Skip navigation

LA Contract with MCI Worldcom/GTL 2002 – 2011

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
Fax 2253428688

Jul 17 2008 08;4681 P001/005
(

.",

<.

519~51

•

BOBBY JINDAL
GOVERNO:a

ANGELB DAVIS
COMMISSIONU OF ADMINISl'RATION

6tatt of 'lout.iana
Division of A.dministtatioo.

Office of State P~chasing
May 16,2008

~'WAL NOTIFICATION
Ms. Teresa Ridgeway·
SVP, Administration
'Global Tel"Link
'2609 Cameron Street
Mobile AL 33607
RE;

PRlSON PAY TELEPHONE SERVICE
Fn..ENUMBER:

CONTRACT NUMBER: 404904

Q 91~76 YT

Dear Ms. Ridgeway:
This is official notification that the Division of Administration, Purc~g Section, has
accepted the option to renew the contract referenced above in accordance with the provisions of
our'original bid proposal. 1;'he contract shall be effective for a period OrM.tv <24> months

from

I!)brgn 1, 1009 to Jan"'" 31.1011, or until such time as State Purchasing informs you
by thirty (30) days written notice that this contract will be cancelled.
Enclosed i~ a copy of the renewed ,con1ract. If you have designated certain vendors as
authorized distributors for this contract, it will be your responsibility, as prime contractor. to
'send cc;>ples to each distributor.
Sincerely,
ing

BY:
Timothy N. K. p, CPPB
State Purchasing Officer.
DML:FMS:MMR:1NK:jw

1201 N. Third Street. Suite 2-160. Post Office Box'94095 ,. :Baton Rouge, Louisiana 70804-9095 • (225) 342-8010 • Fax (225) 342-868~
An Equal Oppol'tmJity Employe.r

STATE_PURCHASING

Fa)( 2253428688

Jul 11 2008 08;46am P002/005

~.

STATEWIDE COMPETITIVE CONTRACT
.AW' A~D
.

NUMBER . '
BUYER
BUYER PHONE
T-NUN,ER .
JlAtt ISSUED

rl

STATE OF LOUiSIANA'
.
DIVISION OF ADMINISTRATION
OFFICE
OF STATE PURCHASING
________________
__________L-________

~--

~

,

.

404V04

nMOTHY NKEMP, CPPB

~34~1

.1816

OflUwa

~~:~g: ~~:=~R

~

r:~~l~ooo

IlEq A6ENCY
107001
OfAcEOFSTATEPURCHAmNG
AgENCY REQ KO.
ISIS REQ KO.

:.
1201458

FISCAL VIAR
t
. EJOFICTIVE DATE I
EXPIRATION DA.TE:

GLOBAL ·TEL LINK 'CORP
2609 CAMERON 8T
UOBI~, Al36607 ,

02
02101/02
01131/11

PRISON PAY TELEPHONE SERVICE
H·91876-YT
1. THJS IS NOT AN ORDER TO SHIP OR BEGIN SERVlC!). A CONTRACT RELEASE OR PURCHASE ORDER MUST BE ISSUED BEFORE

YOU ARE AuntORIZ!D TO SHtP (OR BEGIN SERVICE).

"

.

.

2. THlalS NOnCE TlfAT THE CONTRAcT RI!FERENCED. ABOVE HAS BEEN AWARDED TO YOU BASED ON THE BID (OR PROPOSAL)
.

SUBMITTED. ALL TERMS, CONDITIONS, AND SPECIFICATIONS OF THE SOUCITATION WILL APPLY TO ALL ORDERS.

3. AHY AGENCY AUtHORIZED TO PURCHASE FROM THIS CONTRACT MUST ISSUE AN ORDER AND REFER~ TlfE CONTRACT
NUIIB~A, UNE! NUMBER AND co...aDllY ITEM NUIIIBER FOR EACH IT-EM.
.
.
.4. CHANGES IN ITEMs.TO .Be PORNI8HED ~"E NOr .PERMITTED (UNL.I!SS APPROVED BY THE OFFICI! OF STATE PURCHASlNc;;l PRIOR
TO DEUVERV). PRIOR APPROVAL.uU~ AlSO BE OBTAINED B!PORI! Dl8TRl8UTORS CAN BE ~I!D OR DELETED.
.'

.-"

.

S. IF A Dl8T~IBUTOR UST WAS SUBMITTED, cqNTRACTOR MUST SEND COPIES OF THIS AWARD TO EACH Dl8TRJ8UTOR.
.
.

.

6. QUANnTII!S US'n!D ARE ESTIMATED AND NO QUANTmI!S ARE GUARANTEED (UNLESS "COMMITTED VOLUME" IS SPECIFICALLY
STATED). CONTRACTOR MUST S~PPLY ACTUAL REQUI~ElENTS ORD!RED AT THE ~CT PRICe AWARDED.
, 7. COMPLIANCE wmI CIVIL RlClHTS LAWS.
THE CONTRACTOR AGREES TO ABIDE BY 'THE REQUIREMENTS OF THE FOLLOWING AS APPUCABLE; TiTLE VI AND TlTLE VII OF
lIE CIVIL RIGHTS ACT Of 1 _ A8 AMENDED BY 'THE EQUAL OPPORTUNITY ACT OF 1972, FI!DI!RA.L EXECUnVE ORDER 112....
THE peomw.. REHAlIUTATION ACT Of 1m, A8 AMENDED, THE VIETNAM ERA VETERAN'S READJUSTMENT A8SJS1'ANCE Ar::r OF
1874, MLE IX OF lHE EDUCATION AM!ND11E!NT8 OF 1172, THE AGE ACT OP 1875, AND C9NTRACTOR AGREE8 TO ABIDE BY

:~:='~=~~'=~v:i~N=~~U~~~:o~tg=~T~~~~~~~...w,AS

RESULT OF lHlS AGREEMENT, WITHOlIT REGARD TO RACE, COLOR, REUGlON, Sex; NATIONAL ORIGIN, VETERAN STATlIS,
POLmCAL AFFIUAnON. OR DlSABluna. ANY ACT Of: DlSCRIIINAnON COWIITTED BY CONTRACTOR OR FAILURE TO COMPLY
WITH THESE STATUTORY OBLIGATIONS WHEN APPUCABLE SHALL BE GROUNDS FOR TERilNAnON 011 THIS AGREEMENT AND A
CONTRACT ENTERED INTO All. A RESULT Of THIS
. AGREEMENT.

RECOMHENDIN6 APpROVALl

.

?ih~!Jn.

Ii~ ~3

APPROViP lV:
DENISE LEA~
DIRECTOIl OF PURCHASING

~:':':I'~~~~-=-·.r.:C~E=-R/'::S::":U:::Pi:-::R~VUOR .

~

Fax 2253428688

.

SPECIAL
, TERMS AND ¢ONOITIONS
NUt.lBER : 404904
T·NUUBEFt : g1876

Jul 17 2008 08;4681 P003{005

STATEWIDe COMPETITIVE CONTRACT
YeNOOA:

GLOBAL TEL LINK CORP

1 TERMS AND CONDITIONS. THIS SOLICITATIoN CONTAINS ALL TERMS AND
CONDITIONS WITH RESPECT TO THE COMMODITIES HEREIN. ANY VENDOR
CONTRACTS, FORMS, TERMS OR OTHER MATERIALS SUBMITTED WITH BID MAY
CAUSE 'BID TO BE R~JECTED.
2

VENDOR'S FORMS. THE PURCHASE/RELEASE ORDER IS THE ONLY .INDING
DOCUMENT TO BE ISSUED AGAINST THIS CONTRACT. SIGNING OF ' VENDOR'S
FORMS IS .NOT ALLOWED •

. 3

PRICE REDUCTIONS. WHENEVER THERE IS A REDUCTION IN PRICE, WHIcH IS
LOWER THAN THE CONTRACT PRICE, OFFERED TO SIMILARLY SITUATED CUSTOMERS
CONTRACTING FOR THE SAME PERIOD AND UNDER THE SAME TERMS AND
CONDITIONS, SAID REDUCTION MUST BE PRESENTED DIRECTLY TO THE DIRECTOR
OF STATE PURCHASING. No PRICE REDUCTION ON A STATEWIDE CONTRACT HAY
IE OFFERED TO AN AGENCY UNLESS THAT REDUCTION IS OFFERED TO ALL
AGENCIES,
.

4

DELIVERIES, CONTRACTORS WILL MAINTAIN AN ADEQUATE SUPPLY OF ALL ITEMS
IN ORDER TO MEET SPECIFIED DELIVERY.

5· PAYMENT, PAYMENT WILL BE' HADE ON THE BASIS ' OF UNI.T PRICE AS LISTED
IN THIS CONTRACT~ SUCH PRICE AND PAYMENT WILL CONSTITUTE FULL
COMPENSATION OF FURNISHING AND DELIVERING TKE CONTRACT ,COMMODITIES.
IN NO CASE WILL THE STATE AGENCY REFUSE TO MAKE PARTIAL PAYMENTS ,TO
THE CONTRACTOR ALTHOUGH ALL 'ITEMS HAVE NOT BEEN DELIVERED. THIS
PAYMENT IN NO WAY RELIEVES THE CONTRACTOR' OF HIS RESPONSIBILITY TO
EFFECT SHIPMENT OF THE BALANCE OF THE ORDER. PAYMENT WILL .E TO
VENDOR AND ADD,RESS AS SHOWN ON ORDER.
,

VENDOR LIST. THE BIDDER WHo SIGNS THE BID WILL BE DESIGNATED AS PRIME
CONTRACTOR ON ANY ,CONTRAct RESULTING FROM THI'S SOLICI'TAT,ION. IF .'
ADDITIONAL DIST,RnU.TOR VENDORS ARE AUTHORIZED TO RECEIVE ORDERS FOR '
ItEMS CONTAINED IN SAID CONTRACT. THE BIDDER MUST SUBMIT WITH THE 'BID,
A LIST OF ' THOSE ADDITIONAL AUTHORIZED , DISTRIBUTORS INCLUDING THE
COMPLETE BUSINE'SS ADDRESS, THE PRIME CONTRACTOR WILL IE ' RESPONSIBLE
FOR THE ACTIONS OF ANy ' DIST,RIIUTOR VENDORS 'LISTED.

