing service contractor to convert all existing
data to required format and loading into the new system. The existing assigned PIN numbers
and authorized call lists shall remain unchanged. The contractor shall accept data from the
current provider in any format including ASCII, Excel, Dbase Rbase and Access. The contractor
shall process the data into the format required for the proposed system and load the information
at an agreed upon time. System testing will be done on the software prior to any cut over.
n. The Contractor must provide wall mounted instrument signage next to each telephone, defining
call procedures. Signage shall be in English and Spanish. A sample is provided in Exhibit 3.
o. After installation of services, the contractor shall provide an installation summary for each site,
including the following information:
i. Certification of completion per contract requirements. Signed by vendor and State.
ii. Front view (Complete manufacturer diagram or printed digital picture) of cabinet and
each item of equipment installed.
iii. Side view (Complete manufacturer diagram or printed digital picture) of cabinet and each
item of equipment installed.
iv. Cable layout including all blocks (66,110 or other) and interfaces.
v. Network Hub Layout
vi. MDF Termination Detail
vii. Block layout identifiers
p. ICPs for locations with 10 or fewer telephone stations may be remotely located and need not be
at campus locations. All other sites will require on campus equipment.

3. OPERATIONAL SUPPORT, MAINTENANCE, AND MONITORING PRACTICES
a. All equipment provided shall be the responsibility of the Contractor. The Contractor shall
provide spare parts, trained personnel and software to support the equipment at the
Contractor’s cost throughout the duration of the contract. All Contractor equipment must be fully
supported by on site and remote maintenance. Remote maintenance must include the ability to
test trunks and phones and to place test calls without sending a technician to the distant site.
All equipment provided shall be the responsibility of the Contractor. Maintenance must include
the following:
•
•

Contractor repair of all major service calls within four (4) hours of report of occurrence.
A major service call is defined as a loss of twenty-five 25 % or more of any one bank
(greater than one telephone) of telephones or loss of carrier services.
24 hour, 365 day repair service for telephone station bank “out of service” reports.

36

•

•
•
•
•

Contractor response and repair commencement of all minor service calls within one
business day of report of occurrence. A minor service call is defined as any service call
not defined as major. Additional services, such as Moves, Adds and Changes (MAC),
will be requested after installation. Most work will be scheduled some time in advance
(three or more days), but the Contractor shall service the State within the next business
day when requested to do so. In all cases, work must be completed within 10 business
days. For inmate telephone services, next business day shall be next calendar day.
Next day repair for single station trouble reports.
On-site diagnostics, remote diagnostics, and repair without affecting call progress and
calls in progress for telephones unaffected by fault.
Automatic trunk/channel disable for failed trunks.
Weekly site visits for system inspection and/or repair. Responses to trouble calls may
constitute a site visit for the week so long as the other telephone equipment on the site
is inspected at the same time and additional repairs are made as necessary.

b. The Contractor shall provide monthly trouble reports summarizing repair activities for the
previous month. The Contractor must meet with the State either in person or via a
telephone conference call regarding corrective actions and trouble resolution upon request.
The type of meeting will depend upon problem severity as determined by the State.
c. Contractor Employees shall relinquish their Company Identification and State or Federal.
recognized identification card prior to entry into a State Correctional facility. Upon exiting of the
facility they must relinquish the facility identification card. Only then will their surrender
identification be returned to them.
d. Contractor shall provide an EMERGENCY CONTACT that will be available to be on-site within 2
hours during an Emergency situation, as defined by the customer. Remote Access will not be
sufficient in the case of these Emergencies. Contractor shall maintain a 24-hour Emergency
Contact for on-call access by the customer.
4. FUNCTIONAL REQUIREMENTS
a. Service shall provide for administrative control of all programmable features via either of two
PCs located within the facility. Administrative access shall require multiple passwords and a
lock-out feature restricting access to PIN numbers to a Master Administrator.

Deleted: ¶
¶
¶
[The following were removed from the
General. Where do they go now?]¶
The Contractor shall assure that no
operator assistance services (0+
dialing) may be accessed.¶
¶
The Contractor must assure that no
directory assistance services may be
accessed.¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
Formatted: Bullets and Numbering

b. Vendor’s remote access via secure transport mechanism shall be provided at each site.
Security shall be included. Additional multiple secure passwords shall be included. Remote
connection shall allow downloading of information.
c. The ICP must provide fully automated collect calling without the need for live operator
intervention. The Contractor shall assure that no operator assistance services (0+ dialing)
may be accessed. The Contractor must assure that no directory assistance services may
be accessed.

Deleted: dial-up modem or other
Deleted: Access shall be originated
from a single designated State
location.
Deleted: dial-back for dial-up
modem access or originating address
authentication
Deleted: security
Deleted:
Deleted: only
Deleted: <#> ¶
Formatted: Bullets and Numbering

37

d.

e.

The ICP shall offer clear and concise voice prompts; English will be the default prompt.
Inmates shall be able to select prompts given in Spanish. Voice prompts must be given
in short sentences with meaningful instruction for operation of the system. Beeps, tones,
and other non-voice sounds shall not be permitted as substitutes for voice instructions,
except when standard sounds such as dial tone, ringing, busy signals, on hold and
intercept tones are appropriate. Phone signs, printed hand-outs, and video-training
tapes are not an acceptable alternative to a complete range of voice prompts and
messages.
The ICP must include the following fraud control functionality:

Formatted: Bullets and Numbering
Deleted: and French

Deleted: .¶

•

Require the successful entry of a valid personal identification number (PIN, inmate
DOC number to be used) to provide positive identification of the inmate seeking
access to the system, before the call is accepted.

Formatted: Bullets and Numbering

•

Prompts to verify PIN inputs requiring a DTMF verification of within 15 seconds for
answering yes if correct or no if incorrect. Callers shall be allowed only two chances
to enter a correct PIN before being disconnected.

Formatted: Bullets and Numbering

Switch-hook detection and subsequent disconnect during connected call period. Call
detail reports must reflect reason for disconnect.

Deleted: ed

•
•

Voice overlay recording (inmate call branding) alerting called party that they are
speaking to an inmate from a correctional facility. Overlay recording must be
provided at initial contact with called party.

Deleted: g

Deleted: (
Deleted: )
Formatted: Bullets and Numbering
Formatted: Bullets and Numbering
Deleted: and played randomly
during call duration

•

Third party conference call detection eliminating the possibility of call conferencing
and call forwarding.

•

Incoming call block. The ICP must not respond to incoming ringing on any of its
lines used for placing the outbound inmate collect calls. No signaling or ringing of
the inmate station phones shall result from an incoming ring on a line.

•

The ICP must allow for blocking of the sound path to the inmate phone during call
placement and during the time when the ICP is requesting acceptance of the collect
call charges. During call blocking, the inmate shall be given call progress tones to
indicate that the call is being connected until such time as positive acceptance or
rejection is detected.

Formatted: Bullets and Numbering

•

The ICP must provide call blocking upon dialing based upon an unlimited number of
administratively defined telephone numbers. Blocking shall be defined by the NPA,
individual digits or exchanges as selected by the system administrator (i.e. 800
numbers, 900 numbers, etc.

Formatted: Bullets and Numbering

•

Access to a live operator must be blocked at all times.

Formatted: Bullets and Numbering

38

Deleted: Random play must be
programmable from administrative
terminals allowing an option to
disable play during conversations.
Volume must be remotely adjustable
to insure proper volume.
Formatted: Bullets and Numbering

Formatted: Bullets and Numbering

f.

•

Call duration must be controlled per defined length of call. Both called and calling
parties will receive a voice message indicating maximum call duration has been met
and that the call will terminate. Maximum time duration must be programmable in
one-minute increments from three to unlimited. Default setting must be unlimited.
Administrators must have authority to vary call length as desired.

•

The ICP must not deem a call to be accepted until such time as the call recipient
acknowledges receipt. The ICP must be able to distinguish such signal from line
noise such as pops or clicks, i.e. as may be created by answering machines.

The system must be provided with an on-site administration terminal located at a
location designated by the customer. Features must include the following:

•

•
•
•
•
•
•
•
•
•

Ability to automatically scan recorded calls for key words and phrases and have the
administrative terminal receive a prompt for the call to be reviewed based upon the
detection of those words and phrases in a conversation.

•

Data entry and retrieval of records

•

All inmate calls will be silently monitored and recorded; each call will be time and
date stamped at the point of recording. Recording will begin with the acceptance of
the PIN; dialing or speaking must commence within fifteen seconds or the call will be
terminated and the recording cease. Recorded calls must be easily retrievable and
archived.

•

•

g.

Connection via commercially available computer equipment
Operation not affecting the ICP normal operations and telephone operations.
Management of inmate PIN codes and allowed called numbers;
Report capabilities of call detail reports by number called, date, time, caller PIN and
originating telephone.
Viewing and printing of call detail records.
Real time update of call block and acceptance lists.
Real time ability to disable and enable phone operation on an all phone or per station
basis.
Ability to connect two or more administrative terminals with simultaneous operations
if needed.
Recording of selected conversations from file records

Monitoring must be provided on a per call, dialed number, all trunk, scanned trunk or
on demand basis from any inmate call system telephone and with PIN number;
monitoring may be done on either live or previously recorded calls.
For the continuous recording of all stations, 60 days of recordings shall be
maintained on site; one-year’s recordings shall be maintained off-site and shall be
made accessible to the State by the Contractor. Recordings shall become the
property of the Department of Corrections once recorded.

Stations must be armored, coinless phones designed for use in correctional facilities.
Coin phones or phones requiring local power are not acceptable. Phones must be dumb
stations with a minimum of electronics. Intelligence must reside within the ICP.

39

Formatted: Bullets and Numbering

Deleted: by dialing a system
recognized digit on a touch tone
telephone

Deleted: remote from the main
equipment location, but placed within
the same facility
Formatted: Bullets and Numbering
Deleted: ¶
Deleted: ¶
Deleted: inmates shall have no more
than twenty (20) numbers to which
they can place calls.

Deleted: to CD.

Deleted: in ASCII formatted files.

Deleted: on write-once compact
disks
Deleted: nonDeleted: the number of compact
disks required for 3
Deleted: Disks

h. Telephone stations must include stain resistant metal casing, metal armored handset
cord, moisture resistant keypad and concealed fittings to prevent inmate tampering.
Handset cord wire must not be of the type that can cut steel.
i.

System must be remotely bootable.

j.

Power backup (UPS) for up to 5 minutes in the event of power failure where emergency
generator power is available must be provided. Where emergency generator power is not
available, 15-minute power backup must be provided.

k. The Contractor must provide hard wired, switched disconnect of each individual telephone
by State employees within the equipment room for each bank of telephones.
l.

Deleted: armored handset

Deleted: 1
Formatted: Bullets and Numbering
Deleted: or battery with line
conditioning)
Deleted: observation

Contractor shall provide high quality transmission service. Service shall be verified by a
test call to an industry standard milliwatt tone and quiet generated in a facility within a
selected North American NXX/NPA, and measurements taken regarding tone loss and line
noise. Readings must be within 0 to -10 for loss and lower than -20dbrnc for noise. All
other readings shall be considered substandard.

m. Credit for calls shall be issued when a caller attempts to place a call, does not get
connected, and yet is billed; or when a call is terminated within 30 seconds of call initiation,
due to substandard transmission quality, and a second attempt is made.
n. The system shall provide for a toll free speed dial service, allowing inmates to dial an onsite investigative telephone number. This call shall not require the use of voice
identification or PIN.
o. The system shall allow an automated call block feature, permitting the called party to block
their number from being dialed in the future. The called party simply dials a single digit
DTMF code once the message that the call received is from a facility and the calling
inmate name is played. A record is generated and the system administrator is notified of
the blockage. The system automatically blocks the call. The administrator may change the
denial operation at any time via the administrative terminal.
p. The system shall constantly monitor the inmate phone for attempts to manipulate the switchhook in order to bypass system controls. Any such attempt will result in call disconnection.
At no time will the inmate reach outside dial tone or operator assistance.
q. Calls shall be restricted to collect only. Inmates shall be prohibited from dialing: 911, 411,
X11, 555-1212, 0-, 00-, 700, 976, 900, 800, 8XX, 10XXX, 950, in order to ensure that there
is no possibility of inmate live operator access. In addition, the system shall be equipped
with virtually unlimited capacity for individual blocked numbers which can be added on-site
via one of the administrative terminals.

Formatted: Bullets and Numbering
Deleted: ¶
Deleted: r
Deleted: n

Formatted: Bullets and Numbering

Deleted: 888,

r. The system must require that the inmate hang up following each call in order to place
another call. When the first call is complete, the phone becomes inoperable until it is
placed on-hook again.
s. The system shall be provided with two methods to quickly shut down all telephones during
an emergency: Administrative terminal and mechanical cut off switches. Existing
switches may be used, but the contractor must insure proper operation maintenance.
These manual switches shall override any electronic or preprogrammed on-off parameters.
These switches will be installed in a controlled area designated by the customer. An officer
from the State of Delaware Department of Corrections can shut off individual phones, all
phones in a POD, or all phones at the facility with one switch.

40

Deleted: ¶
¶
¶
¶
Deleted: (presumably the Control
Room).

t.

The system shall offer both rotary and touch tone call acceptance.

u. The system shall be fully compatible with TTY/TDD services and meet all requirements of
the American with Disabilities Act. This includes telephone set location and installation.

Deleted: is inclusive
Deleted: in

5. CALL SEQUENCE
This section defines sequence of events of initiating inmate call.
a. Caller lifts handset.
b. Caller receives a repeated message to choose between English or Spanish, each in the
appropriate language.

Deleted: ,
Deleted: or French

c. Caller receives repeated message to enter a Personal Identification Number (PIN).
d. Caller enters PIN number.
e. Caller receives repeated message to indicate that number entered was number desired. Caller
presses a DTMF key to continue the call, or a different key allowing him to re-dial the number.
f.

Message is played to the caller, indicating an acceptance or rejection of the call attempt. If the
ID is rejected, the phone will be disconnected.

g. Inmate dials number.
h. Receiving party telephone rings.
i.

Receiving party answers call.

j.

Receiving party hears a message in English or Spanish dependent upon originating call
language, indicating that this is a call from a correctional institution in Delaware, plays the voice
recorded name of the inmate, and provides information on how to accept or reject the caller.
The calling party is not cut through until the call is accepted. The caller only hears a repeated
message that his call is being processed.

Deleted: ,
Deleted: or French,

k. Inmate receives message that his call is either connected and he hears the called party or that
his call is rejected, in which case the call is immediately terminated.
l.

Every six seconds throughout the call the inmate hears a recording tone and randomly the
called party receives a message that the call has been placed from a correctional institution.
This feature is selectable from the administrative terminal and may be disabled.

6. CALL DETAIL REPORTING AND STORAGE
a. The ICP must provide on-site storage of call detail information. Other requirements include the
following:
b. On-site storage capacity of up to 6 months of call records, as differentiated from recordings of
calls. Ability to transfer call records to servers on the Corrections network. Contractor is to
provide single computer systems with LAN hardware/software to interface to Corrections
network at each site. Backups shall be performed weekly and may be stored offsite for disaster
recovery.
c. Call activity viewing in real time.
d. On site reporting of stored activity.

41

Deleted: ¶
¶
¶
¶
Deleted:
Deleted:
Deleted: , on hard disk

e. Call detail reporting by PIN or station for dialed number, station, trunk, time of day, date and
duration of call, and call conditions including busy, no answer, normal, time expired, line quality,
etc.
f.

Indefinite retention of call details in the event of power failure.

Deleted: <#>24 hour automatic call
backup¶
Formatted: Bullets and Numbering
Deleted: (if used)

7. OPERATIONAL SUPPORT AND TRAINING
a. The Contractor shall provide an employee for operational and maintenance support for the
inmate telephone system. Operational support shall include, but not be limited to, training
Corrections staff in the use of the system, collecting and inputting voice samples of the inmates
for identification and tracking purposes, and entering and adjusting inmate personal
identification numbers (PIN), and for Emergency on-site availability (See Exhibit 6).

Deleted: .

b. On-site operational training at each correctional facility shall be provided. Classes shall be
provided for each of the three employee work shifts. A minimum of two classes shall be held for
each shift. Topics to be covered shall include:
c. Inmate call process.
d. Communicating PIN assignment/change requests to administrators.
e. Trouble reporting procedure.
f. Emergencies – phone shutdown, reporting, service issues.

Deleted:

g. On-site training at each correctional facility shall be provided for the Department of Corrections
systems administrators of the inmate phone system. Such training shall include operation and
operator/user maintenance of all equipment supplied. Training shall take place on the day prior
to system turn-up, the day of turn-up and 14 days thereafter to insure a thorough understanding
of the equipment by prison employees. Training shall take place during each of three daily
shifts as defined by the Department of Corrections. Each administrator shall be provided
complete sets of training material including manuals and other materials on the following topics:

Deleted:

•
•
•
•
•
•

Administrative Terminal operations.
Reporting Options and Queries.
Inmate call process.
Communicating PIN assignment/change requests to administrators.
Trouble reporting procedure.
Emergencies – phone shutdown, reporting, service issues.

Deleted: prison
Deleted: for up to ten (10)
correctional staff
Deleted:
Deleted: a minimum of two hours
each, and be

Deleted: prison
Deleted: up to five (5)

Formatted: Bullets and Numbering

h. Contractor’s System Administrator employee(s) shall provide weekly routine operational and
maintenance support for training additional Correctional staff in the use of the system, collecting
and inputting voice samples, entering inmate identification data and PIN numbers.
8. TROUBLE REPORTS
Contractor shall be responsible to catalogue, maintain and resolve inmate trouble reports.
9. EQUIPMENT OWNERSHIP
a. The Contractor shall remain the sole and exclusive owner of all telephone equipment installed.
The inventory and locations are shown in Exhibit 4.

42

Deleted: A sample report is included
in Attachment XX.¶

b. All cable, wire, patch panels, jacks, interface blocks, and wire management facilities, shall
remain as property of the State at the termination of this agreement.
c. All PCs shall be maintained by the contractor throughout the contract, but be turned over to the
State at the termination of the contract. The State shall receive such including all software and
peripherals, as considered inclusive in the system.
d. The State shall not be held responsible for any damage to equipment.
e. The Contractor must provide documentation on equipment ownership if other than the primary
contractor (subcontractor) and the terms of the use (if not owned by the Contractor) of such
equipment.
f.

All services shall remain in effect from the commencement of the contract to the initiation of a
future contract, not to exceed 90 days.

g. The State shall bear no costs for the removal and transfer of services. All terms of the initial
contract other than time duration shall remain in effect.
10.

ADMINISTRATIVE PCs:
The Contractor shall provide administrative PCs where specified within. All such devices shall be
industry standard equipment of the configuration currently specified to be fully functional and
compatible with the ICP it supports.

11.

COLLECT CALL BILLING:

One flat rate service charge should be billed for all inmate-originated collect calls regardless of time of day
and/or day of week.
•
•
•

Local – service charges not to exceed $2.50
IntraLATA – service charges not to exceed $2.50
InterLATA – service charges not to exceed $2.50

A separate postalized transport charge should be billed for each of the above areas regardless of the time of
day and/or day of week.
These rates must be capped for the duration of the Contract. Billing of calls will not begin until an off-hook,
voice acceptance and interactive signal is received from the called party. Call detail must be provided for
every outgoing call.
The overall billing per call will be included in the Bidder’s evaluation criteria.