7 VENDOR SECURITY CLE;\RANCE PROCESS: ANY VENDOR OR VENDOR PERSONNEL
VISITING OR' WORKI~G IN AN INSTITUTION, IS REQUIRED TO RECEIVE SECURITY
C~EARANCE 'PRIOR TO ENTERING THE INSTITUTION GROUNDS. VENDOR MUST
FURNiSH THE FULL KAME, DRIVER'S LICENS~ NUMBER, SOCIAL SECURITY
NUM.ER, DATE OF BIRTH, RACE AND SEX OF EACH EMPLOYEE WHO WILL BE
ENTERING THE COMPOUND. THIS INFORMATION MUST ALSO BE FURNISHED IN
WRITING TO THE ADHINISTRATIVE DIRECTOR PRIOR TO COMMENCING WORK ON THE
AWARDED PROJECT. A CRIMINAL HISTORY CHECK WILL BE CONDUCTED ON EACH

EMPLOYE'E, AND UPON ARRIVAL, ID CARDS WILL IE ISSOED TO EACH EMPLOY,EE.
NO VENDOR PERS,ONNEL WILl. BE ALLOWED TO ,WORK ON THE INSTITUTION GROUNDS
UNTIL THE ABOVE CLEARANCE APPROVAL PROCESS IS COMPLETED. THE
SUCCESSFUL VENDOR IS ALSO RE'QUIRED TO PROVIDE A WRITTEN INVENTORY
OF TOOLS, VEHICLES AND/OR TRAILERS PRIOR TO ENTERING THE INSTITUTION
GROUNDS.

8

NON-EXCLUSIVITY
THIS AGREEMENT IS NON-EXCLUSIVE AND SHALL NOT IN ANY WAY PRECLUDE
STATE AGENCIES FROM ENTERING INTO SIMILAR AGREEMENTS AND/OR ..
ARRANGEMENTS WITH OTHER VENDORS OR FROM ACQUIRING SIMILAR, EQUAL,
OR LIKE GOODS AND/OR SERVICES FROM OTHER ENTITIES OR SOURCES.
CoNTRACT USAGE REPORT

P.AOE '

2

Fax 2253428688

Jul 11 2008 08;4181 P004/005
{

,SPEClA.L TERMS AND CONDITIONS
NuMBER.

T·NWBER

: 404904

: 91876

STATEWIDE COMPETITIVE CONTRACT
VENDOR:

GLOBAL TEL LINK CORP

SUCCESSF,UL VENDOR SHOUlD KEEP A COPV OF ALL ORDERS ISSUED AGAINST
THIS CONTRACT DURING THE CONTRACt PERIOD. APPROXIHATELY FOUR (4)
MONTHS PRIOR ·To· THE END OF THE CONTRACT PERIOD VENDOR IS TO BE
PREPARED TO SUBMIT TO THE OFFICE OF STA'TE PURCHASING A CONTRACT
USAGE REPORT WITH COPIES O~ ALL ~RDERS.
'
TWE USAGE REPORT IS TO INCLUDE/ THE VENDORS NAME, PHONE AND FAX
NUMBERS, THE PERSONS NAME WHO COMPLIED THE REPORT, A SU~MARY
BY LINE · ITEM WITH QUANTITY PURCHASED AND TOTAL VALUE OF EACH LINE
ITEM. ADDITIONALLY THE REPORT IS TO SUMMARIZE THE ToTAL DOLLAR
VOLUME Of THE ENTIRE CONTRACT. ' VENDoR MAY SUIMIT COMPUTER
GENERATED REPORTS AND CAN ITEMIZE BY ORDER NUMBER, BV LINE ITEM,
BUT THE LINE ITEM TOTALS. CONTRACT TOTALS AND COPIES OF ORDERS ARE
REQUIRED.
CONTRACT PERFORMANCE EVALUATION
IN AN EFFORT TO IMPROVE ,OUR CONTRACTS TO MEET THE NEEDS OF THE
AGENCIES WE S~RVE, THE CONTRACTOR'S PERFORMANCE WILL Ie MONITORED.
CONTRACTORS WILL BE.. EVAL,UATED ON THE CRITERIA · LISTED IN ELEMENTS 3
THROUGH 25 OF THE CONTRACT PERFORMANCE EVALUATION FORM ATTACHED
TO THIS SOLICITATION. AGENCIES THAT USE THIS CONTRACT wtLL ·BE
RANDOMLY 'POLLED TO COMPLETE THE ' EVALUATION FORM. THEIR RESPON~ES
wtLL BE CONSIDERED IN DETERMINING OUR OPTIONS FOR CONTRACT RENEWAL
OR REVISIONS AND RE-IIDDING. AGENCY REPORTS OF DEFICIENT PERFORMANCE
WILL BE APPROPRIATELY ADDRESSED DURING THE CONTRACT PE~IOD.

PA~

3

Fax

Jul 11 2008 08:41al PODS/ODS

~2S3428S88

·'
P.RICe., SHEET
NUMBER
T.NUMBIR

:
:

STATEWIDE COMPenTiVE CONTRACT

404904
91876

VE/ilIlOft:

GI.OBAl TEL LINK CORP

UN£

QUAMTlT'f

NO.

FROr.pTO

UHlTPRIc;

UNIT

UNLESS SPECIFIED OTH!AWlSE BELOW;

IYr~OE DEUVERY
00001

,

COIlllODlTV CODE: "s-n-118245

.

.' .

8T~BD
SERYI
ADO
~

P

CONTRACTOR SHALL

:TE AYTELEPHONE
fIOLFOR 1.
OF THE

•

AND CORRECllONS

COl:r4'1 THE STATE

&¥B·~ifZt~Wf1M
(j;~
14,'2001.

~ViWIPIN ~LECAMERA
~tu:I\~1(Ii~~9tE
"",I--Sf,,"'"

~1:

UST OF CHANGES FOR CONTRACT STARTUP:

It.,~.r~~''IJeMiT_L.,
0&'mIi OFFER GReA~RPROiET1ON Flrdu
'~..~J»temm'E COYER OVER THE PINHOLI!
~..... FOR GREATER

PROTEcnOHFROM

EACH

NlA

,

'.

'.

(

State of Louisiana
DIViSION OF ADMINISTRATION
c.-o""t. _.,

r-"

OFFICE OF STATE PURCHAS~~:!'::. :.: ~.:-:-

-:-ELF.:'~·' ~ " - .:' ~''':'':'
ATHL2EN BABINEAUX BLANCO
GOVERNOR

"

-

":
r:;"
.........

JERRY LUKE LEBLANC
COMMISSIONER OF ADMINISTRATION

May 22,2007

Ms. Teresa Ridgeway
Global Tel*Link Corporation
2609 Cameron Street
Mobile, AL 36607
Dear Ms. Ridgeway:

Re:

Assignment of Contract
Contract Number: 404904; T-Number: 91876 (Y)

Attached is an appro'ved Assignment of Contract from MCl Communications Services, Inc.,
Assignor, to Global Tel*Link Corporation, Assignee on the above referenced contract.
lfthis office can be of further assistance, please call Shelita Woods at (225) 342-6525.

;Q:~t

Denise Lea
Director of State Purchasing
DMVsw
Attachment

cvrk Kemp, Office of State Purchasing

1201 North 3'd Street Baton Rouge, LA 70802
POST OFFICE BOX 94095
BATON ROUGE, LA 70804-9095
(225) 342-8010
Fax (225) 342-8688
AN EQUAL OPPORTUNITY EMPLOYER

R • ."clod P,I""

P.ARISH/COUNTY OF
STATE OF
ASSIGNMENT OF CONTRACT

BY:

Mel Communications Services. Inc.

, Assignor

TO: Global Tel*Link Corporation
ME~Notary,

un~ersigned

witnesses, personally came and appeared:
duly
authorized to act on behalf of Assignor, who declared that, for good and valuable consideration,
receipt of which Is acknowledged, Assignor assigns, transfers
and delivers all rights, title
and interest Assignor may have under the following described contract:

BEFORE

and the

,Assignee

'1/''14 /,'

~

7,

(""'az.ezO

Purchase Order or Contract No: All open orders in electronic purchasing system (AGPS)
at the time of assignment approval. Attachment shows those orders open at this time.

RE:

Contract Number: 404904; I-Number 91876 (Y)

TO: __________________~~--~----~--~~~~----------------(Assignee Company Name & Address)

its successors or assigns, and further personally came and appeared:
----.,---o---~__:----__:_--___:_' who declared to be duly authorized to act on

behalf of assignee, thereby accepting each and every condition and obligation of the above
described contract and agreeing to timely and fully perform all the requirements of the contract
and agreeing to be bound thereby unto the State of Louisiana.
Assignor acknowledges that acceptance of this assignment by the State of Louisiana does
not release Assignor of its obligation under the above described contract, and if Assignee
should default in any manner, the State of Louisiana may pursue all available remedies against
assignor or assignee, or both, at its option.
Assignor and Assignee further acknowledge that this assignment does not become effective
and binding on the State of Louisiana until such time as it is approved and accepted by the
Assistant Commissioner of Administration as evidenced by his signature below.

JoAnne
No.,
State
My ComrntSliOn Expires
ArdisSOOP.

~

cf New Jersey

July 13, 2011

The foregOing ASSignment of Cont~t is approved and accepted on behalf of the State of
Louisiana, in Baton Rouge, this th~ day of AM
,2007.

\

ONER OF ADMINISTRATION

o

LouisiaJ.

.".H:

APPENOIX 4-E (Rev. 5/99)
AMENDMENT TO THE AGREEMENT BElWEEN
LOUISIANA DEPARTMENT OF PUBLIC SAFETY & CORRECTIONS
AND
MCI World Com Communications, Inc. (now named MCI Communications Services, Inc)

CONTRACT # 579851 . Amendment' 1
This amendment Is made and entered Into and between the Slate of LouiSiana, Department of Public Safety and
Corredlons, represented by RIchard L. Stalder, hereinafter referred to as "Departmenr and
MGI Commynjcatlons SeMoes, Inc. ld/b/a Verizon Business Servloe§), hereinafter referred to as "Contractor".
Mailing Address: 7990 I H 10 Wnt
San Antonio, TX 78230

Fed.!!!!,Tax

Effective Data of Original Contract:
February 1, 2002

Ending Date:

or Social Security ill:
January 31, 2009

In consideration of the mutual promises contained herein, the parties hereto agree to the follOWing amendments and
Intending to be mutually bound, the parties hereby agree as foUows:

1.