Deleted: ¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
Deleted: Contractor shall provide
one PC per DOC site as noted:¶
Concord Facility: Internal Affairs
Office, Administrative Wing.¶
Lakes Region Facility, Laconia:
Investigation Office adjacent to
Rooms 126 and 127.¶
Goffstown Facility: Internal Affairs
Office¶
Formatted: Bullets and Numbering

Formatted: Bullets and Numbering

43

Deleted: , including the following:

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
APPENDIX A
III. PUBLIC COIN TELEPHONE SERVICE
1. INTRODUCTION
The State shall award a contract for a primary provider of all public telephones located on property
owned or controlled by the State. This includes coin-operated and Charge-a-Call telephones. Contractor
shall provide local, intra LATA and interLATA transport. At present, service for 259 telephones is
required.
2. AVAILABILITY
a. The Contractor must provide 800 and 8XX NPA and emergency 911 access from all telephones. 911
calls shall not require payment deposit or incur any costs to the caller.
b. The State may restrict incoming calls on a per-station basis at its discretion.
c. The Contractor must allow origination of third-party billing and collect calls.

Deleted: ¶
400 MHz Pentium II (or equivalent)
Processor ¶
4MB Video Memory Upgrade¶
3.5” 1.44MB Floppy Drive¶
6.4GB IDE Disk Drive¶
Integrated 10/100 Network Interface¶
512K Cache¶
2X6 IDE R/W CD ROM¶
Microsoft Mouse¶
WIN 104 Key Keyboard¶
128MB Memory(1 DIMM)¶
Data/Fax 56K Modem¶
Windows 98 Operating File System¶
17” Color Monitor UltraScan 1000HS¶
Page Break
Deleted: All existing public
telephones for which the State has
assumed responsibility are installed
and maintained by the local exchange
carrier Verizon.
Deleted: 344
Deleted:
Deleted: 88

d. The Contractor must accept the usage of debit and calling cards.

Deleted: Contractor

e. The Contractor must provide a one-for-one replacement for all public pay telephones noted in

Deleted:

f.

Exhibit 4. The State will determine the necessity for public pay telephones to be installed in State
locations. All installations shall be at the discretion of the State and shall be coordinated by the State.

Deleted: to

For management purposes, the State's telephones may be grouped into BTNs. Grouping selections
shall be made by the State.

Deleted: The Contractor must
subscribe to a major service listing
restricted third party billed calls
including but not limited to, those
provided through Verizon Curb a
Charge services.

3. TELEPHONE STATION TYPES
a. Public telephone stations are currently made up of several types, including environmentally protected
stations, indoor stations, coin and charge card stations (See Exhibit 5). The Contractor must provide
new or refurbished, like-new equipment of similar type designed for similar applications.
b. The Contractor may install telephones as is necessary to insure the greatest amount of usage. Each
designated location, at a minimum, must be provided with one coin operated telephone. All
installations must be approved and coordinated with the State.

Deleted:

Deleted: major
Deleted: including but not limited to
AT
Deleted: &T,
Deleted: LDN, MCI, Verizon and US
Sprint.
Deleted:
Deleted:
Deleted: The Contractor must
provide, at a minimum, one coin
operated telephone at each additional
State public address. Any telephone
location receiving over $80 in average
monthly usage shall be eligible for a
second station. Additional
installations shall be required per... [3]
Deleted: An exception is made for
the replacement of Charge Card ... [4]

44

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES

Deleted:

Page Break

REQUEST FOR PROPOSAL
APPENDIX A

IV. COMMISSION STRUCTURE
The commission to the State shall be in the form of a straight percentage of all originating, billable revenue.
Commission must be applied to all charges from all telephones on each system. Revenue not collected will
not reduce the commission amount. Commission plans restricted to minimum thresholds are unacceptable.
A commission check should be submitted to the designated State address, on a monthly basis, fifteen days
after the end of the billing period. Also included should be an itemized report listing the following information:

Deleted: Department of Treasury,
c/o Division of Administration, P.O.
Box 211, Trenton, NJ, 08625

•
•
•
•
•

Deleted: ,

Correctional facility or Location Address in the case of Public Pay Stations
Telephone line number
Minutes of usage
Total charges for each line number
Commission amount for each line number

The State will provide the location for the submittal of commission checks.

45

Deleted: ¶
Individual counties

Deleted:

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
EXHIBIT 1

INMATE/ PUBLIC COIN SERVICES SAMPLE MONTHLY USAGE (Verizon)

# Messages
- Year/Month
Inmate
INTERLATA
INTRALATA
LOCAL

200307 200308
3,311
0
33,086
28,353
76,122
57,875

200309 200310 200311 200312
51
6,857
3,543
3,055
35,595
26,624
26,808 31,892
80,080
56,387
54,949 68,253

200401 200402 200403 200404 200405 200406
3,522
3,614
3,687
3,842
3,768
3,578
32,914
32,343
33,344 33,347
35,647
33,243
69,792
70,272
71,998 67,974
68,519
63,376

200407
3,518
36,062
68,594

Public
INTERLATA
INTRALATA
LOCAL

200307 200308
471
547
390
403
1,787
1,672

200309 200310 200311 200312
475
547
73
79
326
480
400
455
1,798
1,539
1,686
1,681

200401 200402 200403 200404 200405 200406
50
48
40
29
58
35
450
373
421
436
338
445
1,571
1,426
1,611
1,425
1,496
1,809

200407
56
407
1,709

Total
INTERLATA
INTRALATA
LOCAL

200307 200308 200309 200310 200311 200312
3,782
547
526
7,404
3,616
3,134
33,476
28,756
35,921
27,104
27,208 32,347
77,909
59,547
81,878
57,926
56,635 69,934

200401 200402 200403 200404 200405 200406
3,572
3,662
3,727
3,871
3,826
3,613
33,364
32,716
33,765 33,783
35,985
33,688
71,363
71,698
73,609 69,399
70,015
65,185

200407
3,574
36,469
70,303

46

Page Break

# Minutes Year/Month
Inmate
INTERLATA
INTRALATA
LOCAL

200307 200308
58,563
0
350,278 296,029
827,170 637,492

200309
1,135
370,888
880,768

200310 200311 200312
111,752
60,211 56,973
280,606 279,435 339,443
644,150 633,100 799,302

200401 200402 200403 200404 200405 200406
63,817
62,547
64,518 67,069
68,284
67,674
354,003 353,159 363,282 366,629 386,529 361,936
819,153 818,267 839,648 793,632 798,225 739,486

200407
63,743
389,781
801,925

Public
INTERLATA
INTRALATA
LOCAL

200307 200308
3,343
3,729
3,432
3,031
9,751
8,347

200309 200310 200311 200312
3,457
4,161
549
794
2,697
3,975
4,898
7,127
9,172
9,198
8,818
9,804

200401 200402 200403 200404 200405 200406
446
527
447
389
322
246
4,299
3,236
4,057
4,722
3,481
5,498
10,602
8,761
8,633
9,085
9,130
9,546

200407
425
3,921
11,053

Total
INTERLATA
INTRALATA
LOCAL

200307 200308 200309
61,906
3,729
4,592
353,710 299,060 373,585
836,921 645,839 889,940

200401 200402 200403 200404 200405 200406
64,263
63,074
64,965 67,458
68,606
67,920
358,302 356,395 367,339 371,351 390,010 367,434
829,755 827,028 848,281 802,717 807,355 749,032

200407
64,168
393,702
812,978

200310 200311 200312
115,913
60,760 57,767
284,581 284,333 346,570
653,348 641,918 809,106

Deleted:

47

Page Break

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
Exhibit 1 (continued)

AT&T Inmate Sample Monthly Usage

AT&T INMATE INTERSTATE USAGE MINUTES
BILLING CYCLE
2004 May
2004 April
2004 March
2004 February
2004 January

# MESSAGES
3,529
4,269
3,821
4,305
3,401

2003 December
2003 November
2003 October
2003 September
2003 August
2003 July
2003 June
2003 May
2003 April
2003 March
2003 February
2003 January

3,992
3,484
3,072
3,892
3,724
4,116
3,949
2,975
4,441
4,490
5,680
3,255

2002 December
2002 November
2002 October
2002 September
2002 August
2002 July
2002 June

3,747
3,809
4,531
4,716
4,391
5,519
4,552

48

Deleted:

Page Break

Deleted:

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
Exhibit 2
Verizon Rolling Average Usage

Messages

Rolling
Average for
19 Months

Minutes

Inmate

Rolling
Average for
19 Months

Inmate

INTER

3,747

INTER

64,559

INTRA

34,178

INTRA

362,654

LOCAL

70,247

LOCAL

793,578

Public

Public

INTER

300

INTER

2,475

INTRA

410

INTRA

4,066

LOCAL

1,735

LOCAL

10,060

Total

Total

INTER

4,047

INTER

67,034

INTRA

34,588

INTRA

366,720

LOCAL

71,982

LOCAL

803,638

49

Page Break

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
Exhibit 3
WALL MOUNTED INSTRUMENT SIGNAGE SAMPLE

1. Calls are to be completed in the following manner.
2. Numbers called must be on your PIN Sheet and
must have been approved prior to you calling.
2. Once Permission to make the call is obtained.
a. Remove receiver
b. At prompting enter your PIN number
c. At prompting enter the number your wish to call
d. At prompting state your name.
e. Wait for the party you called to accept your call.
f. Terminate call at the end of your call, or when
instructed to terminate.

50

Deleted:

Page Break

Exhibit 4
INMATE & PUBLIC PHONE INVENTORY

BUSINESS NAME
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.

PHONE NBR
3026529349
3026529358
3026529360
3026529363
3027779036
3027779037
3027779038
3027779039
3027779045
3027779059
3027779061
3027779062
3027779063
3027779064
3027779065
3027779090
3027779094
3027779096
3027779097
3028884504
3028884506
3028884508
3028884511
3028884513
3028884518
3028884520
3028884522
3028884524
3028884526
3028884527

SERVICE ADDRESS
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV

51

SERVICE CITY
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE

SERVICE LOC
UNIT 4 DES POD A
UNIT 4 DES POD B
UNIT 4 DES POD C
UNIT 4 DES POD D
UNIT 7 DES RM 6115
UNIT 6 DES RM 5140
UNIT 5 DES RM 6140
UNIT 4 DES RM 9129
UNIT 4 DES RM 9142
UNIT 3 DES RM 8107
UNIT 2 DES RM 9107
UNIT 4 DES RM 9120
UNIT 4 DES RM 8142
UNIT 9 DES VILLAGE
KITCHEN
BLDG 5 DES INFIRMARY
TELEPHONE ROOM
UNIT 3 DES ROOM 8129
UNIT 3 DES ROOM 8121
SECTION 3126
SECTION 3126
SECTION 5115
SECTION 5115
SECTION 6115
SECTION 6115
SECTION 5140
SECTION 5140
SECTION 6140
SECTION 6140
SECTION 7115

SERVICE
TYPE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
BAYLOR'S WOMEN'S CORR.
Total Inmate Lines-Baylor
DELAWARE CORRECTIONAL

3028884528
3028884532
3028884534
3028884538
3028884539
3028884541
3028884542
3028884546
3028884550
38
3026530850

DELAWARE CORRECTIONAL

3026530851

DELAWARE CORRECTIONAL

3026530852

DELAWARE CORRECTIONAL

3026530853

DELAWARE CORRECTIONAL

3026530854

DELAWARE CORRECTIONAL

3026530855

DELAWARE CORRECTIONAL

3026530856

DELAWARE CORRECTIONAL

3026530857

DELAWARE CORRECTIONAL

3026530858

DELAWARE CORRECTIONAL

3026530859

DELAWARE CORRECTIONAL

3026530860

DELAWARE CORRECTIONAL

3026530862

DELAWARE CORRECTIONAL

3026530863

DELAWARE CORRECTIONAL

3026530864

DELAWARE CORRECTIONAL

3026530865

INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV
INSTITUTION 660 BAYLOR BLV

NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE

SECTION 7115
SECTION 8129
SECTION 9129
SECTION 9142
SECTION 8107
SECTION 9107
SECTION 8120
SECTION 9120
SECTION 8142

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER

SMYRNA

STA-A

INMATE

SMYRNA

STA B

INMATE

SMYRNA

STA C

INMATE

SMYRNA

STA D

INMATE

SMYRNA

STA E

INMATE

SMYRNA

STA F

INMATE

SMYRNA

STA G

INMATE

SMYRNA

STA H

INMATE

SMYRNA

STA I

INMATE

SMYRNA

STA J

INMATE

SMYRNA

STA K

INMATE

SMYRNA

BLDG C EXIT TO REC AREA

INMATE

SMYRNA

BLDG C NXT TO KITCHEN

INMATE

SMYRNA

D BLDG

INMATE

SMYRNA

D BLDG

INMATE

52

DELAWARE CORRECTIONAL

3026530866

DELAWARE CORRECTIONAL

3026530869

DELAWARE CORRECTIONAL

3026530870

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL

3026530876
3026534478

DELAWARE CORRECTIONAL

3026534589

DELAWARE CORRECTIONAL

3026534634

DELAWARE CORRECTIONAL

3026534767

DELAWARE CORRECTIONAL

3026534889

DELAWARE CORRECTIONAL

3026534989

DELAWARE CORRECTIONAL

3026535167

DELAWARE CORRECTIONAL

3026535389

DELAWARE CORRECTIONAL

3026535563

DELAWARE CORRECTIONAL

3026536100

DELAWARE CORRECTIONAL

3026537282

DELAWARE CORRECTIONAL

3026537432

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL

3026539148
3026539205
3026539308
3026539334
3026539462

DELAWARE CORRECTIONAL

3026539534

@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL @SMYRNA
LANDI
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD

53

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

(DES BLDG E)

INMATE

SMYRNA

(DES BLDG V)

INMATE

SMYRNA
SMYRNA

CELLBLOCK D
867 SMYRNA LANDING RD, SMYRNA

INMATE
INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

WING L

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA

867 SMYRNA LANDING RD, SMYRNA

INMATE

SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA

BLDG 23 RM C-1
BLDG 17 RM A1
BLDG 23 RM A-1
BLDG 17 RM B1
867 SMYRNA LANDING RD, SMYRNA

INMATE
INMATE
INMATE
INMATE
INMATE

SMYRNA

BLDG C

INMATE

DELAWARE CORRECTIONAL

3026539801

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL

3026539802
3026539803

DELAWARE CORRECTIONAL

3026539808

DELAWARE CORRECTIONAL

3026539809

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL

3026539814
3026539817
3026539821
3026539823
3026539824
3026539832
3026539838
3026539841
3026539844
3026539851
3026539860
3026539861

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL

3026539864
3026539866
3026539868
3026539870
3026539874
3026539876
3026539901
3026539905
3026539909
3026539911
3026539913
3026539915
3026539923
3026539924
3026539926
3026539928
3026539929

CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER 875 SMYRNA LANDING
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CORRECTIONAL CENTER
@SMYRN
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD

54

SMYRNA

NEW DORM BLDG S

INMATE

SMYRNA
SMYRNA

BLDG D
NEW DORM BLDG S

INMATE
INMATE

SMYRNA

NEW DORM BLDG S

INMATE

SMYRNA

NEW DORM BLDG S

INMATE

SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA

BLDG 17 RM C1
BLDG D
BLDG INFIRMARY UNIT COIN
BLDG E
BLDG V
BLDG 17 RM D1
BLDG W
BLDG 23 RM C-2
BLDG 18
BLDG 18
BLDG 22
867 SMYRNA LANDING RD, SMYRNA

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA

BLDG 22
BLDG 22
BLDG 18
BLDG 18
BLDG 19
BLDG 19
BLDG 19
BLDG 19
BLDG 21 RM A-1
BLDG 21 RM A-2
BLDG 21 RM B-1
BLDG 21 RM B-2
BLDG 21 RM C-1
BLDG 21 RM C-2
BLDG 21 RM D-1
BLDG 21 RM D-2
BLDG 21

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
DELAWARE CORRECTIONAL
CTR
Total Inmate Lines-DCC
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS

3026539931
3026539934
3026539937
3026539941
3026539950
3026539964
3026539985
3026599666
3026599667
3026599990
3026535256

CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
CENTER @ SMYRNA LANDING RD
SMYRNA DEL

SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA

BLDG 22 RM A-2
BLDG 22 RM B-1
BLDG 22 RM B-2
BLDG 22 RM C-1
BLDG 22 RM C-2
BLDG 22 RM D-1
BLDG 22 RM D-2
BLDG 23 RM D-1
BLDG 23 RM D-2
BLDG 18
867 SMYRNA LANDING RD, SMYRNA

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

82
3029949745

1825 FAULKLAND RD

WILM

BLDG 4 UNIT A DES FERRIS MAX

INMATE

3029949749

1825 FAULKLAND RD

WILM

BLDG 4 UNIT B DES FERRIS MAX

INMATE

3029949758

1825 FAULKLAND RD

WILM

BLDG 4 UNIT C DES FERRIS MAX

INMATE

3029949759

1825 FAULKLAND RD

WILM

BLDG 4 UNIT D DES FERRIS MAX

INMATE

3029949767

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949777

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949779

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949783

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949784

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949798

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949806

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949819

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR LOUNGE BY GYM

INMATE

3029949820

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR UNIT A DORM

INMATE

55

DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS

3029949821

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR UNIT B DORM

INMATE

3029949823

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR UNIT C DORM

INMATE

3029949829

1825 FAULKLAND RD

WILM

BLDG 1 DES DETENTION CTR UNIT D DORM

INMATE

3029949836

1825 FAULKLAND RD

WILM

BLDG 2 DES MOWLDS, ENTRANCE

INMATE

3029949837

1825 FAULKLAND RD

WILM

BLDG 2 DES MOWLDS,OPP WALL BY WINDOW

INMATE

3029949880

WILM

UNIT E DES NEW WING

INMATE

WILM

UNIT E DES NEW WING

INMATE

WILM

UNIT E DES NEW WING

INMATE

3029949900

NEWCASTLE CO DETENTION CTR
18
NEWCASTLE CO DETENTION CTR
18
NEWCASTLE CO DETENTION CTR
18
1825 FAULKLAND RD

WILM

UNIT ABC DES POD A #1

INMATE

3029949901

1825 FAULKLAND RD

WILM

UNIT ABC DES POD A #2

INMATE

3029949906

1825 FAULKLAND RD

WILM

UNIT ABC DES POD B #3

INMATE

3029949910

1825 FAULKLAND RD

WILM

UNIT ABC DES POD B #4

INMATE

3029949918

1825 FAULKLAND RD

WILM

UNIT ABC DES POD C #5

INMATE

3029949928

1825 FAULKLAND RD

WILM

UNIT ABC DES POD C #6

INMATE

3029949936

1825 FAULKLAND RD

WILM

LIVING UNIT #7

INMATE

3029949940

1825 FAULKLAND RD

WILM

LIVING UNIT #8

INMATE

3029949942

1825 FAULKLAND RD

WILM

D,E,F, POD D #9

INMATE

3029949952

1825 FAULKLAND RD

WILM

D,E,F, POD D #10

INMATE

3029949956

1825 FAULKLAND RD

WILM

D,E,F, POD E #11

INMATE

3029949958

1825 FAULKLAND RD

WILM

D,E,F, POD E #12

INMATE

3029949888
3029949890

56

DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
DELAWARE YOUTH SVCS
FERRIS
Total Inmate Lines-Ferris
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST

3029949962

1825 FAULKLAND RD

WILM

D,E,F, POD F #13

INMATE

3029949970

1825 FAULKLAND RD

WILM

D,E,F, POD F #14

INMATE

3029949971

1825 FAULKLAND RD

WILM

LIVING UNIT #15

INMATE

3029949973

1825 FAULKLAND RD

WILM

LIVING UNIT #16

INMATE

36
3024269018
3024269024
3024269025
3024269032
3024269067
3024269173
3024269238
3024269321
3024269349
3024269353
3024269386
3024269407
3024269480
3024269484
3024269487
3024269508
3024269512
3024269521
3024269531
3024269532
3024269533
3024269534
3024269535
3024269536
3024269537
3024269538
3024269539
3024269540
3024269541
3024269542

1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12TH ST
1201 E 12TH ST
1201 E 12TH ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST

WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM

POD 1 STA A
POD 1 STA B
POD 1 STA C
POD 1 STA D
POD 2 STA A
POD 2 STA B
POD 2 STA C
POD 2 STA D
POD 3 STA A
POD 3 STA B
POD 3 STA C
POD 3 STA D
POD 4 STA A
POD 4 STA B
POD 4 STA C
MPR AREA
MPR AREA
MPR AREA
M-P CRIMINAL JUSTICE FACILITY POD 1 A
M-P CRIMINAL JUSTICE FACILITY POD 1 B
M-P CRIMINAL JUSTICE FACILITY POD 1 C
M-P CRIMINAL JUSTICE FACILITY POD 1 D
M-P CRIMINAL JUSTICE FACILITY POD 1 E
M-P CRIMINAL JUSTICE FACILITY POD 1 F
M-P CRIMINAL JUSTICE FACILITY POD 2 A
M-P CRIMINAL JUSTICE FACILITY POD 2 B
M-P CRIMINAL JUSTICE FACILITY POD 2 C
M-P CRIMINAL JUSTICE FACILITY POD 2 D
M-P CRIMINAL JUSTICE FACILITY POD 2 E
M-P CRIMINAL JUSTICE FACILITY POD 2 F

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

57

YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST

3024269543
3024269544
3024269545
3024269546
3024269547
3024269548
3024269558
3024269582
3024269734
3024269735
3024269745
3024269752
3024269754
3024269772
3024269783
3024269784
3024269785
3024269816
3024269817
3024269818
3024269823
3024269824
3024269825
3024269829
3024269845
3024291943
3024292551
3024292553
3024292554
3024292556
3024292559
3024292561
3024292562
3024292565
3024292566
3024292568
3024292569
3024292570

1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12TH ST
1201 E 12TH ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT

58

WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM

M-P CRIMINAL JUSTICE FACILITY POD 2 G
M-P CRIMINAL JUSTICE FACILITY POD 2 H
M-P CRIMINAL JUSTICE FACILITY POD 2 J
M-P CRIMINAL JUSTICE FACILITY POD 2 K
M-P CRIMINAL JUSTICE FACILITY POD 2 L
M-P CRIMINAL JUSTICE FACILITY POD 2 M
MPR AREA
MPR AREA
POD 6 STA A
POD 6 STA B
POD 4 STA D
POD 6 STA C
POD 6 STA D
POD 5 STA A
POD 7 STA A
POD 7 STA B
POD 7 STA C
POD 7 STA D
POD 8 STA A
POD 5 STA B
POD 8 STA B
POD 8 STA C
POD 8 STA D
POD 5 STA C
POD 5 STA D
POD 1
POD 2
FLR 1 POD C
POD D
POD A
POD B
1201 E 12 ST, WILM
1201 E 12 ST, WILM
LOC POD-C
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST

3024292571
3024292572
3024292575
3024292576
3024292577
3024292578
3024292579
3024292583
3024292584
3024292585
3024292586
3024292603
3024292608
3024292609
3024295842
3024296606
3024297559
3024298404
3024298516
3024298534
3024298562
3024298564
3024298572
3024298891
3024299030
3024299092
3024299225
3024299349
3024299395
3026529816
3026529825
3026529847
3026529860
3026529879
3026529907
3027779049
3027779051
3027779052

CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
HILL 1201 E 12 ST
HILL 1201 E 12 ST
HILL 1201 E 12 ST
HILL 1201 E 12 ST
HILL 1201 E 12 ST
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
1201 E 12 ST
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
CRIME JUSTICE FACILIT
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST

59

WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WILM

1201 E 12 ST, WILM
POD 2E
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM
FLR 2
FLR 2
LOC POD 2J CON WARDEN YOUNG CORR INST
LOC POD 2K
POD 2J
INFIRMARY
POD 2K
POD 2F
POD 2A
POD 2B
POD 2C
MPR-2
MPR-2
MPR-2
MPR-2
MPR-2
POD 2D
1201 E 12 ST, WILM
RM EQUIP EQUIPMENT RM
FLR 2 POD H
FLR 2
FLR 2 POD G
MPR DORMITORY #3
MPR DORMITORY #3
MPR DORMITORY #3
MPR DORMITORY #3
MPR DORMITORY #3
MPR DORMITORY #3
1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
YOUNG CORR INST
Total Inmate Lines-YOUNG
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
Total Inmate Lines-PVC

3027779053
3027779055
3027779056
3027779121
3027779123
3027779124
3027779126
112
3026599501
3026599502
3026599505
3026599506
3026599507
3026599508
3026599509
3026599559
3026599570
3026599571
3026599660
3026599661
3026599664
3026599668
3026599669
3026599680
3026599681
3026599843
3026599939
3026599967
19

STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE

3024227918
3024227919
3024227921
3024227922
3024227923
3024227924

1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST
1201 E 12 ST

WILM
WILM
WILM
WILM
WILM
WILM
WILM

875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD

SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA

RT 113
RT 113
RT 113
RT 113
RT 113
RT 113

MILFORD
MILFORD
MILFORD
MILFORD
MILFORD
MILFORD

60

1201 E 12 ST, WILM
1201 E 12 ST, WILM
1201 E 12 ST, WILM
GYM
GYM
GYM
GYM

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
STEVENSON HOUSE
Total Inmate Lines-Stevenson
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX BOOT CAMP
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL

3024227927
3024227928
3024227939
3024227940
3024227942
3024227944
3024249020
3024249022
3024249023
3024249024
3024249025
3024249026
3024249027
3024249028
3024249029
3024249030
21
3028559683
3028559684
3028559685
3028559686
3028566544
3028566545
3028566546
3028566552
3028566561
3028566569
3028566570
3028546803
3028546804
3028546805
3028546806
3028546807
3028546808
3028546809
3028546810
3028546811
3028546812

RT 113
RT 113
RT 113
RT 113
RT 113
RT 113
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO
STEVENSON HOUSE 700 N DUPO

MILFORD
MILFORD
MILFORD
MILFORD
MILFORD
MILFORD
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR
MILFOR

UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN
UNIT COIN

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113

GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO

DORM 1 EAST TEL A
DORM 1 EAST TEL B
DORM 1 EAST TEL C
DORM 2 CTR TEL A
DORM 2 CTR TEL B
DORM 2 CTR TEL C
DORM 3 WEST TEL A
DORM 3 WEST TEL B
DORM 3 WEST TEL C
FEMALE DORM TEL A
FEMALE DORM TEL B
INTAKE AREA 1
INTAKE AREA 2
UNIT HU1-1
UNIT HU1-2
UNIT HU1-3
UNIT HU1-4
UNIT HU1-5
UNIT HU2-1
UNIT HU2-2
UNIT HU2-3

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

61

SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL

3028546813
3028546814
3028546822
3028546823
3028546824
3028546825
3028546826
3028546827
3028546828
3028546829
3028546830
3028546831
3028546832
3028546833
3028546834
3028546835
3028546836
3028546837
3028546838
3028546839
3028546841
3028549107
3028549108
3028549833
3028563082
3028566508
3028566518
3028566519
3028566532
3028566539
3028569922
3028569929
3028569930
3028569984
3028569985
3028566547
3028566548
3028566549

INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
IONS RT. 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
ROUTE 113
ROUTE 113 GEO X
ROUTE 113

62

GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO

UNIT HU2-4
UNIT HU3-1
UNIT HU3-2
UNIT HU3-3
UNIT HU3-4
UNIT HU3-5
UNIT HU3-6
UNIT HU4-PC 1
UNIT HU4-PC 2
UNIT HU4A-1
UNIT HU4A-2
UNIT HU4O-1
UNIT HU4O-2
UNIT HU4O-3
UNIT HU4O-4
UNIT HU4O-5
UNIT HU5-1
UNIT HU5-2
UNIT HU5-3
UNIT HU5-4
UNIT HU5-5
BLDG MED D-3
BLDG MED C-3
D-TIER WRK RELEASE
MED B1 FLR 1
MAX SECURTIY ASEA
MAX SECURTIY ASEA
MAX SECURTIY ASEA
TEST LINE
TEST LINE
DINING AREA
ISLAND 1-B
ISLAND 2-B
MEDIUM SECURITY TIER A
MEDIUM SECURITY TIER B
MIN D
A2 FLR 1 MED
B2 FLR 1 MED

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INS
SUSSEX CORRECTIONAL INST
SUSSEX CORRECTIONAL INST
SUSSEX CORRECTIONAL INST
SUSSEX CORRECTIONAL INST
SUSSEX CORRECTIONAL INST
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES

3028566550
3028566553
3028566556
3028566558
3028566568
3028566572
3028566573
3028559780
3028559798
3028559799
3028559881
3028559883
3028559885
3028559887
3028559888
3028569816
3028562303
3028562686
3028562719
3028563289
3028569749
3028546815
3028546816
3028546817
3028546818
3028546819
3028546821
3028546871
3028546872
3028546873
3028546874
3028546875
3028546876
3028546877
3028546878
3028546879
3028546880
3028546881

ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
GEO DEL
GEORGETOWN DEL
GEORGETOWN DEL
GEORGETOWN DEL
GEORGETOWN DEL
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113
ROUTE 113

63

GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO

C2 FLR 2 MED
D2 FLR 2 MED
MAX GP3 A1
MAX GP3 C1
MAX GP6 A2
MAX GP6 C2
MAX GP6 D2
PTA200W2
PTA200W3
PTA200W4
PTA300W1
PTA300W2
PTA300W3
PTA300W4
PTA300W5
PTA200W1
@ ROUTE 113, GEORGETOWN
MED A1 FLR 1
@ ROUTE 113, GEORGETOWN
@ ROUTE 113, GEORGETOWN
MED C1 FLR 2
PI-A-SW-1
PI-A-SW-2
PI-A-SW-3
PI-A-SW-4
PI-A-SW-5
PI-B-NW-1
PI-B-NW-2
PI-B-NW-3
PI-B-NW-4
PI-B-NW-5
PI-C-NE-1
PI-C-NE-2
PI-C-NE-3
PI-C-NE-4
PI-C-NE-5
PI-D-SE-1
PI-D-SE-2

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX PRISON INDUSTRIES
SUSSEX WORK RELEASE

3028546882
3028546883
3028566513
3028546870

SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE

3028549802
3028549803
3028549812

SUSSEX WORK RELEASE

3028549819

SUSSEX WORK RELEASE

3028566503

SUSSEX WORK RELEASE

3028566504

SUSSEX WORK RELEASE
SUSSEX WORK RELEASE

3028566505
3028566506

SUSSEX WORK RELEASE

3028566511

SUSSEX WORK RELEASE

3028566515

SUSSEX WORK RELEASE
SUSSEX WORK RELEASE

3028566531
3028566541

SUSSEX WORK RELEASE

3028566542

SUSSEX WORK RELEASE

3028566559

SUSSEX WORK RELEASE

3028566578

SUSSEX WORK RELEASE

3028566580

SUSSEX WORK RELEASE

3028566582

SUSSEX WORK RELEASE

3028566585

SUSSEX WORK RELEASE

3028566586

ROUTE 113
ROUTE 113
ROUTE 113
SUSSEX WORK RELEASE @
ROUT
CENTER @ ROUTE 113
CENTER @ ROUTE 113
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
CENTER @ ROUTE 113
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
CENTER @ ROUTE 113
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT

64

GEO
GEO
GEO
GEO

PI-D-SE-3
PI-D-SE-4
PI-D-SE-5
UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE
INMATE
INMATE
INMATE

GEO
GEO
GEO

FLR 1 RM LAUNDRY
FLR 1 RM LAUNDRY
UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE
INMATE
INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO
GEO

APT WOMEN TIER
UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE
INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO
GEO

TIER C
UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE
INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
SUSSEX WORK RELEASE @
ROUT
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CENTER @ ROUTE 113
CORRECTIONAL CENTER
@ROUTE
CORRECTIONAL CENTER
@ROUTE
CORRECTIONAL CENTER
@ROUTE
CORRECTIONAL CENTER
@ROUTE
CORRECTIONAL CENTER
@ROUTE
CORRECTIONAL CENTER
@ROUTE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO
GEO
GEO
GEO
GEO
GEO
GEO
GEO

FLR 1
FLR 1
FLR 1
FLR 1
FLR 2
FLR 2
FLR 2
UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO

UNIT COIN DES VIOLATION OF PAROLE BLDG-

INMATE

GEO
GEO
GEO
GEO
GEO
GEO

FLR 1 RM LAUNDRY
FLR 2 UNIT MENS
TIER B
TIER C
TIER D
MIN B

INMATE
INMATE
INMATE
INMATE
INMATE
INMATE

GEO

MAX GP3 B1

INMATE

GEO

MIN C

INMATE

GEO

DES CLOSED CUSTORY GUARD POST 6

INMATE

GEO

MED D1-FLR 2

INMATE

GEO

MIN A

INMATE

142
3029959814

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959815

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

SUSSEX WORK RELEASE

3028566590

SUSSEX WORK RELEASE

3028566591

SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE

3028569908
3028569917
3028569918
3028569924
3028569926
3028569927
3028569928
3028569961

SUSSEX WORK RELEASE

3028569962

SUSSEX WORK RELEASE

3028569963

SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX WORK RELEASE
SUSSEX;

3028569965
3028569969
3028569974
3028569976
3028569978
3028562745

SUSSEX;

3028563580

SUSSEX;

3028566159

SUSSEX;

3028566291

SUSSEX;

3028569193

SUSSEX;

3028569296

Total Inmate Lines - SUSSEX
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY

65

WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
WEBB CORRECTIONAL
FACILITY
Total Inmate Lines-PTA

Grand Total Inmate Lines

3029959816

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959817

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959818

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959819

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959820

CORRECTIONAL INS 200 GREEN

WILM

PRE TRIAL ANNEX

INMATE

3029959840

DELAWARE CORRECTIONAL 200

WILM

BASEMENT

INMATE

3029959845

DELAWARE CORRECTIONAL 200

WILM

BASEMENT

INMATE

9

459

BUSINESS NAME

PHONE NBR

ALEXIS I DUPONT HIGH
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BAYLOR WOMEN'S
BEACH PLUM ISLAND
BRANDYWINE HIGH SCHOOL
BRANDYWINE HIGH SCHOOL
BRANDYWINE HIGH SCHOOL
CAPE HENLOPEN
CAPE HENLOPEN
CAPE HENLOPEN
CAPE HENLOPEN
CAPE HENLOPEN HIGH
CAPE HENLOPEN HIGH
CAPE HENLOPEN HIGH
CAPE HENLOPEN HIGH
CAPE HENLOPEN STATE PARK

3026529246
3026580521
3026583638
3026582428
3026584401
3026584693
3026580959
3026587279
3026844918
3024789743
3025299322
3025299323
3026456000
3026456035
3026456089
3026459928
3026456092
3026459907
3026459910
3026459914
3026449801

SERVICE ADDRESS
SCHOOL 50 HILLSIDE RD
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
CORRECTIONAL CENTER 660 BA
OCEAN RD BRO
1400 FOULK RD
1400 FOULK RD
1400 FOULK RD
STATE PARK L
STATE PARK L
STATE PARK L
STATE PARK L
KINGS HIGHWAY
KINGS HWY LEWES
KINGS HIGHWAY
KINGS HIGHWAY
CAPE HENLOPEN DR

66

SERVICE CITY
GREENVILL
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
MILTON
WILM
WILM
WILM
LEWES
LEWES
LEWES
LEWES
LEWES
LEWES
LEWES
LEWES
LEWES

SERVICE LOC
LEFT OF MAIN ENTR/brnd comp
OUTSIDE FRONT ENTRANCE
OUTSIDE COURTYARD
OUTSIDE COURTYARD
CAFETERIA HALLWAY
CAFETERIA HALLWAY
CAFETERIA HALLWAY
CAFETERIA HALLWAY
SOUTH END OF BEACH
LOBBY @ SCHL ENTR LFT SET/brnd comp
LOBBY @ SCHL ENTR RGT SET/brnd comp
LOBBY @ GYM ENTR/brnd comp
MAIN RD LEFT SET
MAIN ROAD MIDDLE SET
MAIN RD RIGHT SET
BATH HSE
FOOTBALL FIELD
LOBBY
REAR OF SCHOOL
GYM
HERRING POINT

SERVICE
TYPE
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

PUBLIC
PUBLIC
PUBLIC

LEWES
MILFORD
WILM
WILM
DOVER
GEO
DOVER
REHOBOTH
NEWCASTLE
NEWCASTLE
BETHANY

CAMPGROUNDS MID SET
CAMPGROUND PARKING LOT RGT SET
CONSESS. STND AT FISH PIER ON CRNR NR ICE
MACH.
CAMPGROUNDS parking lot left set
SLAUGHTER BEACH RT 1 LFT RD 36
MAIN LOBBY/brnd comp
LEFT ENT 2ND HAL TO R HALL B NR GYM brnd comp
CARROLLS PLAZA-LOBBY
RT 113 & S BEDFORD INSP LN
confrence & training ctr.breakroom
TOWER SHORE BATH HOUSE
BLDG ATRIUM FLR 1 RM FLR 1,TOLL BRIDG rgt st
BLDG ATRIUM FLR 1 RM FLR 1,TOLL BRIDG
CAMP AREA LEFT FRONT