The Contrador agrees that aU terms and conditions specified in the original contrad shall remain In effed,
unless specificaHy modified by this amendment.

2.

The following section(s) of this contract are arnended,effediw Februarv 1. 2007

to read as follows:

Page 1: #1 end #2 In the original contract: Mailing Address and City, State. Zip Code to be changed to
relld:
7990 I H 10 West
San Antonio, rx 78230
Page 2: #7: Ending Date to be changed to read: January 31, 2009
Pllge 2: Paragraph 1, to be changed to read: "The Department has the option of renewing for one (1)
additional twenty-four (24) month period. The total contrllct period shall not exceed one hundred
eight (108) months with the concurrence of the Contractor."
.

3.

This amendment is subjed to and conditioned upon the availability and appropriation of Federal andlor
State funds; and no liability orobligalion for payment wm develop between the parties until this Amendment
has been signed by duly authorized representatives of both parties and approved by the Division of
Administration as required.

IN WITNESS WHEREOF, this amendment is signed and entered into on the day below Indicated:
WITNESSES:

/Ii ciPlffie~
VERIZON BUSINESS FINANCIAL
on behalf of MCI

VIce President

CORP.
INC.

JlUle OJ LOUISIana

DIVISION OF ADMINISTRATIO ~

(

OFFICE OF STATE PURCHASING
KATHLEEN BABINEAUX BLANCO

JERRY LUKE LEBLANC

GOVERNOR

COMMISSIONER OF ADMINISTRATIO

June 22, 2006
RENEWAL NOTIFICATION
Mr. Keith R. Eisman
Sr. Manager Government Markets
MCI / Verizon
20855 Stone Oak Parkway
San Antonio, TX 78258
RE:

Contract Number: 404904, File # H - 91876-YT
Prison Pay Phone Service

Dear Mr. Eisman:
This is official notification that the Division of Administration, Pu'rchasing Section, has
accepted the option to renew the contract referenced above in accordance with the
provisions of our original bid proposal. The contract shall be effective for an additional
twenty-four (24) months from February 1, 2007 through January 31, 2009, or until
such time as State Purchasing informs you by thirty (30) days written notice that this
contract will be cancelled.
Enclosed is a copy of the renewed contract. If you ha~e designated certain vendors as
authorized distributors for this contract, it will be your responsibility, as prime contractor,
to send copies to each distributor.
If you have any questions regarding this project, please contact Tim Kemp at (225) 3428021 or e-mail attkemp@doa.state.la.us.
Sincerely,
Denise Lea
Director of State Purchasing

BY:

DML:TNK:tnk
c:

Wanda. Lee, OTM
1201 N. Third Street
Suite 2-160
POST OFFICE BOX 94095
BATON ROUGE, LA 70804-9095
(225) 342-8010
Fax (225) 342-8688
AN EQUAL OPPORTUNITY EMPLOYER

Recy.u.d Paper

STATEWIDE COMPETITIVE (
AW:A.RD

NUHBER
BUYER
BUYER PHONE
T-NUHBER
DATE ISSUED
VENDOR NUHBER
VENDOR PHONE
REQ AGENCY

TRACT

STATE OF LOUISIANA
DIVISION OF ADMINISTRATION
OFFICE OF STATE PURCHASING

404904

TIMOTHY N KEMP, CPPB
(225)342-8021
91816
0~2~06

470751768 00
(636)793-3459-0000
107001

OFFICE OF STATE PURCHASING
AGENCY REQ NO.
ISIS REQ NO .
FISCAL YEAR
EFFECTIVE DATE
EXPIRATION DATE:

MCI WORLDCOM COMMUNICATION INC
BLDGC 2
5000 TECHNOLOGY DR
WELDON SPRINGS, MO 63304

1208456
02
0~01/02

01/31/09

PRISON PAY TELEPHONE SERVICE

H·91876·YT
1. THIS IS NOT AN ORDER TO SHIP OR BEGIN SERVICE). A CONTRACT RELEASE OR PURCHASE ORDER MUST BE ISSUED BEFORE
YOU ARE AUTHORIZED TO SHIP (OR BEGIN SERVICE).
2. THIS IS NOTICE THAT THE CONTRACT REFERENCED ABOVE HAS BEEN AWARDED TO YOU BASED ON THE BID (OR PROPOSAL)
SUBMITTED. ALL TERMS, CONDITIONS, AND SPECIFICATIONS OF THE SOLICITATION WILL APPLY TO ALL ORDERS.
3. ANY AGENCY AUTHORIZED TO PURCHASE FROM THIS CONTRACT MUST ISSUE AN ORDER 'AND REFERENCE THE CONTRACT
NUMBER, LINE NUMBER AND COMMODITY ITEM NUMBER FOR EACH ITEM.
4. CHANGES IN ITEMS TO BE FURNISHED ARE NOT PERMITTED (UNLESS APPROVED BY THE OFFICE OF STATE PURCHASING PRIOR
TO DELIVERy). PRIOR APPROVAL MUST ALSO BE OBTAINED BEFORE DISTRIBUTORS CAN BE ADDED OR DELETED.
5. IF A DISTRIBUTOR LIST WAS SUBMITTED, CONTRACTOR MUST SEND COPIES OF THIS AWARD TO EACH DISTRIBUTOR.
6. QUANTITIES LISTED ARE ESTIMATED AND NO QUANTITIES ARE GUARANTEED (UNLESS "COMMITTED VOLUME" IS SPECIFICALLY
STATED). CONTRACTOR MUST SUPPLY ACTUAL REQUIREMENTS ORDERED AT THE CONTRACT PRICE AWARDED.
7. COMPLIANCE WITH CIVIL RIGHTS LAWS.
THE CONTRACTOR AGREES TO ABIDE BY THE REQUIREMENTS OF THE FOLLOWING AS APPLICABLE: TITLE VI AND mLE VII OF
THE CIVIL RIGHTS ACT OF 1964, AS AMENDED BY THE EQUAL OPPORTUNITY ACT OF 1972, FEDERAL EXECUTIVE ORDER 11246,
THE FEDERAL REHABILITATION ACT OF 1973, AS AMENDED, THE VIETNAM ERA VETERAN'S READJUSTMENT ASSISTANCE ACT OF
1974, TITLE IX OF THE EDUCATION AMENDMENTS OF 1972, THE AGE ACT OF 1975, AND CONTRACTOR AGREES TO ABIDE BY
THE REQUIREMENTS OF THE AMERICANS WITH DISIBILITIES ACT OF 1990. CONTRACTOR AGGREES TO NOT TO DISCRIMINATE
IN ITS EMPLOYMENT PRACTICES, AND WILL RENDER SERVICES UNDER THIS AGREEMENT AND ANY CONTRACT ENTERED INTO AS
RESULT OF THIS AGREEMENT, WITHOUT REGARD TO RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN, VETERAN STATUS,
POLITICAL AFFILIATION, OR DISABILITIES. ANY ACT OF DISCRIMINATION COMMITTED BY CONTRACTOR OR FAILURE TO COMPLY
WITH THESE STATUTORY OBLIGATIONS WHEN APPLICABLE SHALL BE GROUNDS FOR TERMINATION OF THIS AGREEMENT AND AN
CONTRACT ENTERED INTO AS A RESULT OF THIS AGREEMENT.

RECOMHENDING APPROVAL:

APPROVED B . ( \ t

=~-:."!I!~~~~OF~F:-:"I':!':CE:':R~/':!':SU~P:Z::E~RV~ISOR

'

/

ill. ~~\.tb

~
DIRECTOR OF PURCHASING

SPEtl~L TERMS

NUMBER
T-NUMBER

:

AND CONDITIONS
t

404904

STATEWIDE COMPETITI{ ,ONTRACT
VENDOR:

MCI WORLDCOM COMMUNICATION INC

: 91876

1

TERMS AND CONDITIONS. THIS SOLICITATION CONTAINS ALL TERMS AND
CONDITIONS WITH RESPECT TO THE COMMODITIES HEREIN. ANY VENDOR
CONTRACTS, FORMS, TERMS OR OTHER MATERIALS SUBMITTED WITH BID MAY
CAUSE BID TO BE REJECTED.

2

VENDOR'S FORMS. THE PURCHASE/RELEASE ORDER IS THE ONLY BINDING
DOCUMENT TO BE ISSUED AGAINST THIS CONTRACT. SIGNING OF VENDOR'S
FORMS IS NOT ALLOWED.

3

PRICE REDUCTIONS. WHENEVER THERE IS A REDUCTION IN PRICE, WHICH IS
LOWER THAN THE CONTRACT PRICE, OFFERED TO SIMILARLY SITUATED CUSTOMERS
CONTRACTING FOR THE SAME PERIOD AND UNDER THE SAME TERMS AND
CONDITIONS, SAID REDUCTION MUST BE PRESENTED DIRECTLY TO THE DIRECTOR
OF STATE PURCHASING. NO PRICE REDUCTION ON A STATEWIDE CONTRACT MAY
BE OFFERED TO AN AGENCY UNLESS THAT REDUCTION IS OFFERED TO ALL
AGENCIES.

4

DELIVERIES. CONTRACTORS WILL MAINTAIN AN ADEQUATE SUPPLY OF ALL ITEMS
IN ORDER TO MEET SPECIFIED DELIVERY.

5

PAYMENT. PAYMENT WILL BE MADE ON THE BASIS OF UNIT PRICE AS LISTED
IN THIS CONTRACT; SUCH PRICE AND PAYMENT WILL CONSTITUTE FULL
COMPENSATION OF FURNISHING AND DELIVERING THE CONTRACT COMMODITIES.
IN NO CASE WILL THE STATE AGENCY REFUSE TO MAKE PARTIAL PAYMENTS TO
THE CONTRACTOR ALTHOUGH ALL ITEMS HAVE NOT BEEN DELIVERED. THIS
PAYMENT IN NO WAY RELIEVES THE CONTRACTOR OF HIS RESPONSIBILITY TO
EFFECT SHIPMENT OF THE BALANCE OF THE ORDER . PAYMENT WILL BE TO
VENDOR AND ADD~ESS AS SHOWN ON ORDER.