INDIAN RIVER INLET IND

BETHANY

CAMPING AREA LEFT BACK

PUBLIC

3025399911

INDIAN RIVER INLET R

BETHANY

CAMP AREA BATH HSE FRONT

PUBLIC

3025399912

INDIAN RIVER INLET R

BETHANY

CAMP AREA LEFT BACK

PUBLIC

3025399913

INDIAN RIVER INLET R

BETHANY

CAMP AREA LEFT BACK

PUBLIC

3025399921

INDIAN RIVER INLET R

BETHANY

PRIMITIVE CAMP AREA left booth

PUBLIC

3025399923

INDIAN RIVER INLET IND

BETHANY

OCEAN SIDE BATH HSE RGT SET

PUBLIC

3025399956

INDIAN RIVER INLET R

BETHANY

CAMP AREA LEFT FRONT

PUBLIC

3025399976

INDIAN RIVER INLET IND

BETHANY

BATH HSE OCEAN SIDE LFT SET

PUBLIC

3022269827
3022279613

PARK 850 INLET RD
PARK @ INDIAN RIVER INLET

REHOBOTH
REHOBOTH

PUBLIC
PUBLIC

3022279679
3022279764
3025399881
3025399962

PARK @ INDIAN RIVER INLET
PARK @ NEW RD
PARK @ ROUTE 1
PARK @

REHOBOTH
REHOBOTH
FENWICK
FENWICK

NORTH SIDE OF INLET CHARTER BOATS DOCK
MARINA OFC & INFO CTR / N SD INDIAN RIVER
INLET/brnd comp
NORTH SID BRIDGE LFT BTH MN PARKING LOT
SOUTHBOUND SAILING BEACH
bathhouse n.b. lane
INLET SOUTH PRIMITIVE CAMP rt booth

CAPE HENLOPEN STATE PARK
CAPE HENLOPEN STATE PARK
CAPE HENLOPEN STATE PARK

3026456036
3026456090
3026459782

LEWES
LEWES
CAPE HENLOPEN DR

LEWES
LEWES
LEWES

CAPE HENLOPEN STATE PARK
CEDAR CREEK BOAT RAMP
CONCORD HIGH SCHL
CONCORD HIGH SCHL
D *C*S*E CHILD
DEL STATE MOTOR VEH DIV
DEL TECH COLLEGE
DELA SEASHORE STATE PARK
DELAWARE MEMORIAL BRIDGE
DELAWARE MEMORIAL BRIDGE
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE STATE
DELAWARE SEASHORE STATE

3026459932
3024229979
3025299342
3025299343
3027369747
3028566533
3026749857
3022279758
3027779015
3027779016
3025399858

LEWES
OF FISH & WILDLIFE RT 203
2501 EBRIGHT RD
2501 EBRIGHT RD
SUPPORT
RT 113 GEO
1832 N DUPONT HIGHWAY
RT 1 D
NEW NEWCASTLE AV & I295
NEW NEWCASTLE AV & I295
INDIAN RIVER INLET REH

3025399894

DELAWARE SEASHORE STATE
DELAWARE SEASHORE STATE
DELAWARE SEASHORE STATE
DELAWARE SEASHORE STATE

67

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

PUBLIC
PUBLIC
PUBLIC
PUBLIC

DELAWARE STATE
DELAWARE STATE
DELAWARE STATE
DELAWARE STATE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE COLLEGE
DELAWARE STATE DEPT OF
DELAWARE STATE FISH &

3027369885
3027369886
3027369888
3027369892
3026729036
3026749302
3026749331
3026749409
3026749534
3026749695
3026749777
3026749778
3026749792
3026749817
3026749829
3026749889
3026749899
3026749904
3026749952
3026749965
3026749317
3026539918

UNIVERSITY 1200 N DUPONT H
UNIVERSITY 1200 N DUPONT H
UNIVERSITY 1200 N DUPONT H
UNIVERSITY 1200 N DUPONT H
DUPONT HIGHWAY
DUPONT HIGHWAY
DUPONT HIGHWAY
DU PONT HWY DOV
DUPONT HIGHWAY D
DU PONT HWY DOV
DU PONT HWY DO
DU PONT HWY DOV
DU PONT HWY DO
DU PONT HWY DOV
DUPONT HIGHWAY D
DUPONT HWY
DUPONT HWY
DU PONT HWY DOV
DU PONT HWY DOV
DU PONT HWY DOV
HEALTH + SOCIAL SERVICES R
WILDLIFE 5

DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
SMYRNA

DELAWARE STATE HOSPITAL

3026529031

1901 N DU PONT HWY

NEWCASTLE

DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL

3026529078
3026529162
3026529519

1901 N DU*PONT HWY NEW CA
1901 N DU PONT HIGHWAY
1901 N DU PONT HWY

NEWCASTLE
NEWCASTLE
NEWCASTLE

DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL

3026529592
3026529600
3026529836
3026529884
3026529930
3026575488
3026575489
3026575732
3026575733
3026575734

1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HWY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY

NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE

68

NEW SCIENCE CTR rear parking lot entranceRIGHT SET
NEW SCIENCE CTR REAR ENT
mbna bldg
NEW SCI BLDG MAIN ENTR LOBBY
CONRAD BLDG LUNCH HALL
BLDG DELAWARE HALL
BLDG TUBMAN LOBBY AREA
GROSSLEY HALL
MEMORIAL HALL LOBBY BOOTH
EDUCATION & HUMANITIES BLDG LOBBY
JENKINS HALL FLR 1
HOME ECONOMICS// BRD COMP.
outside student center
mbna bldg - left set use rear ent
LOC. LIBRARY RIGHT SET
student center loc hallway to bookstore/brnd comp
WASHINGTON CO-OP EXT CTR
SCIENCE BLDG
LAWS HALL FLR 1
EVERS HALL FLR 1
ACR FR winner ford williams bldg
MALLARD LODGE-NR RESTROOMS CBR
653+3441/6532882 OFFICE
FORENSIC MENTAL FAC DAY A south unit/brnd comp/no
acc on wed
sussex 1, booth nr nurses station/brnd comp
kent #2, booth/brnd comp
BLDG JANE MITCHELL N DAY RM NORTH UNIT/brnd
comp
LOBBY SUSSEX BLDG/brnd comp
SPRINGER III BREAK ROOM/brnd comp
SUSSEX 3 RM 1/brnd comp
KENT 2 // LOBBY // LEFT SET/brnd comp
KENT LOBBY 2/brnd comp
BLDG JANE MITCHELL N DAY RM/brnd comp
SPRINGER BLDG LOBBY
SUSSEX 2/brnd comp
unit Kent 3/brnd comp
CARVEL BLDG-ROOM 139

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

PUBLIC
PUBLIC
PUBLIC
PUBLIC

BETHANY
BETHANY

CARVEL BLDG-UPSTAIRS/brnd comp
BLDG LOBBY/brnd comp
BLDG LOBBY/brnd comp
KENT 1 "HOLLOWAY HEALTH & SOCIAL
SERVICES"brnd comp
rt 1 bet bldgs 113 114 middle set
rt 1 bet bldg 113 114 lft set

RT 14 BET

BETHANY

rt 1 between bldgs 113 & 114 rt set

PUBLIC

3028549811
3027366427
3027366429
3026749467
3022849900
3022849982
3028349895
3028349966
3028759802
3028759914
3028759940
3022849928
3026749802
3026749854
3026529006
3026529011
3027779230
3027779231
3026529852

VEHICLE DIVISION @ ROUTE 1
POLICE COMM DIV 1407 N DUP
POLICE COMM DIV 1407 N DUP
411 LEGISLATIVE AV
5025 KILLENS POND RD FELTON
5025 KILLENS POND RD FELTON
COMMISSION 1068 HOWELL SCH
COMMISSION 1068 HOWELL SCH
TRAP POND
TRAP POND
TRAP POND
5025 KILLENS POND RD FELTON
1200 N DUPONT HIGHWAY
1200 N DUPONT HIGHWAY
COMMUNITY COLLEGE 200 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
333 SHIPLEY ST WILMI

GEO
DOVER
DOVER
DOVER
FELTON
FELTON
GLASGOW
GLASGOW
LAUREL
LAUREL
LAUREL
FELTON
DOVER
DOVER
WILM
WILM
WILM
WILM
WILM

FRONT OF BLDG NR ENTR
FLR 1 DES MULTI PURPOSE RM
FLR 2 STAIRWELL
townsend bldg side ent down stairs sturn right
MAIN PARKING LOT
CAMPING AREA
UNIT COIN DES CAMPGROUND
NR BOAT HSE
campground, bathhouse, left set, goosneck rd
campground bathhouse, rgt set, gooseneck rd
SWIMING AREA
NEW WATER PARK POOL
NEW RESIDENCE HALL LOBBY-right set/brnd comp
NEW RESIDENCE HALL LOBBY LEFT SET
UNIT COIN DES EARLY CHILDHOOD EDUCATION
UNIT COIN DES DENTAL CLINIC/brnd comp
ED TRNG BLDG, orange st entrance left set brnd comp
UNIT COIN DES ED TRNG BLDG/brnd comp right set
CAFE BASEMENT RT SET brnd comp

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

3026749805
3026749421

RT 13 NORTH DOV
RT 13 NORTH DOV

DOVER
DOVER

DOWNE'S LECTURE HALL
UPSTAIRS

PUBLIC
PUBLIC

3026749675

RT |# DOV

DOVER

terry campus svc ent - west sd bldg insd double drs nr
elevator

PUBLIC

3026749967

RT 13 N DOV

DOVER

SCIENCE & ENG bldg at east ent.

PUBLIC

3026749986

RT 13 N DOV

DOVER

SCI & ENG CNTR NR STUDENT LOUNGE

PUBLIC

DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL
DELAWARE STATE HOSPITAL

3026575736
3027779033
3027779034
3027779079

1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HIGHWAY
1901 N DU PONT HWY

NEWCASTLE
NEWCASTLE
NEWCASTLE
NEWCASTLE

DELAWARE STATE NATIONAL
DELAWARE STATE NATL
GUARD
DELAWARE STATE NATL
GUARD
DELAWARE STATE OF MOTOR
DELAWARE STATE OF STATE
DELAWARE STATE OF STATE
DELAWARE STATE OFSENATE
DELAWARE STATE PARK
DELAWARE STATE PARK
DELAWARE STATE PARK
DELAWARE STATE PARK
DELAWARE STATE PARK COM
DELAWARE STATE PARK COMM
DELAWARE STATE PARK COMM
DELAWARE STATE PARK-KILLE
DELAWARE STATE UNIVERSITY
DELAWARE STATE UNIVERSITY
DELAWARE TECH &
DELAWARE TECH &
DELAWARE TECH &
DELAWARE TECH &
DELAWARE TECH & COMM
CLGE
DELAWARE TECH & COMM COL
DELAWARE TECH & COMM
COLL
DELAWARE TECH & COMM
COLL
DELAWARE TECH & COMM
COLL
DELAWARE TECH & COMM
COLL

3025399730
3025399918

GUARD @ ROUTE 1
RT 14 BET

3025399939

69

PUBLIC
PUBLIC

NR THEATRE
GEO
LIBRARY WEST END NR WOMENS RESTRM
GEO
WEST END NR MENS RM (LIBRARY)
GEO
bookstore
GEO
STUDENT CTR RIGHT SET
GEO
GEO NEXT TO GYM 1ST ENTRANCE BEFORE MAIN LFT SET
NR GYM THRU GLASS DOORS MID SET
GEO
NEW STUDENT CTR - NR VENDING MACHINES
GEO
3RD FLR WEST LOBBY/brnd comp
WILM
LOBBY WEST BLDG by sec lobby 4th and orange/brnd
WILM

DELAWARE TECH COLLEGE
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECH COMM CLG
DELAWARE TECHNICAL
DELAWARE TECHNICAL

3028566554
3028569801
3028569811
3028569905
3028569911
3028569931
3028569992
3028569993
3026529066
3026529308

RD 2 G
RT 18 WEST G
RT 18 GEO
RT 18
RT 18 G
RT 18
RD 2 G
RD 2 G
COMMUNITY COLLEGE 333 N SH
COMMUNITY COLLEGE 333 SHIP

DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &

3023669004
3023669201
3023669401
3023669402
3023669403
3023669405
3023669441
3023669750

COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4
COMMUNITY COLLEGE 4

STANTON
STANTON
STANTON
STANTON
STANTON
STANTON
STANTON
STANTON

DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL AND

3026529032
3026529063
3026529853
3026575751
3026575752
3026575753
3028566598

COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE 333 SHIP
COMMUNITY COLLEGE @ ROUTE

WILM
WILM
WILM
WILM
WILM
WILM
WILM

DELAWARE TECHNICAL AND
DELAWARE; SEASHORE
DELAWARE; SEASHORE
DELNEWCASTLE TECHNICAL
HIGH
DELNEWCASTLE TECHNICAL
HIGH
DELEWARE TECHNICAL AND
DELEWARE TECHNICAL AND
DELEWARE TECHNICAL AND
DEPARTMENT OF

3028569997
3025399733
3025399980
3029949828

COMMUNITY COLLEGE @ ROUTE
STATE PARK @
STATE PARK @
SCHOOL 1417 NEWPORT RD

WILM
BETHANY
BETHANY
BELVEDER

comp
WNG C BY BOOK STORE/brnd comp
2ND FLR MK LFT OFF ELEV RGT SET/brnd comp
MN ENTR RT SIDE lft SET/brnd comp
MN ENTR LFT SIDE LFT SET/brnd comp
MN ENTR LFT SIDE RT SET/brnd comp
MN ENTR RT SIDE RT SET/brnd comp
2ND FLOOR MK LFT OFF ELEV LFT SET/brnd comp
DRIVE RGT OF BLDG TO BEIGE & BROWN WING
INBACK/brnd comp
NR SEC OFC INSD PKG/brnd comp
FLR 1 WEST ELEV LOBBY/brnd comp
FLR 1 LOBBY RT SET
FLR 1 LFT SET
GROUND FLR CAFE LFT SET/brnd comp
FLR 3
EAST PARKING LOT NR 1ST ENTR OUTSIDE WALK
UP// BRD COMP.
nr gym thru slidg glas dbl drs rt set
new camp rear bath house brnd comp
camp area-bath house-front brnd comp
OD GYM ENT/brnd comp,rear right crnr of bldg

3029959800

SCHOOL 1417 NEWPORT RD

NEWPORT

MN ENT CAFE ON PILLAR/brnd comp

PUBLIC

3028566523
3028566528
3028566594
3027629886

COMMUNITY COLLEGE @ ROUTE
COMMUNITY COLLEGE @ ROUTE
COMMUNITY COLLEGE @ ROUTE
1300 TALLEY RD

GEO
GEO
GEO
WILM

HIGHER EDUCATION BLDG- SOUTH WING
HIGHER EDUC BLDG- EAST WING
POOL AREA
DEL DOT FAC

PUBLIC
PUBLIC
PUBLIC
PUBLIC

70

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

TRANSPORTAT
DEPT OF PUBLIC SAFETY
DEPT OF PUBLIC SAFETY
HANBY JR HIGH SCHOOL
HODSON VO-TECH

3023289766
3023289848
3024789955
3028349823

157 AIRPORT RD NEW C
157 AIRPORT RD
2523 BERWYN RD
2575 GLASGOW AV

HODSON VO-TECH
HODSON VO-TECH
HOLTS LANDING STATE PARK
HOSPITAL FOR RETARDED
HOSPITAL FOR THE MENTALLY
HOWARD CAREER CENTER
HOWARD HIGH SCHOOL OF
HOWARD HIGH SCHOOL OF
JOHN DICKINSON H.S.
JOHN DICKINSON HIGH SCH
JUSTICE OF THE PEACE-COUR
KENT CO COURT HOUSE
KENT COUNTY COURT HOUSE
LAKE FOREST HIGH SCHOOL
LAKE FOREST HIGH SCHOOL
LAKE FOREST HIGH SCHOOL
LOWER KENSINGTON
LOWER KENSINGTON
LOWER KENSINGTON
LOWER KENSINGTON ENV CTR
LOWER KENSINGTON ENV CTR
LOWER; KENSINGTON
MILFORD SERVICE CENTER
MILFORD STATE SVC CTR
MORRIS CORRECTIONAL
MORRIS CORRECTIONAL
MORRIS CORRECTIONAL
MORRIS CORRECTIONAL CTR
MORRIS CORRECTIONAL CTR
MORRIS CORRECTIONAL CTR
MORRIS CORRECTIONAL CTR
MORRIS CORRECTIONAL CTR
MORRIS CORRECTIONAL CTR

3028349827
3028349889
3025399925
3029349976
3029349972
3026529443
3026529765
3026529789
3029959753
3029949939
3023289716
3026749377
3026749608
3022849901
3022849917
3022849965
3028349838
3028349879
3028389225
3028349840
3028349901
3028349869
3024229941
3024229872
3027309917
3027309919
3027309948
3027309564
3027309881
3027309904
3027309946
3027309947
3027309949

2575 GLASGOW AV
2575 GLASGOW AV
RD 347 OCE
RTS 86 & 318 STO
RETARDED @ RT 86 & 318
HIGH SCHOOL 401 E 12 ST
TECHNOLOGY 401 E 12 ST
TECHNOLOGY 401 E 12 ST
1801 MILLTOWN ROAD WILMIN
1801 MILLTOWN RD WILMIN
11 61 CHRISTIANIA RD
THE GREEN DO
38 THE GREEN
RTE 384 FELTON
RTE 384 FELTON
ROUTE 384 F
ENVIRONMENTAL CENTER @
ENVIRONMENTAL CENTER @
ENVIRONMENTAL CENTER @
HUGHES RECOVERY CTR BLDG D
HUGHES RECOVERY CTR BLDG D
ENVIRONMENTAL CENTER @
18 N WALNUT ST
13 CHURCH ST MILF
CENTER 300 W WATER ST
CENTER 300 W WATER ST
CENTER 300 W WATER ST
300 W WATER ST DOVER
300 W WATER ST DOVER
300 W WATER SET DOVER
300 W WATER ST DOVER
300 W WATER ST DOVER
300 W WATER ST DOVER

71

RIGHT SET/BRND COMP
NEWCASTLE
LEFT, MOTOR VEHICLE DEPT BRND COMP
NEWCASTLE
MAIN ENTRANCE LEFT/brnd comp
WILM
GLASGOW OFF RT 40/MN ENTR LBY/NR GUIDANCE/CLSD SATBRD

PUBLIC
PUBLIC
PUBLIC
PUBLIC

COMP.
CAFE/brnd comp
GYM/brnd comp
@ ROAD 347, OCEAN VIEW
ALL STAR BLDG WILLIAMS DR
LLOYD LN MAIN BOOTH
LUNCHROOM LFT SET/brnd comp
LUNCHROOM/brnd comp
PHYS ED BLDG NXT GYM/brnd comp
LOC. GYM LOBBY/brnd comp
AUDI OPEN SUMM 8 TO 330/brnd comp
RGT SET(tty)/brnd comp
LOBBY, left set
lobby -RIGHT SET
5407 KILLENS POND RD, FELTON
ADMIN OFC LOBBY GRAY BLDG TO RGT OF SCHOOL
NXT TO LUNCH RM - RGT SET
RECOVERY CTR-LFT SET/brnd comp
RECOVERY CTR-RT SET BRD COMP.
RECOVERY CENTER WOMENS SECTION/brnd comp
RECOVERY CTR-MID SET/brnd comp
LOC. LOBBY-RIGHT (WOMEN ONLY)/brnd comp
BUILDING 5/brnd comp
LOBBY
13 N CHURCH ST, MILFORD
PRISON LEFT SET
FLR 2, 4th set brnd comp
FLR 2, 3rd set
FLR 1, 2nd set
FLR 1, 1st set
FLR 2, 1st set
FLR 1, 4th set
FLR 1, 3rd set
FLR 2, 2nd set

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

GLASGOW
GLASGOW
OCEANVIEW
STOCKLEY
STOCKLEY
WILM
WILM
WILM
WILM
WILM
NEWCASTLE
DOVER
DOVER
FELTON
FELTON
FELTON
GLASGOW
GLASGOW
GLASGOW
GLASGOW
GLASGOW
GLASGOW
MILFORD
MILFORD
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER
DOVER

MORRIS CORRECTIONAL CTR
MT PLEASANT HIGH SCHOOL
MT PLEASANT HIGH SCHOOL
OMMELANDEN STATE PARK
PAROLE VIOLATION CENTER
PAROLE VIOLATION CENTER
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
POLY TECH SCHOOL
POLY TECH SCHOOL
REHOBOTH PARK-N-RIDE
REHOBOTH PARK-N-RIDE
SEAFORD SCHOOL DISTRICT
SMYRNA HIGH SCHOOL
SMYRNA HIGH SCHOOL
SMYRNA PRISON
SPRINGER JR HIGH SCHOOL
STATE OF DELAWARE
STATE OF DELAWARE
STATE OF DELAWARE
STATE OF DELAWARE

3027309950
3027629183
3027629297
3023289635
3026539056
3026599572
3027649715
3027649913
3027649914
3027649915
3027649923
3027649942
3027649943
3026979028
3026979883
3022279793
3022279794
3026299924
3026539889
3026539990
3026539879
3024789936
3022279721
3024227957
3024229991
3024249034

300 WATER ST DOVER
5201 WASHINGTON ST EXT
5201 WASHINGTON ST EXT
1205 RIVER RD
875 SMYRNA LANDING RD
875 SMYRNA LANDING RD
38 TODDS LN
38 TODDS LN WILM
38 TODDS LN WILM
38 TODDS LN
38 TODDS LN
38 TODDS LN
38 TODDS LN
ROAD 30
WOODSIDE
RT 1
RT 1
SCHOOL LANE
DUCK CREEK PARK SMY
DUCK CREEK PARK SMY
SMYRNA LANDING RD SMY
2220 SHIPLEY ROAD WILMIN
GORDON POND PARK
RTE 16 E
RT 16
RTE 16 ELLENDALE B

DOVER
WILM
WILM
NEWCASTLE
SMYRNA
SMYRNA
WILM
WILM
WILM
WILM
WILM
WILM
WILM
WOODSIDE
WOODSIDE
REHOBOTH
REHOBOTH
SEAFORD
SMYRNA
SMYRNA
SMYRNA
SMYRNA
REHOBOTH
ELLENDALE
ELLENDALE
ELLENDALE

STATE OF DELAWARE
STATE OF DELAWARE
STATE OF DELAWARE
STATE OF DELAWARE
STATE OF DELAWARESTATE OF DELAWARESTATE OF DELAWARE BUREAU
STATE OF DELAWARE BUREAU
STATE OF DELAWARE BUREAU
STATE OF DELAWARE BUREAU
STATE OF DELAWARE DEPT
STATE OF DELAWARE DEPT

3026529044
3026529050
3026749493
3028569909
3026529571
3026529579
3023289914
3023289917
3023289928
3026539800
3027629803
3027629805

900 N FRENCH ST
900 N FRENCH ST
NATURAL RESOURCES 89 KINGS
CORINTHIAN HOUSE 219 S RAC
GANDER HILL CORRECTIONAL 1
GANDER HILL CORRECTIONAL 1
OF MUSEUMS & HISTO SITES 6
OF MUSEUMS & HISTO SITES 6
OF MUSEUMS & HISTO SITES 6
OF MUSEUMS & HISTO SITES 5
OF LABOR 4425 N MARKET ST
OF LABOR 4425 N MARKET ST

WILM
WILM
DOVER
GEO
WILM
WILM
NEWCASTLE
NEWCASTLE
NEWCASTLE
SMYRNA
WILM
WILM

72

prison - right set
STUDENT CTR/brnd comp
MAIN LOBBY/brnd comp
SHOOTING RANGE 2ND BLDG ON RGT/brnd comp
OUTSIDE ENTRANCE - left set
OUTSIDE ENTRANCE
32ND ST BLDG-BATHROOM/brnd comp
1ST FLRMAIN BLDG LEFT PH LFT SET/brnd comp
MAIN BLDG 1ST FLR RIGHT PH/brnd comp
MIDDLE BLDG/brnd comp
FIRST BLDG - women's/brnd comp
32ND ST BLDG 3RD BUILDING/brnd comp
MAIN BLDG IN CAFE/brnd comp
ADDITION REAR ENT
MN ENTR TO RIGHT
PARK & RIDE LOT west set
PARK & RIDE LOT 2nd set east set
LOC. NEXT TO TENNIS COURTS
OUTSIDE GYM ENTR-LFT SET
outside gym entrright set
VISITOR WAITING AREA
LOC HALL C CLOSET
PARKING LOT
DETOX CENTER
DETOX CTR ELLENDALE SCHL
KENT/SUSSEX DETOX CTR LFT SIDE OF PEPSI
MACHINE/brnd comp
ELBERT N CARVEL BLDG LOBBY
DEL STATE BLDG MAIN LOBBY (820)/brnd comp
INSIDE NR AUDITORIUM
FLR 1, ofc tn 856-5748
BOOKING & RECEIVING UNIT
BOOKING & RECEIVING UNIT 2ND SET FRM LFT
BUENA VISTA
BUENA VISTA
BUENA VISTA
BELMONT CONFERENCE CTR
FRONT FOYER RT SET/brnd comp
FRONT FOYER LFT SET/brnd comp

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

STATE OF DELAWARE M-P
STATE OF DELAWARE M-P
STATE OF DELAWARE M-P
STATE OF DELAWARE M-P
STATE OF DELAWARE M-P
STATE OF DELAWARE PARKS
STATE OF DELAWARE SUSSEX
STATE OF DELAWARE VISITOR
STATE OF DELAWARE VISITOR
STATE OF DELAWARE-TAT
STATE OF DELAWARE-TAT
STATE OF DELAWARE-TAT
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
SUSSEX CENTRAL H S

3026529156
3026529204
3026529359
3026529362
3026529410
3026449800
3028546843
3026749660
3026749699
3027368704
3027368705
3027368706
3026539812
3026539828
3026539840
3026539853
3026539857
3026539865
3026539902
3026539945
3026539998
3028569872

CRIME JUSTICE FAC 1201 E 1
CRIME JUSTICE FAC 1201 E 1
CRIME JUSTICE FAC 1201 E 1
CRIME JUSTICE FAC 1201 E 1
CRIME JUSTICE FAC 1201 E 1
42 CAPE HENLOPEN DR LEWE
WORK RELEASE CTR @ ROUTE 1
CENTER @ NEW & FEDERAL ST
CENTER @ NEW & FEDERAL ST
BULDING @
BULDING @
BULDING @
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
150 SUNNYSIDE RD
W MARKET ST GEO

WILM
WILM
WILM
WILM
WILM
LEWES
GEO
DOVER
DOVER
DOVER
DOVER
DOVER
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
SMYRNA
GEO

SUSSEX CENTRAL HIGH SCHL
SUSSEX CORRECTIONAL
SUSSEX CORRECTIONAL
SUSSEX COUNTY SERVICE
SUSSEX COUNTY SERVICE
SUSSEX COUNTY SERVICE
SUSSEX WORK RELEASE CTR

3028566562
3028546801
3028546802
3028569966
3028569967
3028569973
3028569910

W MARKET ST GEO
INSTITUTE @ ROUTE 113
INSTITUTE @ ROUTE 113
CENTER 546 S BEDFORD ST
CENTER 546 S BEDFORD ST
CENTER 546 S BEDFORD ST
RT 113 GEO

GEO
GEO
GEO
GEO
GEO
GEO
GEO

TALLEY MIDDLE SCHL
WILM HIGH SCHOOL
WILM HIGH SCHOOL
WOMEN'S CORRECTIONAL
WOMEN'S CORRECTIONAL
WOODBRIDGE HIGH SCHOOL

3025299331
3026529609
3026529824
3026575723
3026575724
3023377941

1110 CYPRESS RD
100 N DU PONT RD
100 N DU PONT RD
INSTITUTE 660 BAYLOR BLVD
INSTITUTE 660 BAYLOR BLVD
307 LAWS

WILM
WILM
WILM/br
NEWCASTLE
NEWCASTLE
BRIDGEVILL

Total Public Payphones

259

73

BOOKING AREA
LOC. BKNG AREA/brnd comp
FLR 1
FLR 1
PUBLIC RESTRM AREA/brnd comp
FT MILES OPPOSITE OBSERVATION TOWER
HALLWY OUTSD DINING RM - LFT SET
turn lft inside lobby - vending area
brnd comp
BLDG TATNALOBBY
BLDG TATNALOBBY
BLDG TATNALOBBY
DINING HALL
CANDEE 3 T V ROOM COD 356 TO EXIT
FLR 3 HALL prickett bldg
MAIN BLDG FLR 1-DOUBLE DOORS NR FLAG POLE
RESTRMS CANDEE BLDG
LOC PRITCHETT BLDG LOBBY
CANDEE LOBBY 1ST ENTRANCE
NR NURSE CAFE-CANDEE BLDG
LAUNDRY BLDG
RGT SIDE OF BLDG THRU GATE ACR FR 2ND
DUMPSTER
OUTSIDE GYM & ELEM ENTRANCE
BLDG ADMIN 1 DES PUBLIC LOBBY
BLDG ADMIN 2 DES PUBLIC LOBBY
CHEER CNTR LOBBY 2ND ENTR
MAIN LOBBY
PUB HEALTH LOBBY 3RD ENTR
HALLWAY OUTSIDE DINING ROOM - RGT SET/brnd
comp
RM LOBBY
ALCOVE OFF CAFETERIA/brnd comp
LOBBY NXT TO GYM ENT/brnd comp
LOBBY
LOBBY/brnd comp
LOCATED GYM

PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC
PUBLIC

Deleted:

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
Exhibit 5
PUBLIC PAYPHONE ENCLOSURE/TYPE
BUSINESS NAME

PHONE NBR

SERVICE
ADDRESS

ALEXIS I DUPONT HIGH

3026529246

BAYLOR WOMEN'S

3026580521

BAYLOR WOMEN'S

3026583638

BAYLOR WOMEN'S

3026582428

SCHOOL 50
HILLSIDE RD
CORRECTIONAL
CENTER 660 BA
CORRECTIONAL
CENTER 660 BA
CORRECTIONAL
CENTER 660 BA

3026584401

CORRECTIONAL
CENTER 660 BA

BAYLOR WOMEN'S

74

SERVICE CITY

SERVICE LOC

New Castle

LEFT OF MAIN
ENTR/brnd comp
OUTSIDE FRONT
ENTRANCE
OUTSIDE
COURTYARD
OUTSIDE
COURTYARD

New Castle

CAFETERIA HALLWAY

GREENVILL
New Castle
New Castle

SERVICE
TYPE

Pedestal/Enclosure/
Open Station

PUBLIC

customer owned
enclosure

PUBLIC

pedestal

PUBLIC

pedestal

PUBLIC

residential phone

PUBLIC

open station

Page Break

3026584693

CORRECTIONAL
CENTER 660 BA

New Castle

CAFETERIA HALLWAY

PUBLIC

open station

3026580959

CORRECTIONAL
CENTER 660 BA

New Castle

CAFETERIA HALLWAY

PUBLIC

open station

BAYLOR WOMEN'S

3026587279

CORRECTIONAL
CENTER 660 BA

New Castle

PUBLIC

open station

BEACH PLUM ISLAND

3026844918

OCEAN RD BRO

CAFETERIA HALLWAY
SOUTH END OF
BEACH

PUBLIC

pedestal

1400 FOULK RD

LOBBY @ SCHL ENTR
LFT SET/brnd comp

PUBLIC

open station

PUBLIC

open station

PUBLIC
PUBLIC

open station
pedestal

LEWES

MAIN ROAD MIDDLE
SET
MAIN RD RIGHT SET
BATH HSE
FOOTBALL FIELD

PUBLIC
PUBLIC
PUBLIC
PUBLIC

pedestal
pedestal
pedestal
pedestal

LEWES
LEWES

LOBBY
REAR OF SCHOOL
GYM

PUBLIC
PUBLIC
PUBLIC

pedestal
pedestal
shelf

LEWES

HERRING POINT

PUBLIC

pedestal

PUBLIC

pedestal

BAYLOR WOMEN'S
BAYLOR WOMEN'S

BRANDYWINE HIGH
SCHOOL
BRANDYWINE HIGH
SCHOOL
BRANDYWINE HIGH
SCHOOL
CAPE HENLOPEN

3024789743

WILMINGTON

3025299322

1400 FOULK RD

WILMINGTON

3025299323
3026456000

1400 FOULK RD
STATE PARK L

WILMINGTON

CAPE HENLOPEN
CAPE HENLOPEN
CAPE HENLOPEN
CAPE HENLOPEN HIGH

3026456035
3026456089
3026459928
3026456092

CAPE HENLOPEN HIGH
CAPE HENLOPEN HIGH
CAPE HENLOPEN HIGH

3026459907
3026459910
3026459914

STATE PARK L
STATE PARK L
STATE PARK L
KINGS HIGHWAY
KINGS HWY
LEWES
KINGS HIGHWAY
KINGS HIGHWAY

CAPE HENLOPEN STATE
PARK

3026449801

CAPE HENLOPEN
DR

LOBBY @ SCHL ENTR
RGT SET/brnd comp
LOBBY @ GYM
ENTR/brnd comp
MAIN RD LEFT SET

CAPE HENLOPEN STATE
PARK

3026456036

LEWES

CAPE HENLOPEN STATE
PARK

3026456090

LEWES

CAMPGROUNDS MID
SET
CAMPGROUND
PARKING LOT RGT
SET

PUBLIC

pedestal

CAPE HENLOPEN
DR

CONSESS. STND AT
FISH PIER ON CRNR
NR ICE MACH.

PUBLIC

pedestal

CAMPGROUNDS
parking lot left set

PUBLIC

pedestal

CAPE HENLOPEN STATE
PARK
CAPE HENLOPEN STATE
PARK

3026459782
3026459932

LEWES

75

LEWES

CEDAR CREEK BOAT RAMP

3024229979

OF FISH &
WILDLIFE RT 203

MILFORD

CONCORD HIGH SCHL

3025299342

2501 EBRIGHT RD

CONCORD HIGH SCHL
D *C*S*E CHILD
DEL STATE MOTOR VEH
DIV
DEL TECH COLLEGE

3025299343
3027369747

2501 EBRIGHT RD
SUPPORT

PUBLIC

pedestal

WILMINGTON

SLAUGHTER BEACH
RT 1 LFT RD 36
MAIN LOBBY/brnd
comp

PUBLIC

open station

WILMINGTON

LEFT ENT 2ND HAL TO
R HALL B NR GYM brnd
comp

PUBLIC

open station

STATE OF DELA

CARROLLS PLAZALOBBY

PUBLIC

open station

PUBLIC

open station

PUBLIC

open station

PUBLIC

pedestal

3028566533

RT 113 GEO

RT 113 & S BEDFORD
INSP LN

3026749857

1832 N DUPONT
HIGHWAY

DOVER

confrence & training
ctr.breakroom

NCASTLE

TOWER SHORE BATH
HOUSE
BLDG ATRIUM FLR 1
RM FLR 1,TOLL BRIDG
rgt st

PUBLIC

open station

NCASTLE

BLDG ATRIUM FLR 1
RM FLR 1,TOLL BRIDG

PUBLIC

open station

PUBLIC

pedestal

PUBLIC

pedestal

PUBLIC

pedestal

PUBLIC

pedestal

DELA SEASHORE STATE
PARK

3022279758

RT 1 D

DELAWARE MEMORIAL
BRIDGE

3027779015

NEW CASTLE AV &
I295

3027779016

NEW CASTLE AV &
I295

3025399858

INDIAN RIVER
INLET REH

CAMP AREA LEFT
FRONT

3025399913

INDIAN RIVER
INLET IND
INDIAN RIVER
INLET R
INDIAN RIVER
INLET R
INDIAN RIVER
INLET R

CAMPING AREA LEFT
BACK
CAMP AREA BATH
HSE FRONT
CAMP AREA LEFT
BACK
CAMP AREA LEFT
BACK

PUBLIC

pedestal

3025399921

INDIAN RIVER
INLET R

PRIMITIVE CAMP
AREA left booth

PUBLIC

enclosure

3025399923

INDIAN RIVER
INLET IND

OCEAN SIDE BATH
HSE RGT SET

PUBLIC

pedestal

3025399956

INDIAN RIVER
INLET R

CAMP AREA LEFT
FRONT

PUBLIC

pedestal

3025399976

INDIAN RIVER
INLET IND

BATH HSE OCEAN
SIDE LFT SET

PUBLIC

pedestal

DELAWARE MEMORIAL
BRIDGE
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK
DELAWARE SEASHORE ST
PARK

3025399894
3025399911
3025399912

76

DELAWARE SEASHORE
STATE

3022269827

PARK 850 INLET
RD

DELAWARE SEASHORE
STATE

3022279613

PARK @ INDIAN
RIVER INLET

NORTH SIDE OF INLET
CHARTER BOATS
DOCK
MARINA OFC & INFO
CTR / N SD INDIAN
RIVER INLET/brnd
comp

PARK @ INDIAN
RIVER INLET

NORTH SID BRIDGE
LFT BTH MN PARKING
LOT

3022279764

PARK @ NEW RD

REHOBOTH

SOUTHBOUND
SAILING BEACH

3025399881

PARK @ ROUTE 1

FENWICK

3025399962

DELAWARE SEASHORE
STATE
DELAWARE SEASHORE
STATE
DELAWARE SEASHORE
STATE
DELAWARE SEASHORE
STATE

3022279679

REHOBOTH

open station

PUBLIC

pedestal

PUBLIC

booth

PUBLIC

booth

PUBLIC

pedestal

PARK @

bathhouse n.b. lane
INLET SOUTH
PRIMITIVE CAMP rt
booth

PUBLIC

enclosure

PUBLIC

customer owned
enclosure

PUBLIC

customer owned
enclosure

PUBLIC

open station

PUBLIC

open station

PUBLIC

open station

PUBLIC

shelf

PUBLIC

shelf

GROSSLEY HALL

PUBLIC

shelf

MEMORIAL HALL
LOBBY BOOTH

PUBLIC

pedestal

DELAWARE STATE

3027369885

UNIVERSITY 1200
N DUPONT H

NEW SCIENCE CTR
rear parking lot
entranceRIGHT SET

DELAWARE STATE

3027369886

UNIVERSITY 1200
N DUPONT H

NEW SCIENCE CTR
REAR ENT

DELAWARE STATE

3027369888

DELAWARE STATE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE

3027369892

UNIVERSITY 1200
N DUPONT H
UNIVERSITY 1200
N DUPONT H

3026729036

DUPONT HIGHWAY

DOVER 1200 N

3026749302

DUPONT HIGHWAY

DOVER 1200 N

3026749331

DOVER 1200 N

3026749409

DUPONT HIGHWAY
DU PONT HWY
DOV

3026749534

DUPONT HIGHWAY
D

DELAWARE STATE
COLLEGE

PUBLIC

77

mbna bldg
NEW SCI BLDG MAIN
ENTR LOBBY
CONRAD BLDG
LUNCH HALL
BLDG DELAWARE
HALL
BLDG TUBMAN LOBBY
AREA

DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE
COLLEGE
DELAWARE STATE DEPT
OF

DELAWARE STATE FISH &

DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL

3026749695

DU PONT HWY
DOV

EDUCATION &
HUMANITIES BLDG
LOBBY

PUBLIC

open station

3026749777

DU PONT HWY DO

JENKINS HALL FLR 1

PUBLIC

shelf

3026749778

DU PONT HWY
DOV

HOME ECONOMICS//
BRD COMP.