6

VENDOR LIST. THE BIDDER WHO SIGNS THE BID WILL BE DESIGNATED AS PRIME
CONTRACTOR ON ANY CONTRACT RESULTING FROM THIS SOLICITATION. IF
ADDITIONAL DISTRIBUTOR VENDORS ARE AUTHORIZED TO RECEIVE ORDERS FOR
ITEMS CONTAINED IN SAID CONTRACT, THE BIDDER MUST SUBMIT WITH THE BID,
A LIST OF THOSE ADDITIONAL AUTHORIZED DISTRIBUTORS INCLUDING THE
COMPLETE BUSINESS ADDRESS. THE PRIME CONTRACTOR WILL BE RESPONSIBLE
FOR THE ACTIONS OF ANY DISTRIBUTOR VENDORS LISTED.

7

VENDOR SECURITY CLEARANCE PROCESS: SUCCESSFUL VENDOR MAY BE REQUIRED
TO RECEIVE SECURITY CLEARANCE FOR ALL VENDOR PERSONNEL WORKING ON THE
PRISON COMPOUND. SUCCESSFUL VENDOR MUST FURNISH THE FULL NAME,
DRIVER'S LICENSE NUMBER, SOCIAL SECURITY NUMBER, DATE OF BIRTH, RACE
AND SEX OF EACH EMPLOYEE WHO WILL BE WORKING IN THE COMPOUND. THIS
INFORMATION MUST BE FURNISHED IN WRITING TO THE ADMINISTRATIVE
DIRECTOR PRIOR TO COMMENCING WORK ON THE AWARDED PROJECT. A CRIMINAL
HISTORY CHECK WILL BE CONDUCTED ON EACH EMPLOYEE, AND UPON APPROVAL,
ID CARDS WILL BE ISSUED TO EACH EMPLOYEE. NO VENDOR PERSONNEL WILL BE
WILL BE ALLOWED TO WORK ON THE PRISON COMPOUND UNTIL THE ABOVE
CLEARANCE APPROVAL PROCESS IS COMPLETED.

8

NON-EXCLUSIVITY
THIS AGREEMENT IS NON-EXCLUSIVE AND SHALL NOT IN ANY WAY PRECLUDE
STATE AGENCIES FROM ENTERING INTO SIMILAR AGREEMENTS AND/OR
ARRANGEMENTS WITH OTHER VENDORS OR FROM ACQUIRING SIMILAR, EQUAL,
OR LIKE GOODS AND/OR SERVICES FROM OTHER ENTITIES OR SOURCES.
CONTRACT USAGE REPORT
SUCCESSFUL VENDOR SHOULD KEEP A COPY OF ALL ORDERS ISSUED AGAINST
THIS CONTRACT DURING THE CONTRACT PERIOD. APPROXIMATELY FOUR (4)
MONTHS PRIOR TO THE END OF THE CONTRACT PERIOD VENDOR IS TO BE

PAGE

2

SPECLAL TERMS AND CONDITIONS NUMBER
T-NUMBER

:

404904
; 91876

STATEWIDE COMPETIT '
VENDOR:

,)ONTRACT

MCI WORLDCOM COMMUNICATION INC

PREPARED TO SUBMIT TO THE OFFICE OF STATE PURCHASING A CONTRACT
USAGE REPORT WITH COPIES OF ALL ORDERS.
THE USAGE REPORT IS TO INCLUDE THE VENDORS NAME, PHONE AND FAX
NUMBERS, THE PERSONS NAME WHO COMPLIED THE REPORT, A SUMMARY
BY LINE ITEM WITH QUANTITY PURCHASED AND TOTAL VALUE OF EACH LINE
ITEM. ADDITIONALLY THE REPORT IS TO SUMMARIZE THE TOTAL DOLLAR
VOLUME OF THE ENTIRE CONTRACT. VENDOR MAY SUBMIT COMPUTER
GENERATED REPORTS AND CAN ITEMIZE BY ORDER NUMBER, BY LINE ITEM,
BUT THE LINE ITEM TOTALS, CONTRACT TOTALS AND COPIES OF ORDERS ARE
REQUIRED.
CONTRACT PERFORMANCE EVALUATION
IN AN EFFORT TO IMPROVE OUR CONTRACTS TO MEET THE NEEDS OF THE
AGENCIES WE SERVE, THE CONTRACTOR'S PERFORMANCE WILL BE MONITORED.
CONTRACTORS WILL BE EVALUATED ON THE CRITERIA LISTED IN ELEMENTS ~
THROUGH 25 OF THE CONTRACT PERFORMANCE EVALUATION FORM ATTACHED
TO THIS SOLICITATION. AGENCIES THAT USE THIS CONTRACT WILL BE
RANDOMLY POLLED TO COMPLETE THE EVALUATION FORM. THEIR RESPONSES
WILL BE CONSIDERED IN DETERMINING OUR OPTIONS FOR CONTRACT RENEWAL
OR REVISIONS AND RE-BIDDING. AGENCY REPORTS OF DEFICIENT PERFORMANCE
WILL BE APPROPRIATELY ADDRESSED DURING THE CONTRACT PERIOD.

PAGE

3

STATEWIDE COMPET

PRICE t?HEET •

NUMBER
T·NUMBER

: 404904

VENDOR:

• CONTRACT

MCI WORLDCOM COMMUNICATION INC

: 91876

4
COMMODITY/SERVICE DESCRIPTION

LINE
NO.

QUANTITY
FROMiTO

UNIT

UNIT PRICE

UNLESS SPECIFIED OTHERWISE BELOW:
SHIP TO:
STATEWIDE DELIVERY

00001

COMMODITY CODE: 915·77·118245
STATEWIDE PRISON INMATE PAY TELEPHONE
SERVICE AND INMATE CALL CONTROL FOR 16
ADULT AND JUVENILE INSTITUTIONS OF THE
LA DEPT OF PUBLIC SAFETY AND CORRECTIONS
CORRECTIONS SERVICES.
CONTRACTOR SHALL COMPENSATE THE STATE
FOR THE ABILITY TO PROVIDE THESE
SERVICES AND SYSTEMS IN ACCORDANCE WITH
T#91876YT SOL.#2149487bADD.#01 P02$
N0 CONTRACT R'S PRO 0 AL
O~ &
TED AY 14, 2001.

o

PAGE

04,l

RATE OF COMPENSATION:
OPTION 1 ~WITHUMBPRINT/PIN HOLE CAMERA
TELEPHO E OPTION)
PRISON PAY TELEPHONE RATE OF
COMPENSATION AT RATES IN RATE
SCHEDULE 1:
55%
LIST OF CHANGES FOR CONTRACT STARTUP:
1.A SHROUD OVER THE FINGERPRINT READER
TO ENSURE PROPER FINGERITHUMB ALIGNMENT
AND WOULD OFFER GREATER PROTECTION FROM
VANDALISM.
2.A PROTECTIVE COVER OVER THE PINHOLE
CAMERA LENS FOR GREATER PROTECTION FROM
VANDALISM.
3. A WIDER ANGLE PINHOLE CAMERA LENS TO
CAPTURE A WIDER PICTURE. AN INMATE
COULD MOVE TO THE LEFT OR RIGHT DEPEND·
ING ON THE LENGTH OF THE TELEPH 6 NE
LANYARD, AND NOT APPEAR IN THE PICTURE.
LIST OF ENHANCEMENTS DURING THE CONTRACT
PERIOD:
1. A SOFTWARE FEATURE TO SAVE THE REAL·
TIME OPEN MICROPHONE AUDIO TO A CD
EITHER AT THE DEDICATED WORKSTATION OR A
CORRECTIONS SERVICES COMPUTER.
2. A SOFTWARE FEATURE TO EXPORT THE
PHOTOS FROM THE PINHOLE CAMERA TO A CD,
EMAIL ATTACHMENT, ETC. FOR OTHER USES,
SUCH ASeUPDATING THE INMATE PHOTO IN
THE CAS FILE. THE PHOTO COULD BE USE·
FUL FOR ESCAPES.
3. A SOFTWARE FEATURE TO MANUALLY
ACTIVATE THE PINHOLE CAMERA WHEN THE
INMATE TELEPHONE IS NOT IN USEHSIMILAR
TO THE OPEN MIKE CAPABILITY. T E
ACTIVATION COULD BE USED TO CAPTURE
PHOTOS OF A DISTURBANCE THAT IS WITHIN
VIEW OF THE CAMERA.

1

EACH

N/A

DISCOUNT Off
CATALOG PRICE

Keith R. Eismann
Sr. Manager
Government Markets
20855 Stone Oak Parkway
San Antonio, Texas 78161

May 2, 2006
TimothyN. Kemp, CPPB
State Purchasing Officer
1201 North 3rd Street, Suite 2-160
Baton Rouge, LA 70804

RE,F: Contract Number: 404904, File #H - 91876-YT Prison Pay Phone Service
Dear Mr. Kemp:
In response to your attached April 18, 2006 letter regarding software enhancements
required prior to the completion of the initial sixty (60) months of the above reference
contract, Verizon (fonnally Mel) confinns that each of the software enhancements has
been completed and is currently operational within thc installed LazerPhonc lrunate
Telephone System. In addition to the completion of the enhancements, Verizon has
provided user training on each enhancement either in a group or individual training
session.
Provided below and in the following page are specifics regarding the operation of each
enhancement.
1, A SOFTWARE FEATURE TO SAVE THE REAL-TIME OPEN
MICROPHONE AUDIO TO A CO, EITHER AT THE DEDICATED
WORKSTATION OR A CORRECTIONS SERVICES COMPUTER.

The ability to record the open microphone audio to a CD or Cassette Tape does exist
today and may be perfonned at any of the MCl provided workstations. The record:ing of
any sound playback through the workstation audio system has standard record
capabilities by using the Windows media recorder or the Verizon provided Cassetre
Player/ Recorder. The data can then be transferred to CD media if desired.

(

2. A SOF1WARE FEATURE TO EXPORT THE PHOTOS FROM THE
PINHOLE CAMERA TO A CD, EMA1L ATIACHMENT, ETC. FOR
OTHER USES, SUCH AS, UPDATING THE INMATE PHOTO IN THE
CASE FILE. THE PHOTO COULD BE USEFUL FOR ESCAPES.

The ability to export photos from the pinhole camera docs exist today by using a screen
capture utility and capturing the desired photoes) while the image is displayed on the
workstation during playback 'mode. The capture of such images may be copied, printed,
email ed, etc ..
3. A SOFTWARE FEATURE TO MANUALLY ACTIVATE THE PINHOLE
CAMERA WHEN THE INMATE TELEPHONE IS NOT IN USE,
SIMILAR TO THE OPEN MIKE CAPABILITY. THE ACTIVATION
COULD BE USED TO CAPTURE PHOTOS OF A DISTURBANCE
THAT IS WITHIN VIEW OF THE CAMERA.