PUBLIC

open station

3026749792

DU PONT HWY DO

outside student center

PUBLIC

pedestal

3026749817

DU PONT HWY
DOV

mbna bldg - left set use
rear ent

PUBLIC

shelf

3026749829

DUPONT HIGHWAY
D

LOC. LIBRARY RIGHT
SET

PUBLIC

shelf

DUPONT HWY

DOVER

student center loc
hallway to
bookstore/brnd comp

PUBLIC

shelf

DOVER

WASHINGTON CO-OP
EXT CTR

PUBLIC

open station

SCIENCE BLDG

PUBLIC

open station

LAWS HALL FLR 1

PUBLIC

shelf

3026749889
3026749899

3026749965

DUPONT HWY
DU PONT HWY
DOV
DU PONT HWY
DOV
DU PONT HWY
DOV

EVERS HALL FLR 1

PUBLIC

shelf

3026749317

HEALTH + SOCIAL
SERVICES R

ACR FR winner ford
williams bldg

PUBLIC

pedestal

WILDLIFE 5

MALLARD LODGE-NR
RESTROOMS CBR
653+3441/6532882
OFFICE

PUBLIC

open station

1901 N DU PONT
HWY

FORENSIC MENTAL
FAC DAY A south
unit/brnd comp/no acc
on wed

PUBLIC

shelf

sussex 1, booth nr
nurses station/brnd
comp

PUBLIC

booth

3026749904
3026749952

3026539918

3026529031

3026529078

1901 N DU*PONT
HWY NEW CA

78

NEW CASTLE

DELAWARE STATE
HOSPITAL

3026529162

1901 N DU PONT
HIGHWAY

NCASTLE

kent #2, booth/brnd
comp

PUBLIC

booth

3026529519

1901 N DU PONT
HWY

NEW CASTLE

BLDG JANE MITCHELL
N DAY RM NORTH
UNIT/brnd comp

PUBLIC

shelf

DELAWARE STATE
HOSPITAL

3026529592

1901 N DU PONT
HIGHWAY

NCASTLE

LOBBY SUSSEX
BLDG/brnd comp

PUBLIC

customer owned
enclosure

DELAWARE STATE
HOSPITAL

3026529600

1901 N DU PONT
HIGHWAY

NCASTLE

SPRINGER III BREAK
ROOM/brnd comp

PUBLIC

open station

3026529836

1901 N DU PONT
HIGHWAY

NCASTLE

SUSSEX 3 RM 1/brnd
comp

PUBLIC

shelf

3026529884

1901 N DU PONT
HIGHWAY

NCASTLE

KENT 2 // LOBBY //
LEFT SET/brnd comp

PUBLIC

customer owned
enclosure

PUBLIC

customer owned
enclosure

DELAWARE STATE
HOSPITAL

DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL
DELAWARE STATE
HOSPITAL

3026575732

1901 N DU PONT
HIGHWAY
1901 N DU PONT
HWY
1901 N DU PONT
HIGHWAY
1901 N DU PONT
HIGHWAY

3026575733

1901 N DU PONT
HIGHWAY

3026575734

1901 N DU PONT
HIGHWAY

3026529930
3026575488
3026575489

PUBLIC

open station

NCASTLE

KENT LOBBY 2/brnd
comp
BLDG JANE MITCHELL
N DAY RM/brnd comp
SPRINGER BLDG
LOBBY

PUBLIC

open station

NCASTLE

SUSSEX 2/brnd comp

PUBLIC

booth

NCASTLE

unit Kent 3/brnd comp

PUBLIC

booth

NCASTLE

CARVEL BLDG-ROOM
139

PUBLIC

open station

NCASTLE
NEW

3026575736

1901 N DU PONT
HIGHWAY

NCASTLE

CARVEL BLDGUPSTAIRS/brnd comp

PUBLIC

open station

DELAWARE STATE
HOSPITAL

3027779033

1901 N DU PONT
HIGHWAY

NCASTLE

BLDG LOBBY/brnd
comp

PUBLIC

customer owned
enclosure

DELAWARE STATE
HOSPITAL

3027779034

1901 N DU PONT
HIGHWAY

NCASTLE

BLDG LOBBY/brnd
comp

PUBLIC

customer owned
enclosure

3027779079

1901 N DU PONT
HWY

NEW CASTLE

KENT 1 "HOLLOWAY
HEALTH & SOCIAL
SERVICES"brnd comp

PUBLIC

booth

3025399730

GUARD @ ROUTE
1

BETHANY BEACH

rt 1 bet bldgs 113 114
middle set

PUBLIC

pedestal

DELAWARE STATE
HOSPITAL
DELAWARE STATE
NATIONAL

79

DELAWARE STATE NATL
GUARD
DELAWARE STATE NATL
GUARD
DELAWARE STATE OF
MOTOR
DELAWARE STATE OF
STATE

RT 14 BET

rt 1 bet bldg 113 114 lft
set

PUBLIC

pedestal

3025399939

RT 14 BET

rt 1 between bldgs 113 &
114 rt set

PUBLIC

pedestal

3028549811

VEHICLE DIVISION
@ ROUTE 1

FRONT OF BLDG NR
ENTR

PUBLIC

pedestal

3027366427

POLICE COMM DIV
1407 N DUP

FLR 1 DES MULTI
PURPOSE RM

PUBLIC

open station

FLR 2 STAIRWELL
townsend bldg side ent
down stairs sturn right

PUBLIC

open station

PUBLIC

pedestal

MAIN PARKING LOT

PUBLIC

pedestal

3025399918

GEORGETOWN

DELAWARE STATE OF
STATE
DELAWARE STATE
OFSENATE

3026749467

DELAWARE STATE PARK

3022849900

DELAWARE STATE PARK

3022849982

POLICE COMM DIV
1407 N DUP
411 LEGISLATIVE
AV
5025 KILLENS
POND RD FELTON
5025 KILLENS
POND RD FELTON

CAMPING AREA

PUBLIC

pedestal

3028349895

COMMISSION 1068
HOWELL SCH

UNIT COIN DES
CAMPGROUND

PUBLIC

pedestal

3028349966

COMMISSION 1068
HOWELL SCH

NR BOAT HSE

PUBLIC

pedestal

TRAP POND

LAUREL

campground,
bathhouse, left set,
goosneck rd

PUBLIC

pedestal

TRAP POND

LAUREL

campground bathhouse,
rgt set, gooseneck rd

PUBLIC

pedestal

LAUREL

SWIMING AREA

PUBLIC

pedestal

NEW WATER PARK
POOL

PUBLIC

pedestal

PUBLIC

open station

PUBLIC

open station

DELAWARE STATE PARK
DELAWARE STATE PARK
DELAWARE STATE PARK
COM

3027366429

3028759802

DELAWARE STATE PARK
COMM

3028759914

DELAWARE STATE PARK
COMM

3028759940

TRAP POND

3022849928

5025 KILLENS
POND RD FELTON

DELAWARE STATE PARKKILLE

DOVERDOVER

DELAWARE STATE
UNIVERSITY

3026749802

1200 N DUPONT
HIGHWAY

DOVER

DELAWARE STATE
UNIVERSITY

3026749854

1200 N DUPONT
HIGHWAY

DOVER

80

NEW RESIDENCE
HALL LOBBY-right
set/brnd comp
NEW RESIDENCE
HALL LOBBY LEFT
SET

DELAWARE TECH &

DELAWARE TECH &

DELAWARE TECH &

DELAWARE TECH &
DELAWARE TECH & COMM
CLGE

3026529006

3026529011

3027779230

3027779231
3026529852

COMMUNITY
COLLEGE 200 SHIP
COMMUNITY
COLLEGE 333 SHIP
COMMUNITY
COLLEGE 333 SHIP
COMMUNITY
COLLEGE 333 SHIP
333 SHIPLEY ST
WILMI

WILMINGTO

PUBLIC

open station

WILMINGTO

ED TRNG BLDG,
orange st entrance left
set brnd comp

PUBLIC

open station

PUBLIC

open station

WILMINGTO

UNIT COIN DES ED
TRNG BLDG/brnd comp
right set
CAFE BASEMENT RT
SET brnd comp

shelf

PUBLIC

shelf

RT 13 NORTH DOV

UPSTAIRS

PUBLIC

shelf

RT |# DOV

terry campus svc ent west sd bldg insd double
drs nr elevator

PUBLIC

shelf

RT 13 N DOV

SCIENCE & ENG bldg
at east ent.

PUBLIC

shelf

3026749986

RT 13 N DOV

SCI & ENG CNTR NR
STUDENT LOUNGE

PUBLIC

shelf

3028566554

RD 2 G

NR THEATRE

PUBLIC

enclosure

PUBLIC

customer owned
enclosure

3026749805

RT 13 NORTH DOV

3026749421

DELAWARE TECH & COMM
COLL
DELAWARE TECH
COLLEGE

open station

PUBLIC

DELAWARE TECH & COMM
COLL

DELAWARE TECH & COMM
COLL

PUBLIC

UNIT COIN DES
DENTAL CLINIC/brnd
comp

DOWNE'S LECTURE
HALL

DELAWARE TECH & COMM
COL

DELAWARE TECH & COMM
COLL

WILMINGTO

UNIT COIN DES EARLY
CHILDHOOD
EDUCATION

3026749675
3026749967

DELAWARE TECH COMM
CLG

3028569801

RT 18 WEST G

LIBRARY WEST END
NR WOMENS RESTRM

DELAWARE TECH COMM
CLG

3028569811

RT 18 GEO

WEST END NR MENS
RM (LIBRARY)

PUBLIC

open station

DELAWARE TECH COMM
CLG

3028569905

RT 18

bookstore

PUBLIC

shelf

STUDENT CTR RIGHT
SET

PUBLIC

enclosure

DELAWARE TECH COMM
CLG

3028569911

GEORGETOWN

RT 18 G

81

DELAWARE TECH COMM
CLG
DELAWARE TECH COMM
CLG
DELAWARE TECH COMM
CLG
DELAWARE TECHNICAL

DELAWARE TECHNICAL
DELAWARE TECHNICAL &

DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &

DELAWARE TECHNICAL &

DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &

NEXT TO GYM 1ST
ENTRANCE BEFORE
MAIN LFT SET

PUBLIC

shelf

RD 2 G

NR GYM THRU GLASS
DOORS MID SET

PUBLIC

shelf

3028569993

RD 2 G

NEW STUDENT CTR NR VENDING
MACHINES

PUBLIC

shelf

3026529066

COMMUNITY
COLLEGE 333 N SH

3RD FLR WEST
LOBBY/brnd comp

PUBLIC

customer owned
enclosure

3026529308

COMMUNITY
COLLEGE 333 SHIP

LOBBY WEST BLDG by
sec lobby 4th and
orange/brnd comp

PUBLIC

shelf

3023669004

COMMUNITY
COLLEGE 4

WNG C BY BOOK
STORE/brnd comp

PUBLIC

shelf

3023669201

COMMUNITY
COLLEGE 4

2ND FLR MK LFT OFF
ELEV RGT SET/brnd
comp

PUBLIC

shelf

3023669401

COMMUNITY
COLLEGE 4

MN ENTR RT SIDE lft
SET/brnd comp

PUBLIC

open station

3023669402

COMMUNITY
COLLEGE 4

MN ENTR LFT SIDE
LFT SET/brnd comp

PUBLIC

open station

3023669403

COMMUNITY
COLLEGE 4

MN ENTR LFT SIDE RT
SET/brnd comp

PUBLIC

open station

3023669405

COMMUNITY
COLLEGE 4

MN ENTR RT SIDE RT
SET/brnd comp

PUBLIC

open station

COMMUNITY
COLLEGE 4

2ND FLOOR MK LFT
OFF ELEV LFT
SET/brnd comp

PUBLIC

shelf

3023669750

COMMUNITY
COLLEGE 4

DRIVE RGT OF BLDG
TO BEIGE & BROWN
WING INBACK/brnd
comp

PUBLIC

shelf

3026529032

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

NR SEC OFC INSD
PKG/brnd comp

PUBLIC

pedestal

3026529063

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

FLR 1 WEST ELEV
LOBBY/brnd comp

PUBLIC

customer owned
enclosure

3028569931
3028569992

3023669441

RT 18

GEORGETOWN

82

WILMINGTO

DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &
DELAWARE TECHNICAL &

3026529853

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

FLR 1 LOBBY RT SET

PUBLIC

shelf

3026575751

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

FLR 1 LFT SET

PUBLIC

shelf

3026575752

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

GROUND FLR CAFE
LFT SET/brnd comp

PUBLIC

shelf

3026575753

COMMUNITY
COLLEGE 333 SHIP

WILMINGTO

PUBLIC

shelf

PUBLIC

pedestal

PUBLIC

shelf

FLR 3
EAST PARKING LOT
NR 1ST ENTR
OUTSIDE WALK UP//
BRD COMP.

DELAWARE TECHNICAL
AND

3028566598

DELAWARE TECHNICAL
AND

3028569997

COMMUNITY
COLLEGE @
ROUTE
COMMUNITY
COLLEGE @
ROUTE

DELAWARE; SEASHORE

3025399733

STATE PARK @

nr gym thru slidg glas
dbl drs rt set
new camp rear bath
house brnd comp

PUBLIC

pedestal

STATE PARK @

camp area-bath housefront brnd comp

PUBLIC

pedestal

SCHOOL 1417
NEWPORT RD

BELVEDER

OD GYM ENT/brnd
comp,rear right crnr of
bldg

PUBLIC

pedestal

NEWPORT

MN ENT CAFE ON
PILLAR/brnd comp

PUBLIC

open station

GEORGETOWN

HIGHER EDUCATION
BLDG- SOUTH WING

PUBLIC

shelf

GEORGETOWN

HIGHER EDUC BLDGEAST WING

PUBLIC

shelf

GEORGETOWN

POOL AREA

PUBLIC

pedestal

WILMINGTObrnd

PUBLIC
PUBLIC

open station
customer owned
enclosure

NEW CASTLE

DEL DOT FAC
RIGHT SET/BRND
COMP
LEFT, MOTOR
VEHICLE DEPT BRND

PUBLIC

shelf

DELAWARE; SEASHORE
DELCASTLE TECHNICAL
HIGH

3025399980

3029949828

DELCASTLE TECHNICAL
HIGH

SCHOOL 1417
NEWPORT RD
COMMUNITY
COLLEGE @
ROUTE
COMMUNITY
COLLEGE @
ROUTE
COMMUNITY
COLLEGE @
ROUTE

3029959800

DELEWARE TECHNICAL
AND

3028566523

DELEWARE TECHNICAL
AND

3028566528

DELEWARE TECHNICAL
AND

3028566594

DEPARTMENT OF
TRANSPORTAT

3027629886

DEPT OF PUBLIC SAFETY

3023289766

1300 TALLEY RD
157 AIRPORT RD
NEW C

DEPT OF PUBLIC SAFETY

3023289848

157 AIRPORT RD

83

GEORGETOWN

GEORGETOWN

COMP

HANBY JR HIGH SCHOOL

HODSON VO-TECH

3024789955

3028349823

CHALFONTEWILM

MAIN ENTRANCE
LEFT/brnd comp

PUBLIC

unknown shelf

2575 GLASGOW AV

GLASGOW

OFF RT 40/MN ENTR
LBY/NR
GUIDANCE/CLSD
SATBRD COMP.

PUBLIC

shelf

GLASGOW
NEWAR
GLASGOW

PUBLIC
PUBLIC

shelf
shelf

PUBLIC

pedestal

2523 BERWYN RD

HODSON VO-TECH
HODSON VO-TECH
HOLTS LANDING STATE
PARK

3028349827
3028349889

2575 GLASGOW AV
2575 GLASGOW AV

3025399925

RD 347 OCE

HOSPITAL FOR RETARDED

3029349976

RTS 86 & 318 STO

CAFE/brnd comp
GYM/brnd comp
@ ROAD 347, OCEAN
VIEW
ALL STAR BLDG
WILLIAMS DR

PUBLIC

booth

3029349972

RETARDED @ RT
86 & 318

STOCKLEY

LLOYD LN MAIN
BOOTH

PUBLIC

booth

3026529443

HIGH SCHOOL 401
E 12 ST

WILMINGTON

LUNCHROOM LFT
SET/brnd comp

PUBLIC

shelf

3026529765

TECHNOLOGY 401
E 12 ST

LUNCHROOM/brnd
comp

PUBLIC

shelf

3026529789

TECHNOLOGY 401
E 12 ST

PHYS ED BLDG NXT
GYM/brnd comp

PUBLIC

shelf

3029959753

1801 MILLTOWN
ROAD WILMIN

LOC. GYM LOBBY/brnd
comp

PUBLIC

shelf

AUDI OPEN SUMM 8
TO 330/brnd comp

PUBLIC

pedestal

RGT SET(tty)/brnd
comp
LOBBY, left set

PUBLIC
PUBLIC

shelf
shelf

HOSPITAL FOR THE
MENTALLY
HOWARD CAREER CENTER
HOWARD HIGH SCHOOL
OF
HOWARD HIGH SCHOOL
OF
JOHN DICKINSON H.S.
JOHN DICKINSON HIGH
SCH

WILMINGTON

3029949939

1801 MILLTOWN
RD WILMIN

JUSTICE OF THE PEACECOUR
KENT CO COURT HOUSE

3023289716
3026749377

11 61 CHRISTIANIA
RD
THE GREEN DO

NEW CAS

KENT COUNTY COURT
HOUSE

3026749608

38 THE GREEN

DOVER

LAKE FOREST HIGH
SCHOOL
LAKE FOREST HIGH
SCHOOL

3022849901

3022849917

lobby -RIGHT SET

PUBLIC

shelf

RTE 384 FELTON

5407 KILLENS POND
RD, FELTON

PUBLIC

pedestal

RTE 384 FELTON

ADMIN OFC LOBBY
GRAY BLDG TO RGT
OF SCHOOL

PUBLIC

shelf

84

LAKE FOREST HIGH
SCHOOL
LOWER KENSINGTON
LOWER KENSINGTON

LOWER KENSINGTON
LOWER KENSINGTON ENV
CTR
LOWER KENSINGTON ENV
CTR
LOWER; KENSINGTON
MILFORD SERVICE
CENTER
MILFORD STATE SVC CTR
MORRIS CORRECTIONAL

3022849965

ROUTE 384 F

NXT TO LUNCH RM RGT SET

PUBLIC

pedestal

3028349838

ENVIRONMENTAL
CENTER @

RECOVERY CTR-LFT
SET/brnd comp

PUBLIC

shelf

3028349879

ENVIRONMENTAL
CENTER @

RECOVERY CTR-RT
SET BRD COMP.

PUBLIC

pedestal

3028389225

ENVIRONMENTAL
CENTER @

RECOVERY CENTER
WOMENS
SECTION/brnd comp

PUBLIC

shelf

3028349840

HUGHES
RECOVERY CTR
BLDG D

RECOVERY CTR-MID
SET/brnd comp

PUBLIC

shelf

3028349901

HUGHES
RECOVERY CTR
BLDG D

LOC. LOBBY-RIGHT
(WOMEN ONLY)/brnd
comp

PUBLIC

shelf

3028349869

ENVIRONMENTAL
CENTER @

BUILDING 5/brnd comp

PUBLIC

shelf

3024229941

18 N WALNUT ST

3024229872

13 CHURCH ST
MILF

3027309917

CENTER 300 W
WATER ST

PUBLIC

shelf

DOVER

PRISON LEFT SET

PUBLIC

open station

DOVER

FLR 2, 4th set brnd
comp

PUBLIC

open station

DOVER

FLR 2, 3rd set

PUBLIC

open station

FLR 1, 2nd set

PUBLIC

open station

FLR 1, 1st set

PUBLIC

open station

3027309904

300 W WATER SET
DOVER

FLR 2, 1st set

PUBLIC

open station

3027309946

300 W WATER ST
DOVER

FLR 1, 4th set

PUBLIC

open station

3027309947

300 W WATER ST
DOVER

FLR 1, 3rd set

PUBLIC

open station

MORRIS CORRECTIONAL
MORRIS CORRECTIONAL
CTR
MORRIS CORRECTIONAL
CTR

3027309948

MORRIS CORRECTIONAL
CTR

PUBLIC

3027309881

3027309919

MORRIS CORRECTIONAL
CTR

LOBBY
13 N CHURCH ST,
MILFORD

CENTER 300 W
WATER ST
CENTER 300 W
WATER ST
300 W WATER ST
DOVER
300 W WATER ST
DOVER

MORRIS CORRECTIONAL

MORRIS CORRECTIONAL
CTR

MILFORD

3027309564

85

MORRIS CORRECTIONAL
CTR

3027309949

MORRIS CORRECTIONAL
CTR

3027309950

MT PLEASANT HIGH
SCHOOL

3027629183

MT PLEASANT HIGH
SCHOOL

3027629297

OMMELANDEN STATE
PARK
PAROLE VIOLATION
CENTER
PAROLE VIOLATION
CENTER
PLUMMER HOUSE

PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE
PLUMMER HOUSE

3023289635

300 W WATER ST
DOVER
300 WATER ST
DOVER
5201
WASHINGTON ST
EXT
5201
WASHINGTON ST
EXT

3027649923
3027649942

PUBLIC

open station

WILMINGTON

STUDENT CTR/brnd
comp

PUBLIC

open station

WILMINGTON

MAIN LOBBY/brnd
comp

PUBLIC

open station

SMYRNA

PUBLIC

pedestal

SMYRNA

OUTSIDE ENTRANCE

PUBLIC

pedestal

WILMINGTON

32ND ST BLDGBATHROOM/brnd comp

PUBLIC

open station

38 TODDS LN WILM

1ST FLRMAIN BLDG
LEFT PH LFT SET/brnd
comp

PUBLIC

shelf

38 TODDS LN WILM

MAIN BLDG 1ST FLR
RIGHT PH/brnd comp

PUBLIC

open station

38 TODDS LN

WILMINGTON

MIDDLE BLDG/brnd
comp

PUBLIC

open station

WILMINGTON

FIRST BLDG women's/brnd comp

PUBLIC

shelf

WILMINGTON

32ND ST BLDG 3RD
BUILDING/brnd comp

PUBLIC

shelf

PUBLIC
PUBLIC
PUBLIC

shelf
unknown shelf

PUBLIC

pedestal

3026599572

3027649915

prison - right set

open station

875 SMYRNA
LANDING RD

3027649914

open station

PUBLIC

3026539056

3027649913

PUBLIC

SHOOTING RANGE
2ND BLDG ON
RGT/brnd comp
OUTSIDE ENTRANCE left set

1205 RIVER RD
875 SMYRNA
LANDING RD

3027649715

FLR 2, 2nd set

38 TODDS LN

38 TODDS LN
38 TODDS LN

NEW CASTLE

PLUMMER HOUSE
POLY TECH SCHOOL
POLY TECH SCHOOL

3027649943
3026979028
3026979883

38 TODDS LN
ROAD 30
WOODSIDE

WILMINGTON
WOODSIDE

REHOBOTH PARK-N-RIDE

3022279793

RT 1

REHOBOTH

86

MAIN BLDG IN
CAFE/brnd comp
ADDITION REAR ENT
MN ENTR TO RIGHT
PARK & RIDE LOT west
set

REHOBOTH PARK-N-RIDE
SEAFORD SCHOOL
DISTRICT
SMYRNA HIGH SCHOOL
SMYRNA HIGH SCHOOL

3022279794

RT 1

3026299924

SCHOOL LANE

3026539889

DUCK CREEK
PARK SMY

3026539990

DUCK CREEK
PARK SMY

SMYRNA PRISON
SPRINGER JR HIGH
SCHOOL

3026539879

STATE OF DELAWARE
STATE OF DELAWARE

3022279721
3024227957

SMYRNA LANDING
RD SMY
2220 SHIPLEY
ROAD WILMIN
GORDON POND
PARK
RTE 16 E

STATE OF DELAWARE

3024229991

RT 16

STATE OF DELAWARE

3024249034

RTE 16
ELLENDALE B

3024789936

REHOBOTH

PARK & RIDE LOT 2nd
set east set

PUBLIC

pedestal

SEAFORD SEAFO

LOC. NEXT TO TENNIS
COURTS

PUBLIC

pedestal

OUTSIDE GYM ENTRLFT SET

PUBLIC

pedestal

REHOBOTH

ELLENDALE

outside gym entrright set

PUBLIC

pedestal

VISITOR WAITING
AREA

PUBLIC

open station

LOC HALL C CLOSET

PUBLIC

open station

PARKING LOT
DETOX CENTER

PUBLIC
PUBLIC

pedestal
open station

PUBLIC

open station

PUBLIC

open station

DETOX CTR
ELLENDALE SCHL
KENT/SUSSEX DETOX
CTR LFT SIDE OF
PEPSI MACHINE/brnd
comp

900 N FRENCH ST

WILMINGT

3026529050

900 N FRENCH ST

WILMINGT

ELBERT N CARVEL
BLDG LOBBY
DEL STATE BLDG
MAIN LOBBY (820)/brnd
comp

3026749493

NATURAL
RESOURCES 89
KINGS

DOVER

INSIDE NR
AUDITORIUM

PUBLIC

open station

3028569909

CORINTHIAN
HOUSE 219 S RAC

GEORGETOWN

FLR 1, ofc tn 856-5748

PUBLIC

open station

STATE OF DELAWARE-

3026529571

GENDER HILL
CORRECTIONAL 1

WILMINGTON

PUBLIC

open station

STATE OF DELAWARE-

3026529579

GENDER HILL
CORRECTIONAL 1

WILMINGTON

PUBLIC

open station

3023289914

OF MUSEUMS &
HISTO SITES 6

PUBLIC

open station

STATE OF DELAWARE

3026529044

STATE OF DELAWARE

STATE OF DELAWARE
STATE OF DELAWARE

STATE OF DELAWARE
BUREAU

87

BOOKING &
RECEIVING UNIT
BOOKING &
RECEIVING UNIT 2ND
SET FRM LFT
BUENA VISTA

PUBLIC

shelf

PUBLIC

shelf

STATE OF DELAWARE
BUREAU
STATE OF DELAWARE
BUREAU
STATE OF DELAWARE
BUREAU
STATE OF DELAWARE
DEPT

3023289917

OF MUSEUMS &
HISTO SITES 6

BUENA VISTA

PUBLIC

open station

3023289928

OF MUSEUMS &
HISTO SITES 6

BUENA VISTA

PUBLIC

open station

3026539800

OF MUSEUMS &
HISTO SITES 5

BELMONT
CONFERENCE CTR

PUBLIC

open station

3027629803

OF LABOR 4425 N
MARKET ST

FRONT FOYER RT
SET/brnd comp

PUBLIC

open station

FRONT FOYER LFT
SET/brnd comp

PUBLIC

open station

PUBLIC

open station

WILMINGTON

BOOKING AREA
LOC. BKNG AREA/brnd
comp

PUBLIC

open station

WILMINGTON

FLR 1

PUBLIC

open station

WILMINGTON

FLR 1

PUBLIC

open station

WILMINGTON

PUBLIC RESTRM
AREA/brnd comp

SMY

STATE OF DELAWARE
DEPT

3027629805

STATE OF DELAWARE M-P

3026529156

STATE OF DELAWARE M-P

3026529204

STATE OF DELAWARE M-P

3026529359

OF LABOR 4425 N
MARKET ST
CRIME JUSTICE
FAC 1201 E 1
CRIME JUSTICE
FAC 1201 E 1
CRIME JUSTICE
FAC 1201 E 1

3026529362

CRIME JUSTICE
FAC 1201 E 1

3026529410

CRIME JUSTICE
FAC 1201 E 1

PUBLIC

shelf

3026449800

42 CAPE
HENLOPEN DR
LEWE

FT MILES OPPOSITE
OBSERVATION
TOWER

PUBLIC

pedestal

3028546843

WORK RELEASE
CTR @ ROUTE 1

GEORGETOWN

HALLWY OUTSD
DINING RM - LFT SET

PUBLIC

open station

DOVER

turn lft inside lobby vending area

PUBLIC

shelf

DOVER

brnd comp

PUBLIC

shelf

STATE OF DELAWARE M-P
STATE OF DELAWARE M-P
STATE OF DELAWARE
PARKS
STATE OF DELAWARE
SUSSEX
STATE OF DELAWARE
VISITOR

WILMINGTON

3026749660

CENTER @ NEW &
FEDERAL ST

STATE OF DELAWARE
VISITOR

3026749699

CENTER @ NEW &
FEDERAL ST

STATE OF DELAWARE-TAT

3027368704

BULDING @

BLDG TATNALOBBY

PUBLIC

customer owned
enclosure

STATE OF DELAWARE-TAT

3027368705

BULDING @

BLDG TATNALOBBY

PUBLIC

customer owned
enclosure

STATE OF DELAWARE-TAT
STATE WELFARE HOME

3027368706
3026539812

BULDING @
SMYRNA

BLDG TATNALOBBY
DINING HALL

PUBLIC
PUBLIC

customer owned
enclosure
shelf

88

STATE WELFARE HOME

3026539828

SMYRNA

STATE WELFARE HOME

3026539840

SMYRNA

CANDEE 3 T V ROOM
COD 356 TO EXIT
FLR 3 HALL prickett
bldg

SMYRNA

MAIN BLDG FLR 1DOUBLE DOORS NR
FLAG POLE

SMYRNA

RESTRMS CANDEE
BLDG

SMYRNA

LOC PRITCHETT BLDG
LOBBY

SMYRNA

CANDEE LOBBY 1ST
ENTRANCE
NR NURSE CAFECANDEE BLDG

STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME
STATE WELFARE HOME

3026539853
3026539857
3026539865
3026539902

STATE WELFARE HOME

3026539945

STATE WELFARE HOME

3026539998

SUSSEX CENTRAL H S
SUSSEX CENTRAL HIGH
SCHL

SMYRNA
150 SUNNYSIDE
RD

SMYRNA

PUBLIC

shelf

PUBLIC

shelf

PUBLIC

unknown shelf

PUBLIC

unknown shelf

PUBLIC

shelf

PUBLIC

shelf

PUBLIC

shelf

LAUNDRY BLDG

PUBLIC

open station

PUBLIC

pedestal

PUBLIC

pedestal

PUBLIC

open station

3028569872

W MARKET ST
GEO

RGT SIDE OF BLDG
THRU GATE ACROSS
FR 2ND DUMPSTER

3028566562

W MARKET ST
GEO

OUTSIDE GYM & ELEM
ENTRANCE
BLDG ADMIN 1 DES
PUBLIC LOBBY
BLDG ADMIN 2 DES
PUBLIC LOBBY
CHEER CNTR LOBBY
2ND ENTR

PUBLIC

open station

PUBLIC

open station

SUSSEX CORRECTIONAL

3028546801

SUSSEX CORRECTIONAL

3028546802

SUSSEX COUNTY SERVICE

3028569966

SUSSEX COUNTY SERVICE

3028569967

INSTITUTE @
ROUTE 113
INSTITUTE @
ROUTE 113
CENTER 546 S
BEDFORD ST
CENTER 546 S
BEDFORD ST

MAIN LOBBY

PUBLIC

open station

3028569973

CENTER 546 S
BEDFORD ST

PUB HEALTH LOBBY
3RD ENTR

PUBLIC

open station

RT 113 GEO
1110 CYPRESS RD

HALLWAY OUTSIDE
DINING ROOM - RGT
SET/brnd comp
RM LOBBY

PUBLIC
PUBLIC

shelf

SUSSEX COUNTY SERVICE
SUSSEX WORK RELEASE
CTR
TALLEY MIDDLE SCHL

3028569910
3025299331

89

GEORGETOWN
GEORGETOWN

WILMINGTON/br

WILM HIGH SCHOOL

3026529609

100 N DU PONT RD

WILMINGTON

ALCOVE OFF
CAFETERIA/brnd comp

PUBLIC

open station

PUBLIC

pedestal

3026529824

100 N DU PONT RD

WILMINGTON/br

LOBBY NXT TO GYM
ENT/brnd comp

3026575723

INSTITUTE 660
BAYLOR BLVD

NEW CAST

LOBBY

PUBLIC

shelf

WOMEN'S CORRECTIONAL

3026575724

INSTITUTE 660
BAYLOR BLVD

NEW CAST

LOBBY/brnd comp

PUBLIC

shelf

WOODBRIDGE HIGH
SCHOOL
Total Public Payphones

3023377941
259

307 LAWS

BRIDGEVILLE

LOCATED GYM

PUBLIC

open station

WILM HIGH SCHOOL
WOMEN'S CORRECTIONAL

90

Deleted:

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
REQUEST FOR PROPOSAL
Exhibit 6
Contractor-Provided System Administrators: Staffing requirements at the three large Institutions must be
dedicated. Staffing at the smaller, remote locations can be shared by those three dedicated staff as indicated
in the table below. If they are contacted from the smaller facilities and it is reported that they have specific
phones down, then they may drive up to that facility to trouble shoot. If they are asked for specific call reports
or system information, they can do that remotely from the main site they sit in. They must have the ability to
remotely query the smaller systems from their offices.

ADDRESS
Delores Baylor Women's Correctional Institution
660 Baylor Road
New Castle, DE 19720
Delaware Correctional Center
1181 Paddock Road
Smyrna, DE 19977
Howard R. Young Correctional Institution
1301 East 12th Street
Wilmington, DE 19801
Sussex Correctional Institution
Rt. 113
Georgetown, DE 19947
Webb Correctional Facility
Greenbank Road
Wilmington, DE 19801
Stevenson House
PO 278, Rt. 113
Milford, DE 19963
Sussex Community Correctional Center
Rt. 6 Box 700
Georgetown, De 19947
Delaware Youth and Family Center-Ferris School
and NCC Detention Center
956 Centre Road
Wilmington, DE 19805
TOTALS

SYSTEM
ADMINS
REQUIRED
1 hour per
week shared
with Young
1 Fulltime
Person
Dedicated
1 Fulltime
Person
Dedicated
1 Fulltime
Person
Dedicated
1 hour per
week shared
with DCC
1 hour per
week shared
with Sussex
1 hour per
week shared
with Sussex
1 hour per
week shared
with DCC
3 FULLTIME
DEDICATED

91

Page Break

State of Delaware
DEPARTMENT OF TECHNOLOGY AND INFORMATION
William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904

PROPOSAL REPLY SECTION
CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES

Deleted: ¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
¶
Section Break (Next Page)
¶

Complete and sign the attached forms and return with your proposal in a clearly marked envelope
displaying the contract number to the State of Delaware, Department of Technology and Information (DTI),
801 Silver Lake Blvd., - Suite 100, Dover DE 19904 by 1:00 p.m. EDT, Tuesday, October 12, 2004 at which
time proposals shall be opened.
A mandatory pre-bid meeting has been scheduled for September 22, 2004 at 10:00 a.m. at the Department of
Technology and Information, 801 Silver Lake Blvd., Dover, DE 19904 in the 1st Floor Conference Room.
This is a mandatory meeting. If an offeror does not attend this meeting; they shall be disqualified and shall
not be considered for further evaluation.

Deleted:
Deleted: ¶
Deleted:

PUBLIC PROPOSAL OPENINGS
The public proposal opening insures the citizens of Delaware that contracts are being proposed fairly on a
competitive basis and comply with Delaware procurement laws. The agency conducting the opening is required by
law to publicly open the proposals at the time and place specified and the contract shall be awarded within ninety
(90) days thereafter. The main purpose of the proposal opening is to reveal the name(s) of the offeror(s), not to
serve as a forum for determining the apparent low offerors. The disclosure of additional information, including
prices, shall be at the discretion of the contracting agency until such time that the responsiveness of each proposal
has been determined.
After receipt of a fully executed contract(s), the Delaware public and all offerors are invited to make an
appointment with the procurement officer in order to review pricing and other non-confidential information.

NOTE: ONLY THE OFFEROR'S NAME AND ADDRESS WILL BE READ AT THE OPENING

92

Deleted: ¶

STATE OF DELAWARE
DEPARTMENT OF TECHNOLOGY AND INFORMATION
801 SILVER LAKE BLVD
DOVER, DELAWARE 19904
NO PROPOSAL REPLY FORM
CONTRACT # DTI-05-0001

CONTRACT TITLE:

INMATE/PUBLIC COIN SERVICES

To assist us in obtaining good competition on our Request for Proposals, we ask that each firm that has
received a proposal, but does not wish to bid, state their reason(s) below and return in a clearly marked
envelope displaying the contract number. This information will not preclude receipt of future invitations
unless you request removal from the Offeror's List by so indicating below, or do not return this form or
bona fide proposal.
Unfortunately, we must offer a "No Proposal" at this time because:
1.

We do not wish to participate in the proposal process.

2.

We do not wish to bid under the terms and conditions of the Request for Proposal
document. Our objections are:

3.

We do not feel we can be competitive.

4.

We cannot submit a Proposal because of the marketing or franchising policies of the
manufacturing company.

5.

We do not wish to sell to the State. Our objections are:

6.

We do not sell the items/services on which Proposals are requested.

7.