The capability to capture images from the Pinhole Camera that is built within the digital
telephones does exist today, with access available from the LazerPhone Server. Any
investigator that requires access to this utility is provided with a user login at the
LazerPhone server and access to each phone room where the LazerPhone server is
located.
If you have any questions regarding the above infonnatioll, please give me a call at 210484-3177.

~--------.----" ..

K~it

Sr. Manager, Verizon Government Markets

c: Debbie Kabel, OTM Procurement

.

"',

-

State ofLouisiana

•

ulVISION OF ADMINISTRATION

OFFICE OF STATE PURCHASING
JERRY LUKE LEBLANC

KATHLEEN BABINEAUX BLANCO

COMMISSIONER OF ADMINISTRATION

GOVERNOR

April 18, 2006
FAX: 210-484-5208
Mr. Keith R. Eisman
Sr. Manager Government Markets
MCII Verizon
20855 Stone Oak Parkway
San Antonio, TX 78258
RE:

Contract Number: 404904, File # H - 91876-YT
Prison Pay Phone Service

Dear Mr. Eisman:
At the time of award, three enhancements were specified as items that were to be installed
during the initial 60-month contract period. These are:

1. A SOFTWARE FEATURE TO SAVE THE REAL-TIME OPEN
MICROPHONE AUDIO TO A CO, EITHER AT THE DEDICATED
WORKSTATION OR A CORRECTIONS SERVICES COMPUTER.
2. A SOFTWARE FEATURE TO EXPORT THE PHOTOS FROM THE PINHOLE
CAMERA TO A CD, EMAIL ATIACHMENT , ETC. FOR OTHER USES, SUCH
AS , UPDATING THE INMATE PHOTO IN THE CASE FILE. THE PHOTO
COULD BE USEFUL FOR ESCAPES.
3. A SOFTWARE FEATURE TO MANUALLY ACTIVATE THE PINHOLE
CAMERA WHEN THE INMATE TELEPHONE IS NOT IN USE, SIMILAR TO
THE OPEN MIKE CAPABILITY. THE ACTIVATION COULD BE USED TO
CAPTURE PHOTOS OF A DISTURBANCE THAT IS WITHIN VIEW OF THE
CAMERA.
Please advise by May 4, 2006 if these enhancements are complete.
If there are any questions concerning this renewal, please call me at (225) 342-8021.
Sincerely,
Timothy N. Kemp, CPPB
State Purchasing Officer

DML:TNK:tnk

c: Debbie Kabel, OTM Procurement
1201 NORTH 3"D STREET
POST OFFICE BOX 94095

CLAIBORNE BUILDING
SUITE 2-16Q
BATON ROUGE, LA 70804-9095

(225)342·8010
Fax (225) 342·8688
AN eQUAl OPPORTUNITY EMPLOYER

.

, ,

State 0/Louisiana
DIVISION OF ADMINISTRATION
OFFICE OF STATE PURCHASING
JERRY LUKE LEBLANC

KATHLEEN BAI!IINEAUX BLANCO

COMMISSIONER OF ADMINISTRATION

GOVERJIIOR

April 18, 2006

RENEWAL INQUIRY
FAX: 210-484-5208
Mr. Keith R. Eisman
Sr. Manager Government Markets
Mel! Verizon
20855 Stone Oak Parkway
San Antonio. TX 78258

RE:

Contract Number: 404904, File # H - 91876-YT
Prison Pay Phone Service

Dear Mr. Eisman:
The Division of Administration, Office of State Purchasing is considering the renewal of the above
referenced purchase or~er with the same terms. conditions and prices for an additional twenty-four (24)
month period beginning February 1, 2007 through January 31 t 2009. This renewal will be in
accordance with the provisions of the original bid proposal.
Would you please signify your willingness to renew this contract by signing the acceptance on this page
and retuming to the State of Louisiana, Division of Administration. Office of State Purchasing. P. O. Box
94095, Baton Rouge, LA 70804-9095.:!:"! :'~ ~:;;: ~ Rei F8••i·"~
afefeFFleFitleFlee ~ate, tlge sj!ltieFl'....iII Be aeE!ffleEl;'8iEtattl'lee"'l'ipatiel'l~.

"\' ...

If there are any questions concerning this renewal, please contact Tim Kemp, State Purchasing Officer, at
(225) 342-8021.
'
Sincerely,
Denise Lea
Director of State Purchasing

BY:

I hereby accept the conditions for renewal of the order referenced above.

"
I hereby'reJect the order renewal option referenced above.
DML:TNK:tnk

c: Debbie Kabel. OTM Procurement
\

1201 NORTH 3RD STREET
POST OFFICE BOX $14095

CLAIBORNE BUILDING
SUITE 2-160
BATON ROUGE, LA 70804-9095
(~;Z5) 34;Z~010
Fax (2;25) 34;2-8888
AN EQUAL OPPORTUNITY EMPLOYER

.. . .

'

Tim· Kemp
Full Name:
Last Name:
First Name:
Job Title:
Company:

Keith R. Eisman
Eisman
Keith
Sr. Manager, Verizon Business
Verizon Business, Government Markets

Business Address:

MCINerizon Government Markets
20855 Stone Oak Parkway
San Antonio, Texas 78258

Business:
Business Fax:

(210) 484-3177
(210) 484-5208

E-mail:
E-mail Display As: .

keith.r.eismann@verizonbusiness.com
Keith R. Eisman (keith.r.eismann@verizonbusiness.com)

Mel/Verizon
Keith R. Eismann
20855 Stone Oak Parkway
San Antonio, Texas 78258
210-484-3177
Fax 210-484-5208

Thanks,
Keith R. Eismann
Sr. Manager, Verizon Business
Government Markets

Keith R. Eismann [keith.r.eismann@verizonbusiness.com]

1

d~~ARTMENT OF

(

PUBLIC SAFETY AND CORRECTIONS
II. J. "UK,E" FOSTER, JR., GOVERNOR

RICHARD L STALDER, SECRETARY

MEMORANDUM

TO:

Patsy Austin

FROM:

Terry Clair

DATE:

October 24, 2003

RE:

Prison Pay Telephone Service
CONTRACT NUMBER: 404904, Subordinate Contract: 579851
FILE NUMBER:
H-91876-YT
OTM # 0103066

2-C-

Attached is a copy of the contract amendment and supporting documentation that
provides for the addition of the State Police Inmate Barracks to our prison pay phone
service contract with MCI.
Please add to your inmate telephone file.

P.O. Box 94304 • Capitol Station • Baton Rouge, Louisiana 70804--9304
(225) 342-6591

AN EQUAL OPPORTUNITY EMPLOYER

vv

I

. ,,, ...

VU ' l '

lUI

V I I I ' I\.VVU,\L.. I I , - " ,

rnA flV.

~U'i

.J'iC

t"O'-l

1". UIIUO

(
STATEWIDECOMPEnnVEC;O:N~T~R~A~C:T~~~~~~~~~N-UM-B-E-R~~~~'-4-0-49-0-4~~~A-ME-N-D-ME-N-T~-0-1~AMENDMENT

BBUUYYEE! PHDUE
"
"
T-NUHBER
DATE ISSUED
VENDOR NUHBER
VENDOR PHONE
R£Q AGENCY

.

,)STATE OF LOUISIANA
DIVISION OF ADMINISTRATION
OFFICE OF STATE PURCHASING

:
:
:
:
:

TIM KEMP
(225) 3':;2 - 8021
91876

10/20/03

470751768 - 00
: (636) 793-3459-0000
: 107001
OFFICE OF STATE PURCHASING

AGENCY REO NO.

ISIS REQ NO .
: 1208456
FISCAL YEAR
: 02
EFFECTIVE DATE : 02/01102
EXPIRATION DATE: 01/31/07

MCI WORLDCOM COMMUNICATION INC
BLDG C 2
5000 TECHNOLOGY DR
WELDON SPRINGS _. MO 63304

TYPE CHANGE
Post-it" Fax Note

fax"

PRISON

: ADD ITEM (,5)

7671

Fax II

5"

PAY TELEPHONE SERVICE

H·91876-J..YL--===:::::::::::::::-.~

OCTOBER 16, 2003
.
THIS IS OFFICIAL NOTIFICATION THAT THE . FOLLOWING CHANGES HAVE
BEEN MADE TO THE ABOVE REFERENCED CONTRACT.
TWELVE NEW PHONES ARE ADDED TO THE LOUISIANA STATE POLICE
BARRACKS AT 1400 W. IRENE RoAD IN ZACHARY, -LA.
THE STATE POLICE BARRACKS AT 1400 W. IRENE ROAD
IN ZACHARY, LA IS ADDED AS A NEW LOCATION.
SECTIONS 1.3 AND 3.2.1 OF THE ORIGINAL 'SOLICITATION ALLOW
FOR THE INSTALLATION OF ADDITIONAL PAY PHONES AT
CORRECTIONAL FACILITIES.
i

ALL OTHER PRICES, TERMS AND CONDITIONS REMAIN UNCHANGED ..

OCT 222003

~ECOMHENDrNG

APPROVAL :

APPROVED
::-=-:-=-='~~~~,-':O::-::F'-;:-F-:-:1C::-::E'-;:-R~Is::7u::7p~E.R;:-:-:-;Vr S 0 R

BY~bKD~. ( Yh.dlu.
DEN I S E LEA
DIRECTOR OF

PURCHASING

<

V, , I

r nA nu.

'&\VVU!\L.I JLll'

~U4

J4~

{~tlq

t'. UaUb

(

NUH»~R

STATEWIDE COMPETITIVE CONTRACT

'--

404904

BUYER
BUYER PHONE
T-NUMBER
DATE ISSUED
VENDOR NUMBER
VENDOR PHONE

~WARD

ATE OF LOUISIANA

DIVISION OF ADMfNISTRATION

REQ

OFFICE OF STATE PURCHASING

AG~NCY

TIM KEMP
(225)342.-8021
91876

10116103
470751768 DO
(636)793-3459-0000

107001

OFFlCE OF STATE PURCHASING
AGEIoICY RE g 1010.
ISIS REQ NO .
FISCAL YEAR
EFFECTIVE DATE
EXPIRATION DATE :

MCI WORLDCOM COMMUNICA T/ON INC

1208456
02
02/01102
01/31/07

BLDG C 2
5000 TECHNOLOGY DR
WELDON SPRINGS, MO 63304

PRISON PAY TELEPHONE SERVICE

H·91B76·YT
1. THIS IS NOT AN ORDER TO SHIP OR BEGIN SERVICE). A CONTRACT RELEASE OR PURCHASE ORDER MUST BE ISSUED BEFORE
YOU ARE AUTHORIZED TO SHIP (OR BEGIN -SERVICE).
THIS IS NOTICE THAT THE CONTRACT REFERENCED ABOVE HAS BEEN AWARDED TO yOU BASED ON THE BID (OR PROPOSAL)
SUBMITTED. ALL TERMS, CONDITIONS, AND SPECIFICATIONS OF THE SOLICITATION WILL APPLY TO ALL ORDERS.

'-_

--:f.

ANY AGENCY AUTHORIZED TO PURCHASE FROM THIS CONTRACT MUST ISSUE AN ORDER AND REFERENCE THE CONTRACT
NUMBER , LINE NUMBER AND COMMODITY ITEM NUMBER FOR EACH ITEM.

4. CHANGES IN ITEMS TO BE FURNISHED ARE NOT PERMITTED (UNLESS APPROVED BY THE OFFICE OF STATE PURCHASING PRIOR
TO OELNERY). PRIOR APPROVAL MUST ALSO BE OBTAINED BEFORE DISTRIBUTORS CAN BE ADDED OR DELETED.

5. IF A DISTRIBUTOR UST WAS SUBMITTED, CONTRACTOR MUST SEND COPIES OF THIS AWARD TO EACH DlSTRIBUTOR.
S. QUANTITIES LISTED ARE ESTIMATED AND NO QUANTITIES ARE GUARANTEED (UNLESS "COMMITTED VOLUME" IS SPECIFICALLY
STATED). CONTRACTOR MUST SUPPLY ACTUAL REQUIREMENTS ORDERED AT THE CONTRACT PRICE AWARDED.
7. COMPLIANCE WITH CIVIL RIGHTS LAWS.
THE CONTRACTOR AGREES TO ABIDE BY THE REQUIREMENTS OF 7HE FOLLOWING AS APP UCABLE: TITLE VI AND TITLE VII OF
THE CIVIL RIGHTS ACT OF 1964, AS AMENDED BY THE EaUAL OPPORTUNITY ACTOF 1972, FEDERAL EXECUTIVE ORDER 11246,
THE FEDERAL REHABILITATION ACT OF 1973, AS AMENDED, THE VIETNAM ERA VETERAN'S READJUSTMENT ASSISTANCE ACT OF
1974, TITLE IX OF THE EDUCAnON AMENDMENTS OF 1972, THE AGE ACT OF 1975, AND CONTRACTOR AGREES TO ABIDE BY
THE REQUIREMENTS OF THE AMERICANS WITH DISIBlunES ACT OF 1990. CONTRACTOR AGGREES TO NOTTO DISCRIMINATE
IN ITS EMPLOYMENT PRACTICES, AND WILL RENDER SERVICES UNDER THIS AGREEMENT AND ANY CONTRACT ENTERED INTO AS
RESULT OF THIS AGREEMENT, WITHOUT REGARD TO RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN, VETERAN STATUS,
POLITICAL AFFILIATION, OR DlSABIUnES. ANY ACT OF DISCRIMINATION COMMITTED BY CONTRACTOR OR FAILURE TO COMPLY
WITH THESE STATUTORY OBLIGATIONS WHEN APPLICABLE SHALL BE GROUNDS FOR TERMINATION OF THIS AGREEMENT AND AN
CONTRACT ENTERED INTO AS A RESULT OF THIS AGREEMENT.

~-- .
'I.:COMMENDING APPROVAL ;

. "

STAT£ PURCHASIN

APPROVED
o~~IC~R/SUP~RVlS0R

BY :~!~,'1L ;!.u.6
D£NIS~

LEA
DZR~CTOR
OF

PURC~ASIHO

-=

'IU'

I SPECIAL TEAMS AND CONDITIONS
~BER

'UMBER

-

: 406904
: 91876

ltV.

-.JU-'

..J'-t'-

,\JU"1

UJI UO

STATEWIDE COMPETITIVE CONTRACT

VENDOR.

Mel WORLDCOM COMMUNICATION INC

1

TERMS AND CONDITIONS. THIS SOLICITATION CONTAINS ALL TERMS AND
CONDITIONS WITH RESPECT TO THE COMMODITIES HEREIN. ANY VENDOR
CONTRACTS, FORMS, TERMS OR OTHER HATERIALS SUBMITTED WITH BID HAY
CAUSE BID TO BE REJECTED.

2

VENDOR'S FORMS . THE PURCHASE/RELEASE ORDER IS THE ONLY BINDING
DOCUMENT TO BE ISSUED AGAINST THIS CONTRACT. SIGNING OF VENDOR'S
FORMS IS NOT ALLOWED.

3

PRICE REDUCTIONS. WHENEVER THERE IS A REDUCTION IN PRICE. WHICH IS
LOWER THAN THE CONTRACT PRICE, OFFERED TO SIMILARLY SITUATED CUSTOMERS
CONTRACTING FOR THE SAME PERIOD AND UNDER THE SAME TERMS AND
CONDITIONS, SAID REDUCTION MUST BE PRESENTED DIRECTLY TO THE DIRECTOR
OF STATE PURCHASING. NO PRICE REDUCTION ON A STATEWIDE CONTRACT MAY
BE OFFERED TO AN AGENCY UNLESS· THAT REDUCTION IS OFFERED TO ALL
AGENCIES.

4

DELIVERIES . CONTRACTORS WILL MAINTAIN AN ADEQUATE SUPPLY OF ALL ITEMS
IN ORDER TO MEET SPECIFIED DELIVERY.

5

PAYMENT. PAYMENT WILL BE HADE ON THE BASIS OF UNIT PRICE AS LISTED
IN THIS CONTRACT; SUCH PRICE AND PAYMENT WILL CONSTITUTE FULL
COMPENSATION OF FURNISHING AND DELIVERING THE CONTRACT COMHODITIES.
IN NO CASE WILL THE STATE AGENCY REFUSE TO MAKE PARTIAL PAYMENTS TO
THE CONTRACTOR ALTHOUGH ALL ITEMS HAVE NOT BEEN DELIVERED. THIS
PAYMENT IN NO WAY RELIEVES THE CONTRACTOR OF HIS RESPONSIBILITY TO
EFFECT SHIPMENT OF THE BALANCE OF THE ORDER, PAYMENT WILL BE TO
VENDOR AND ADDRESS AS SHOWN ON ORDER.

6

VENDOR LIST. THE BIDDER WHO SIGNS THE BID WILL BE DESIGNATED AS PRIME
CONTRACTOR ON ANY CONTRACT RESULTING FROM THIS SOLICITATION. IF
ADDITIONAL DISTRIBUTOR VENDORS ARE AUTHORIZED TO RECEIVE ORDERS FOR
ITEMS CONTAINED IN SAID CONTRACT, THE BIDDER MUST SUBMIT WITH THE BID,
A LIST OF THOSE ADDITIONAL AUTHORIZED DISTRIBUTORS INC~UDING THE
COHPLETE BUSINESS ADDRESS. THE PRIME CONTRACTOR WILL BE RESPONSIBLE
FOR THE ACTIONS OF ANY DISTRIBUTOR VENDORS LISTED.

7

VENDOR SECURITY CLEARANCE PROCESS; SUCCESSFUL VENDOR MAY BE REQUIRED
TO RECEIVE SECURITY CLEARANCE FOR ALL VENDOR PERSONNEL WORKING ON THE
PRISON COMPOUND. SUCCESSFUL VENDOR MUST FURNISH THE FULL NAME,
DRIVER ' S LICENSE NUMBER, SOCIAL SECURITY NUMBER, DATE OF BIRTH, RACE
AND SEX OF EACH EMPLOYEE WHO WILL BE WORKING IN THE COMPOUND. THIS
INFORMATION MUST BE FURNISHED IN WRITING TO THE ADMINISTRATIVE
DIRECTOR PRIOR TO COMMENCING WORK ON THE AWARDED PROJECT. A CRIMINAL
HISTORY CHECK WILL BE tONDUCTED ON EACH EMPLOYEE, AND UPON APPROVAL,
ID CARDS WILL BE ISSUED TO EACH EMPLOYE£. NO VENDOR PERSONNEL WILL BE
WILL BE ALLOWED TO WORK ON THE PRISON COMPOUND UNTIL THE ABOVE
CLEARANCE APPROVAL PROCESS IS COMPLETED.

8

NON-EXCLUSIVITY
THIS AGR~EHENT IS NON-EXCLUSIVE AND SHALL NOT IN ANY WAY PRECLUDE
STATE AGENCIES FROM ENTERING INTO SIMILAR AGREEMENTS AND/OR
ARRANGEMENTS WITH OTHER VENDORS OR FROM ACQUIRING SIMILAR. EQUAL,
OR LIKE GOODS AND/OR SERVICES FROM OTHER ENTITIES OR SOURCES.
CONTRACT USAGE REPORT

r--

r.

SUCCESSFUL VENDOR SHOULD KEEP A COpy OF ALL ORDERS ISSUED AGAINST
APPROXIMATELY FOUR (4)
MONTHS PRIOR TO THE END OF THE CONTRACT PERIOD VENDOR I~ . TO BE
THIS CONTRACT DURING THE CONTRACT PERIOD.

PAGE

2

'oJ 'oJ

I

VIL..