Other:___________________________________________________________________

FIRM NAME

SIGNATURE

We wish to remain on the Offeror's List for these goods or services.
We wish to be deleted from the Offeror's List for these goods or services.

CONTRACT NO.:
TITLE:
OPENING DATE:

DTI-05-0001
INMATE/PUBLIC COIN SERVICES
October 12, 2004
NON-COLLUSION STATEMENT

This is to certify that the undersigned offeror has neither directly nor indirectly, entered into any agreement, participated in any
collusion or otherwise taken any action in restraint of free competitive bidding in connection with this proposal submitted this date to the
Department of Technology and Information.
It is agreed by the undersigned offeror that the signed delivery of this proposal represents the offeror’s acceptance
of the terms and conditions of this request for proposal including all specifications and special provisions.
NOTE: Signature of the authorized representative MUST be of an individual who legally may enter his/her
organization into a formal contract with the State of Delaware.
COMPANY NAME __________________________________________________________________

(check one)

Corporation
Partnership
Individual
NAME OF AUTHORIZED REPRESENTATIVE
(Please type or print)
SIGNATURE

TITLE

COMPANY ADDRESS
PHONE NUMBER

FAX NUMBER

EMAIL ADDRESS ______________________________
STATE OF DELAWARE
LICENSE NUMBER_____________________________

FEDERAL E.I. NUMBER

(circle one)
COMPANY
Women
Yes
No
CLASSIFICATIONS:
Business
DEL. CERT.
Enterprise
NO.
(WBE)
[The above table is for information and statistical use only.]

Minority Business
Enterprise (MBE)

(circle one)
Yes
No

(circle one)
Disadvantaged Business
Yes
No
Enterprise
(DBE)

PURCHASE ORDERS SHOULD BE SENT TO:
(COMPANY NAME)
ADDRESS
CONTACT
PHONE NUMBER

FAX NUMBER

EMAIL ADDRESS
AFFIRMATION: Within the past five years, has your firm, any affiliate, any predecessor company or entity, owner,
Director, officer, partner or proprietor been the subject of a Federal, State, Local government suspension or debarment?
YES
NO
if yes, please explain

SIGN, NOTARIZED AND RETURN WITH YOUR PROPOSAL
SWORN TO AND SUBSCRIBED BEFORE ME this ________ day of

20 __________

My commission expires

Notary Public
City of

,

County of

State of

State of Delaware

DEPARTMENT OF TECHNOLOGY AND INFORMATION
William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904

CONFIDENTIALITY AND INTEGRITY OF DATA STATEMENT
The Department of Technology and Information is responsible for safeguarding the confidentiality and
integrity of data in State computer files regardless of the source of those data or medium on which
they are stored; e.g., electronic data, computer output microfilm (COM), tape, or disk. Computer
programs developed to process State Agency data will not be modified without the knowledge and
written authorization of the Department of Technology and Information. All data generated from the
original source data, shall be the property of the State of Delaware. The control of the disclosure of
those data shall be retained by the State of Delaware and the Department of Technology and
Information.
I, as an employee of ______ or officer of my firm, when performing work for the Department of
Technology and Information, understand that I/we act as an extension of DTI and therefore I/we are
responsible for safeguarding the States’ data and computer files as indicated above. I/we will not use,
disclose, or modify State data or State computer files without the written knowledge and written
authorization of DTI. Furthermore, I/we understand that I/we are to take all necessary precautions to
prevent unauthorized use, disclosure, or modification of State computer files, and I/we should alert my
immediate supervisor of any situation which might result in, or create the appearance of, unauthorized
use, disclosure or modification of State data.
Penalty for unauthorized use, unauthorized modification of data files, or disclosure of any confidential
information may mean the loss of my position and benefits, and prosecution under applicable State or
Federal law.
This statement applies to the undersigned Contractor and to any others working under the
Contractor’s direction.
I, the Undersigned, hereby affirm that I have read and understood the terms of the above
Confidentiality and Integrity of Data Statement, and that I/we agree to abide by the terms above.

________________________________
Contractor or Employee Signature
Date: _______________________
Contractor Name:

_____________________________________

CONTRACT NO. DTI-05-0001
INMATE/PUBLIC COIN SERVICES
PROPOSAL SUMMARY FORM

Manufacturer, Make & Model of ICP:
Manufacturer, Make & Model of Inmate Coinless Telephone:
Manufacturer, Make & Model of Standard Public Coin Telephone:

Commission Structure:
Public:
Inmate:
Any other charges/costs to the State:

Provider’s Location(s) serving all State Sites for Maintenance & Support:

Inmate Collect Call Rates:
INTERLATA:
INTRALATA:
LOCAL:
Public Coin Station Call Rates – All Classes of Calls Itemized:

CONTRACT NO. DTI-05-0001

INMATE/PUBLIC COIN SERVICES
PROPOSAL SUMMARY FORM – (Continued)

Include a Complete Project Plan for the Installation of all ICP and Stations.

Legal Terms & Conditions Exceptions:

Appendix A Exceptions

_________________________________
Use additional sheets as necessary.

State of Delaware

DEPARTMENT OF TECHNOLOGY AND INFORMATION
William Penn Building
801 Silver Lake Boulevard
Dover, Delaware 19904

DEPARTMENT OF TECHNOLOGY AND INFORMATION
DEFINITIONS
AND
GENERAL PROVISIONS

The attached Definitions and General Provisions apply to all contracts and are part of each bid
package. The requirement to furnish a bid bond and performance bond is applicable unless
waived in the Special Provisions. Should the General Provisions conflict with the Special
Provisions, the Special Provisions shall prevail. Bidders or their authorized representatives are
required to fully acquaint themselves as to State Procurement Laws and regulations prior to
submitting a proposal.

DEFINITIONS
Whenever the following terms are used, their intent and meaning shall be interpreted as follows:
STATE: The State of Delaware
AGENCY: Contracting State Agency as noted on cover sheet.
DESIGNATED OFFICIAL: The agent authorized to act for the Agency.
BID INVITATION: The "bid invitation" or "invitation to bid" is a packet of material sent to vendors and
consists of General Provisions, Special Provisions, specifications, and enclosures.
GENERAL PROVISIONS: General Provisions are instructions pertaining to contracts in general. They
contain, in summary, requirements of laws of the State, policies of the Agency, and instructions to
vendors.
SPECIAL PROVISIONS: Special Provisions are specific conditions or requirements peculiar to the
contract under consideration and are supplemental to the General Provisions. Should the Special
Provisions conflict with the General Provisions, the Special Provisions shall prevail.
BIDDER OR VENDOR: Any individual, firm, or corporation formally submitting a proposal for the material
or work contemplated, acting directly or through a duly authorized representative.
PROPOSAL: The offer of the bidder submitted on the approved form and setting forth the bidder's prices
for performing the work or supplying the material or equipment described in the specifications.
SURETY: The corporate body which is bound with and for the contract, or which is liable, and which
engages to be responsible for the contractor's payments of all debts pertaining to and for his acceptable
performance of the work for which he has contracted.
BIDDER'S DEPOSIT: The security designated in the proposal to be furnished by the bidder as a
guaranty of good faith to enter into a contract with the Agency if the work to be performed or the material
or equipment to be furnished is awarded to him.
CONTRACT: The written agreement covering the furnishing and delivery of material or work to be
performed.
CONTRACTOR: Any individual, firm, or corporation with whom a contract is made by the Agency.
CONTRACT BOND: The approved form of security furnished by the contractors and his surety as a
guaranty of good faith on the part of the contractor to execute the work in accordance with the terms of
the contract.

SECTION A - GENERAL PROVISIONS
1.

BID INVITATION:
See "Definitions".

2.

PROPOSAL FORMS:
The invitation to bid shall contain pre-printed forms for use by the vendor in submitting his bid.
The forms shall contain basic information such as description of the item and the estimated
quantities and shall have blank spaces for use by the vendor for entering information such as unit
bid price, total bid price, etc.

3.

4.

INTERPRETATION OF ESTIMATES:
a.

The attention of bidders is called to the fact that, unless stated otherwise, the quantities
given in the proposal form are to be considered to be approximate only and are given as a
basis for the comparison of bids. The Agency may increase or decrease the amount of
any item as may be deemed necessary or expedient, during the period of the contract.

b.

An increase or decrease in the quantity for any item is not sufficient ground for an increase
or decrease in the unit price.

SILENCE OF SPECIFICATIONS:
The apparent silence of the specifications as to any detail, or the apparent omission from it of
detailed description concerning any point, shall be regarded as meaning that only the best
commercial practice is to prevail and only material and workmanship of the first quality are to be
used. Proof of specifications compliance will be the responsibility of the vendor.

5.

EXAMINATION OF SPECIFICATIONS AND PROVISIONS:
The bidder shall examine carefully the proposal and the contract forms for the material
contemplated. The bidder shall investigate and satisfy himself as to the conditions to be
encountered, quality and quantities of the material to be furnished, and the requirements of the
Special Provisions and the contract. The submission of a proposal shall be conclusive evidence
that the bidder has made examination of the aforementioned conditions.

6.

PREPARATION OF PROPOSAL:
a.

The bidder's proposal shall be written in ink or typewritten on the form provided.

b.

If items are listed with a zero quantity, bidder shall state unit price ONLY (intended for
open end purchases where estimated requirements are not known). The proposal shall
show a total bid price for each item bid and the total bid price of the proposal excluding
zero quantity items.

7.

PRICES QUOTED:
The prices quoted are those for which the material will be furnished F.O.B. Ordering Agency and
include all charges that may be imposed during the period of the contract.

8.

DISCOUNT:
No qualifying letter or statements in or attached to the proposal, or separate discounts will be
considered in determining the low bid except as may be otherwise herein noted. Cash or
separate discounts should be computed and incorporated into unit bid price(s).

9.

SAMPLES OR BROCHURES:
Samples or brochures may be required by the agency for evaluation purposes. They shall be
such as to permit the Agency to compare and determine if the item offered complies with the
intent of the specifications.

10.

11.

PROPOSAL GUARANTY; BID BOND:
a.

Each bidder shall submit with his proposal a guaranty in sum equal to at least 10% of the
total value of his bid, according to Delaware Code Title 29, Section 6927(a).

b.

This bid bond shall be submitted in the form of good and sufficient bond drawn upon an
insurance or bonding company authorized to do business in the State of Delaware, to the
State of Delaware for the benefit of the Agency, or a certified check drawn on a reputable
banking institution and made payable to the Agency in the requirement amount. If Agency
bond form is not utilized, the substituted bond forms must conform to the minimum of
conditions specified in the Agency bond form.

DELIVERY OF PROPOSALS:
Proposals shall be delivered in sealed envelopes, and shall bear on the outside the name and
address of the bidder as well as the designation of the contract. Proposals forwarded by U.S. Mail
shall be sent first class to the address listed below. Proposals forwarded by delivery service other
than the U.S. Mail or hand delivered must be delivered to the address listed below. All bids must
clearly display the contract number on the envelope.
State of Delaware
Department of Technology and Information
801Silver Lake Blvd. – Suite 100
Dover, DE 19904
All proposals will be accepted at the time and place set in the advertisement. Bidder bears the
risk of delays in delivery. Proposals received after the time set for public opening will be returned
unopened.

12.

WITHDRAWAL OF PROPOSALS:
A bidder may withdraw his proposal unopened after it has been deposited, if such a request is
made prior to the time set for the opening of the proposal.

13.

PUBLIC OPENING OF PROPOSALS:
The bids shall be publicly opened at the time and place specified by the Agency. Bidders or their
authorized representatives are invited to be present.

14.

DISQUALIFICATION OF BIDDERS:
Any one or more of the following causes may be considered as sufficient for the disqualification of
a bidder and the rejection of his proposal or proposals:
a.

More than one proposal for the same contract from an individual, firm, or corporation
under the same or different names.

b.

Evidence of collusion among bidders.

c.

Unsatisfactory performance record as evidenced by past experience.

d.

If the unit prices are obviously unbalanced either in excess or below reasonable cost
analysis values.

e.

If there are any unauthorized additions, interlineation, conditional or alternate bids or
irregularities of any kind which may tend to make the proposal incomplete, indefinite, or
ambiguous as to its meaning.

f.

Non-attendance of mandatory pre-bid meetings may be cause of disqualification.

SECTION B - AWARD AND EXECUTION OF CONTRACT
1.

2.

CONSIDERATION OF BIDS:
a.

After the proposals have been opened, the bids will be tabulated and the results will be
made available to the public. Tabulations of the bids will be based on the correct
summation of items at the unit price bid.

b.

The right is reserved to waive technicalities, to reject any or all bids, or any portion thereof,
to advertise for new proposals, to proceed to do the work otherwise, or to abandon the
work, if in the judgment of the Agency or its agent, the best interest of the State will be
promoted thereby.

MATERIAL GUARANTY:
Before any contract is awarded, the successful bidder may be required to furnish a complete
statement of the origin, composition and manufacture of any or all of the material to be used in the
contract together with such samples as may be requested for the purpose of testing.

3.

AWARD OF CONTRACT:
Within thirty days from the date of opening proposals, the contract will be awarded or the
proposals rejected.

4.

5.

6.

EXECUTION OF CONTRACT:
a.

The bidder to whom the award is made shall execute a formal contract and bond within
twenty days after date of official notice of the award of the contract.

b.

If the successful bidder fails to execute the required contract and bond, as aforesaid,
within twenty days after the date of official notice of the award of the contract, his proposal
guaranty shall immediately become forfeited as liquidated damages. Award will then be
made to the next lowest qualified bidder of the work or re-advertised, as the Agency may
decide.

REQUIREMENT OF CONTRACT BOND:
a.

Successful bidders shall furnish bond, simultaneously with the execution of the formal
contract, to the State of Delaware for the benefit of the Agency with surety in the amount
of 100% of the total contract award or as otherwise provided in the Special Provisions.
Said bonds shall be conditioned upon the faithful performance of the contract.

b.

The bond forms shall be provided by the Agency and the surety shall be acceptable to the
Agency.

WARRANTY:
The successful bidder(s) shall be required to extend any policy guarantee usually offered to the
general public, FEDERAL, STATE, COUNTY, or MUNICIPAL governments, on material in this
contract against defective material, workmanship, and performance.

7.

THE CONTRACT(S):
The contract(s) with the successful bidder(s) will be executed with the Department of Technology
and Information acting for all participating agencies.

8.

RETURN OF BIDDER'S DEPOSIT:
The deposits shall be returned to the successful bidder upon the execution of the formal contract.
The deposits of unsuccessful bidders shall be returned to them immediately upon the awarding of
the contract or rejection of their bids.

9.

INFORMATION REQUIREMENT:
The successful bidders shall be required to advise the Department of Technology and Information
of the gross amount of purchases made as a result of the contract.

10.

CONTRACT EXTENSION:
The State reserves the right to extend this contract on a month-to-month basis for a period of up
to three months.

11.

TERMINATION FOR CONVENIENCE:
Contracts shall remain in effect for the time period and quantity specified unless the contract is
terminated by the State. The State may terminate the contract by providing 60 days written notice
to the vendor.

SECTION C – GENERAL INFORMATION

1.

AUTHORITY OF AGENCY:
On all questions concerning the interpretation of specifications, the acceptability and quality of
material furnished and/or work performed, the classification of material, the execution of the work,
and the determination of payment due or to become due, the decision of the Agency shall be final
and binding.

2.

LAWS TO BE OBSERVED:
The contractor is presumed to know and shall strictly comply with all National, State, or County
laws, and City or Town ordinances and regulations in any manner affecting the conduct of the
work. The contractor shall indemnify and save harmless the State of Delaware, the Agency, and
all Officers, Agency and Servants thereof against any claim or liability arising from or based upon
the violation of any such laws, ordinances, regulations, orders, or decrees whether by himself or
by his employees.

3.

PERMITS AND LICENSES:
All necessary permits, licenses, insurance policies, etc. required by local, State or Federal laws,
shall be provided by the contractor at his own expense.

4.

5.

PATENTED DEVICES, MATERIAL AND PROCESSES:
a.

The contractor shall provide for the use of any patented design, device, material, or
process to be used or furnished under this contract by suitable legal agreement with the
patentee or owner, and shall file a copy of this agreement with the Agency.

b.

The contractor and the surety shall hold and save harmless the State of Delaware, the
Agency, the Director, their Officers or Agents from any and all claims because of the use
of such patented design, device, material, or process in connection with the work agreed
to be performed under this contract.

EMERGENCY TERMINATION OF CONTRACT:
a.

Due to restrictions which may be established by the United States Government on
material, or work, a contract may be terminated by the cancellation of all or portions of the
contract.

b.

In the event the contractor is unable to obtain the material required to complete the items
of work included in the contract because of restrictions established by the United States
Government and if, in the opinion of the Agency, it is impractical to substitute other
available material, or the work cannot be completed within a reasonable time, the
incomplete portions of the work may be cancelled, or the contract may be terminated.

6.

7.

TAX EXEMPTION:
a.

Material covered by this proposal is exempt from all FEDERAL and STATE TAXES. Such
taxes shall not be included in prices quoted.

b.

Any material which is to be incorporated in the work or any equipment required for the
work contemplated in the proposal may be consigned to the Agency. If the shipping
papers show clearly that any such material is so consigned, the shipment will be exempt
from the tax on the transportation of property under provisions of Section 3475 (b) of the
Internal Revenue Code, as amended by Public Law 180 (78th Congress). All
transportation charges shall be paid by the contractor. Each bidder shall take his
exemption into account in calculating his bid for his work.

OR EQUAL (PRODUCTS BY NAME):
Specifications of products by name are intended to be descriptive of quality or workmanship, finish
and performance. Desirable characteristics are not intended to be restrictive. Substitutions of
products for those named will be considered provided the vendor certifies that the function,
characteristics, performance and endurance qualities of the material offered is equal or superior to
that specified.

8.

BASIS OF AWARD:
The Department of Technology and Information will award this contract to the lowest responsible
bidder(s) which in their judgment best serves the interest of the State of Delaware in accordance
with Delaware Code Title 29, Section 6923(k). Personnel with experience and technical
background may be utilized by the Department in making judgment. In case of error in price
extension, the unit price(s) shall prevail.

9.

INVOICING:
After the awards are made, the agencies participating in the bid may forward their purchase
orders to the successful bidder(s) in accordance with State Purchasing Procedures. The State
will generate a payment voucher upon receipt of an invoice from the vendor.

:mjs
Revised 2/11/2004

Page 24: [1] Deleted

Kay.Buck

9/9/2004 10:14:00 AM

Page 34: [2] Deleted

Kay.Buck

9/8/2004 9:28:00 AM

Page 44: [3] Deleted

Kay.Buck

9/8/2004 10:35:00 AM

The Contractor must provide, at a minimum, one coin operated telephone at
each additional State public address. Any telephone location receiving over $80
in average monthly usage shall be eligible for a second station. Additional
installations shall be required per multiples of $80, one per multiple.
Page 44: [4] Deleted

Kay.Buck

9/8/2004 10:38:00 AM

An exception is made for the replacement of Charge Card telephones with Pay
Station coins if desired by the Contractor. Approximately 250 telephones are
indoor stations and 103 are outside stations.