IV!..J"'1

I , U'il

(

f SPECIAL TERMS AND CONDITIONS
lUMBER
~,

: 4.04904

'-lUIlABI!R

,91876

STATEWIDE COMPETITIVE CONTRACT
VENDOR:

Mel WORLDCOM COMMUNICATION INC

PAGE

3

PREPARED TO SUBMIT TO THE OFFICE OF STATE PURCHASrNG A CONTRACT
USAGE REPORT WITH COPIES OF ALL ORDERS.
THE USAGE REPORT IS TO INCLUDE THE VENDORS NAME, PHONE AND FAX
NUMBERS, THE PERSONS NAME WHO COMPLIED THE REPORT, A SUMMARY
BY LINE ITEM WITH QUANTITY PURCHASED AND TOTAL VALUE OF EACH LINE
ITEM. ADDITIONALLY THE REPORT IS TO SUMMARIZE THE TOTAL DOLLAR
VOLUME OF THE ENTIRE CONTRACT. VENDOR MAY SUBMIT COMPUTER
GENERATED REPORTS AND CAN ITEMIZE BY ORDER NUMBER, BY LINE ITEM ,
BUT THE LINE ITEM TOTALS, CONTRACT TOTALS AND COPIES OF ORDERS ARE
REQUIRED.
·CDNTRACT PERFORMANCE EVALUATION
IN AN EFFORT TO IMPROVE OUR CONTRACTS TO MEET THE NEEDS OF THE
AGENCIES WE SERVE, THE CONTRACTOR'S PERFORMANCE WILL BE MONITORED.
CONTR~CTORS WILL BE EVALUATED ON THE CRITERIA LISTED IN ELEMENTS 3
THROUGH 25 OF THE CONTRACT PERFORMANCE EVALUATION FORM ATTACHED
TO THIS SOLICITATION. AGENCIES THAT USE THIS CONTRACT WILL BE
RANDOMLY POLLED TO COMPLETE THE EVALUATION FORM. THEIR RESPONSES
WILL BE CONSIDERED IN DETERMINING OUR OPTIONS FOR CONTRACT RENEWAL
DR REVISIONS AND RE-BIDDING. AGENCY REPORTS OF DEFICIENT PERFORMANCE
WILL BE APPROPRIATELY ADDRESSED DURING THE CONTRACT PERIOD .

,--

r

" ."t--_ _- - - - - - - - - - - - - - - '

U~

I"n/\
•

, • .a.

\J\.J '

~

I

l1U.

~U'* J't£:

(~04

t'.Ub/Ub

• U"

STATEWIDE COMPETITIVE CONTRACT
PRICE SHEET
VeNDOR:
~UM9ER

~ T·NUMBER

LINE

MCI WORLDGOM COMMUNICATION INC

COMMODITVISERVICE DESCRIPTION

QUANTITY

UNIT PRICE

UNIT

UNLESS SPECIFIED OTHERWISE BELOW:
SHIP TO:
ST ATEWIDE DELIVERY

COMMODITY CODE: 91s·n-118245
STATEWIDE PRISON INMATE PAY TElEPHONE
SERVICE AND INMATE CALL CONTROL FOR 16
ADULT AND JUVENILE INSTITUTIONS OF THE
LA DEPT OF PUBLIC SAFETY AND CORRECTIONS
CORRECTIONS SERVICES.
CONTRACTOR SHALL COMPENSATE THE STATE
FOA THE ABILITY TO PROVIDE THESE
SERVICES AND SYSTEMS IN ACCORDANCE WITH
T#91 B76YT .SOUt2149487 ADD.#01"02.....
J
03 & 04 .AND
CONTRACTb R'S PROt'O::.AL
l
J
DATED
MAY 14, 2001.
RATE OF COMPENSATION:
OPTION 1 (WITHUMBPRINT/PIN HOLE CAMERA
TELEPHONE OPTION)
PRISON PAY TELEPHONE RATE OF
COMPENSATION AT RATES IN RATE
SCHEDULE 1;
55%
LIST OF CHANGES FOR CONTRACT STARTUP:
1.A SHROUD OVER THE FINGERPRINT READER
TO ENSURE PROPER FINGEAITHUMB ALIGNMENT
AND WOULD OFFER GREATER PROTECTION FROM
VANDALISM.
2.A PROTECTIVE COVER OVER THE PINHOLE
CAMERA LENS FOR GREATER PROTECTION FROM
VANDALISM.

3: A WIDER ANGLE PINHOLE CAMERA LENS TO

CAPTURE A WIDER PICTURE. AN INMATE
COULD MOVE TO THE LEFT OR RIGHT DEPENDING ON THE LENGTH OF THE TELEPH 6 NE
LANYARD, AND NOT APPEAR IN THE PICTURE.
LIST OF ENHANCEMENTS DURING THE CONTRACT
PERIOD:
1. A SOFTWARE FEATURE TO SAVE THE REAL·
TIME OPEN MICROPHONE AUDIO TO A CD
EITHER AT THE DEDICATED WORKSTATldN ·OR A
CORRECTIONS SERVICES COMPUTER.
2. A SOFTWARE FEATURE TO EXPORT THE
PHOTOS FROM THE PINHOLE CAMERA TO A CD,
EMAIL ATTACHMENT ETC. FOR OTHER USES
SUCH ASj.UPDATING'THE INMATE PHOTO IN '
THE CASt: FILE. THE PHOTO COULD BE USEFUL FOR ESCAPES.
3. A SOFTWARE FEATURE TO MANUALLY
ACTIVATE THE PINHOLE CAMERA WHEN THE
INMATE TELEPHONE IS NOT IN USE, SIMILAR
TO THE OPEN MIKE CAPABILITY. THE
ACTIVATION COULD BE USED TO CAPTURE
PHOTOS OF A DISTURBANCE THAT IS WITHIN
VIEW OF THE CAMERA.

J

4
DISCOUNT OFF

CATALOG PRICE

FROMITO

NO.

00001

PAGE

: 404904
: 91876

EACH

NfA

State of Louisiana (
DIVISION OF ADMINISTRATION
OFFICE OF TELECOMMUNICATIONS MANAGEMENT
M. J. "MIKE" FOSTER, JR.

MARK C. DRENNEN

GOVERNOR

COMMISSIONER OF ADMINISTRATION

September 24, 2003

Mr. Philip Jones
Account Manager
MCI WorldCom
101 Bullitt Lane, Suite 107
Louisville, KY 40222
RE:

Prison Pay Telephone Service
Contract Number 404904, Subordinate Contract: 579851
File Number H 91876 YT; OTM # 0103066

Dear Mr. Jones:
In accordance with Sections 1.3 and 3.2.1 of the referenced contract, the Department of Public
Safety and Corrections has submitted a request to this office for the addition of a new location.
The new location is the State Police Inmate Barracks located at 1400 W. Irene Road in
Zachary, LA and the number of new telephones required is TWELVE (12).
If you are in agreement with this request, please signify below and return back to this office
for further processing. When all approvals are obtained, the Office of State Purchasing will
issue a contract amendment reflecting the addition.

Please contact me at 225-342-3848 if you have questions regarding this matter.

Wanda F. Lee
Contracts Administrator

~rry Claire, DOC
Agreed:

---------------------------DATE: ----------POST OFFICE BOX 94280
•
150 THIRD STREET •
BATON ROUGE, LA 70804-9280
(225) 342·7701
•
Fax (225) 342-6867
AN EQUAL OPPORTUNITY EMPLOYER

(

(
",, '

-

M. J. "MIKE" FOSTER, JR., GOVERNOR

Dc.-ARTMENT OF

.'

' .\'

., ' 'r' ; .. ~.,

.

PUBLIC SAFETY AND CORRECTIONS

',!

i ('!if) )
..... " ......
L' •

RICHARD L. STALDER, SECRETARY

,.!,. '

• -;......

September 22, 2003

Ms. Wanda Lee
OTM Contracts Administrator
P.o. Box 94280
Baton Rouge, LA 70804
Dear Ms. Lee:
RE:

Prison Pay Telephone Service
CONTRACT NUMBER: 404904, Subordinate Contract: 57985 I
FILE NUMBER: H-9J876-YT

We are requesting an amendment to the prison pay telephone contract with MCI WorldCom to include a new location with
twelve (I2) inmate telephones:
.
State Police Inmate Barracks
1400 W. Irene Road
Zachary, LA 70791
Within the next several months, State Police will complete work on its pennanent facility of two dormitories that will house
up to 200 inmates assigned to the custody of the Department ofPublic Safety and Corrections.
Attached are copies of State Police's request to add the State Police Inmate Barracks location to the contract and our
response back to State Police agreeing to the addition.
MCI WorldCom is aware of this request and is prepared to provide prison pay telephone service to the State Police Inmate
Barracks upon approval of the State.
Ottr MCI WorldCom account representative is:
Mr. Philip Jones
Accou1lt Manager
MCI WorldCom
101 Bttllitt Lane, Suite J 07
Louisville, KY 40222
(502) 429-7475
PhilipJones@wcom.com
Please proceed with our request.
Sincerely,

BeJ::t.1.~'~eaux,

III
Undersecretary, Corrections Services

Attachments

c:

Mr. Ch"istopher A. Keaton
Undersecretary, Public Safety Services
P.O. Box 94304 • Capitol Station • Baton Rouge, Louisiana 70804-9304
(225) 342-6740
AN EQUAL OPPORTUNITY EMPLOYER

u-:1~~~~~~"
M. J. "MIKE" FOSTER, JR., GOVERNOR

. :.

~_

l

_PARTMENT OF

PUBLIC SAFETY AND CORRECTIONS

~i~ ~

RICHARD L. STALDER, SECRETARY

. \~~'!i.~~~p
September 17, 2003

Mr. Christopher A. Keaton, UndersecretQ7Y
Public Safety Services
P. 0. Box 66614
Baton Rouge, LA 70896
RE:

Inmate Telephones
State Police Inmate Barracks
Zachary, LA

Dear Chris:
We are in receipt ofyour letter (DPS-02-475) dated September 12, 2003 requesting the
addition of the State Police Inmate Barracks to our prison pay telephone service contract
withMCI.
We are in agreement with your request, and we will submit our request to the Office of
Telecommunications and the Office of State Purchasing for a contract amendment to add
the Barracks location.
We have discussed with Mel the addition of the Barracks location to the contract and
they will agree to it.
Sincerely,

~

Dr\.../'-

<?

;;:;nariE. "Trey" Boudreaux, III
Undersecretary

P.O. Box 94304 • Capitol Station • Baton Rouge, Louisiana 70804-9304
(225) 342-6740
AN EaUAL OPPORTUNITY EMPLOYER

Sep 122003

14:27

P.02

(

M. J. "MIKE" FOSTER, JR.

CHRISTOPHER A. KEATON

00IIEAN0fII

UNDERSECRETARY

September 12, 2003
DPS-02475

Mr. Trey Boudreaux, Undersecretary
Corrections Services
P.O. Box 94304
Baton Rouge, LA 70804-9304

RE;

s::p

11 Z003

State Police Inmate Barracks
Zachary, LA

Dear Trey:

The State Police Inmate Bart'lWks is currently located in temporary &cllities at our
JESTC site in Zachary, La. We are in the final stages ofcomp1eting a permanent facility
and will be relocating in the near future.
I am hereby requesting that the State Police Barracks located at 1400 W.1rene Rd.,
Zachary, La. be added to the current inmate te1ephoDfl contract #H-91876-YT, soligitation
#2139487. The Barracks will require a total of 12 telephones.
If you require any additional information, please contact Daoielle LeBouefat 925-6032
or Riis Suite, Inmate Affairs at (225) 658~2096.

Thank you in advance fur your consideration.
Sincerely,

4AAChristopher A. Keaton
Undersecretary,PSS

CAK:dhl

DPSUFI3111

OFFICE OF MANAGEMENT. FlNANCEf P.O. BOX _1~ BATON ROUGE. LOUISIANA 70lIl

...

,, '

..

.'

CONTRACT BETWEEN
LOUISIANA DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONS,
CORRECTIONS SERVICES (DEPARTMENT)
AND
MCI WorldCom Communications, Inc.
CONTRACT # 579851

1) MAILING ADDRESS: Government
Markets, 100 S 4th Street, Suite 400

2) CITY, STATE, ZIP CODE:
St. Louis, MO 63012

3) FEDERAL TAX 1.0. # OR SOCIAL
SECURITY #:
47-075-1768

4) LICENSE OR CERTIFICATE
NUMBER:

5) DESCRIPTION OF SERVICES TO BE PROVIDED: Include description of work to be
performed, objectives and measures of performance which should be time bound,
description of reports or other deliverables with dates for submission (if applicable). For
consulting services, a resume' of key contract personnel and amount of effort each will
provide under the terms of the contract should be attached.
Purpose of Contract:
To provide inmate telephone service for the Louisiana Department of Public Safety and
Corrections, Corrections Services as required by the Request for Proposal for Prison Pay
Telephone Service #H-91876-YT Solicitation #2149487, Addendum 01,02,03,04, and the
Contractor's Proposal dated May 14, 2001 . In case of conflict, the Contract shall be
adhered to first, then the Request for Proposal and its addenda, and lastly, the Contractor's
Proposal.
Contract Objectives:
Provide the State with a prison inmate pay telephone service and prison inmate call control
system that offers inmates (including the hearing impaired) reasonable access to
telephone communication without overtaxing the institution's ability to properly maintain
security and to avoid abuse of this privilege on the part of any inmate. Provide the State
with a single statewide system, compatible across all adult and juvenile institutions, for
prison pay telephone and call control services. Provide the State with a reliable and easyto-use inmate call control system that shall aid in the security and orderly management of
the institution and protect the public safety. Provide the State with a long-term, costeffective, and state-of-the art system and services that shall meet the Department's
changing needs and future changes in this technology.
Measures of Performance:
Performance will be measured by the Contractor's compliance with the requirements of the
Request for Proposal for Prison Pay Telephone Service #H-91876-YT Solicitation
#2149487, and Addendum 01,02,03, 04.
Monitoring Plan:
The monitoring of the Contractor's compliance will be done by Deputy Undersecretary and
Information Technology Director. Additionally, the Department's Office of Information
Services will validate monthly the call detail data provided by the Contractor as required in
the Request for Proposal for Prison Pay Telephone Service #H-91876-YT Solicitation
#2149487, Section 6.2.7.2.2 (Call Detail Data). Validation will insure that the gross billed
revenue calculated from the call detail data is equal to the gross billed revenue amount
used by the Contractor to determine the amount of the monthly commission check.

".

Louisiana Department of Public Safety and Corrections, Corrections Services
Contract Number: 579851

6) BEGINNING DATE: February 1, 2002

7) ENDING DATE: January 31, 2007

The Department has the option of renewing for two (2) additional twenty-four (24) month
periods. The total contract period shall not exceed one hundred eight (108) months with
the concurrence of the Contractor.
This contract is not effective until approved by the Director of the Office of State
Purchasing. It is the responsibility of the Contractor to advise the Department in advance
if contract funds or contract terms may be insufficient to complete contract objectives.

8) MAXIMUM CONTRACT AMOUNT:
Per Section 4.0 (Pricing
Specifications) of the Request for
Proposal for Prison Pay Telephone
Service #H-91876-YT Solicitation
#2149487

9) PAYMENT MADE ONLY UPON
APPROVAL OF:
Per Section 6.2.6 (Compensation and
Payment) of the Request for Proposal
for Prison Pay Telephone Service #H91876-YT Solicitation #2149487

10) TERMS OF PAYMENT:
All payments to the Department in accordance with Sections 8 and 9 above shall be mailed
to:
CHIEF FISCAL OFFICER
Louisiana Department of Public Safety & Corrections
Corrections Services
P. O. Box 94304
Baton Rouge, LA 70804-9304
or such other place as shall be designated by written notice from the Department.

11) SPECIAL PROVISIONS:
The Contractor understands and agrees that the following special conditions of the contract
exist for the benefit of the institution, the employees and the inmates and agrees to abide
by said special conditions contained herein and in Section 2 "Employee Rules" of the
Corrections Services Employee Manual which is attached. "Contractor" shall be
substituted for "Employee" throughout. Should the manual be modified or amended,
Contractor will be notified and shall comply with the rules as modified or amended.
Contractor understands and agrees that violation of any of the following special conditions
shall be cause for immediate cancellation of this contract without prior notice:
Warden's Policy
1.

While on the institutional grounds, the Contractor will strictly adhere to all federal,
state and local laws and institutional directives.

2.

Any person may be barred from the institution or removed from the institution if it is
in the best interest of the Department.

2

· .,

,.......
\

Louisiana Department of Public Safety and Corrections, Corrections Services
Contract Number: 579851

3.

If requested to do so by the Warden, the Contractor must leave the institution
grounds immediately.

12) STANDARD PROVISIONS:

Any alterations, variations, modifications, waivers of provisions or amendments to this
contract shall be valid only when they have been reduced to writing, duly signed by both
parties and when required, approved by the Division of Administration and attached to the
original of this contract.
No contract or written order or proceeds thereof may be assigned, sublet or transferred
without prior written consent of the Commissioner of Administration for the State of
Louisiana.
The Contractor agrees to abide by the requirements of the following as applicable:
Americans with Disabilities Act of 1990, Title VI and VII of the Civil Rights Act of 1964 as
amended by Equal Opportunity Act of 1972, La. R.S. 15:574.12, Confidentiality, Vietnam
Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments
of 1972, the Age Act of 1972, Federal Executive Order 11246 and the Federal
Rehabilitation Act of 1973, as amended. Contractor agrees not to discriminate in its
employment practices, and will render services under this contract without regard to race,
color, religion, sex, national origin, veteran status, political affiliation, or disabilities. Any
act of discrimination committed by Contractor, or failure to comply with these statutory
obligations when applicable shall be grounds for termination of this contract.
Should Contractor or any of its employees become an employee of the classified or
unclassified service of the State of Louisiana during the effective period of the contract,
Contractor or its employees must notify the appOinting authority of the State agency for
which he has become employed of any existing contract with the State of Louisiana. The
Department reserves the right to cancel the contract should a conflict of interest or a
violation of state law occur as a result of employment with the State.
The State Legislative auditor, federal auditors and internal auditors of the Division of
Administration, or others so designated by the DOA, shall have the option to audit all
accounts directly pertaining to the contract for a period of five (5) years from the date of the
last payment made under this contract. Records shall be made available during normal
working hours for this purpose.
Contractor shall not enter into any subcontract for work or services contemplated under this
agreement without obtaining prior written approval of the Department. Any subcontracts
approved by the Department shall be subject to the conditions and provisions that the
Department may deem necessary. Such prior written approval, unless otherwise provided
in this agreement, shall not be required for the purchase by Contractor of supplies and
services which are incidental but necessary for the performance of the work required under
this agreement. No provisions of this clause and no such approval by the Department of
any subcontract shall be deemed in any event or manner to provide for the incidence of
any obligation of the Department beyond those specifically set forth herein. No
subcontract shall relieve the Contractor of responsibility for the performance under this
contract.

3

-,

.,

,,-

Louisiana Department of Public Safety and Corrections, Corrections Services
Contract Number: 579851

Contract modifications may result from technological enhancements, manufacturer
discontinuance, or obsolescence. If an item meets or exceeds original specifications and
the price is equal to or lower than the original bid price, a contract modification may be
requested in writing by the Contractor to the OTM Contracts Administrator. The Office of
Telecommunications Management and Corrections Services shall review the request and
make a written recommendation to the Office of State Purchasing.
Contractor shall have no liability for delays, failure in performance, loss or damage due.to
earthquake, volcanic action, flood, lightning, the elements of war, civil or military
disturbances, acts of God, or other causes beyond Contractor's control.
Contractor will not be liable for any special, incidental, indirect, punitive or consequential
damages or for any loss of profit, revenue, software or data, or computer viruses
regardless of the form of action, whether in contract, tort, strict liability or otherwise, even
if Contractor shall have been notified of the possibility of such potential loss or damage.
In the event of any claim under Section 6.3.1 (Indemnity and Liability Limitations/Exclusive
Remedies) of the Request for Proposal for Prison Pay Telephone Service H-91876-YT
Solicitation #2149487, Contractor agrees that it shall indemnify and hold harmless the
Department against any claim, damages, judgments, or expenses resulting from a claim
that any service, equipment, or other material provided by Contractor under its proposal
and the contract documents infringes a U.S. copyright, U.S. patent, U.S. trademark, or
other proprietary right recognized under U.S. law, or constitutes misuse of a trade secret
or confidential information belonging to a third party and shall defend at its own expense
any suit or proceeding brought against the Department alleging such infringement or
misuse, provided that the Department shall promptly notify Contractor of any claims and
shall cooperate with Contractor in the defense of any such claim. Contractor shall have
the exclusive right to defend or settle any such claim, suit or proceeding and to collect all
such damages, costs, fees, and other charges awarded from any such claim, suit or
proceeding.
The State reserves the right to cancel with cause any contract entered into as a result of
this bid document with thirty (30) days written notice.
Upon completion or termination of this contract all records, reports, worksheets or any
other materials related to this contract shall become the property of the Department and
shall, upon request, be returned at Contractor's expense to the Department. The
Department shall retain ownership of all work product and documentation in whatever form.
This agreement contains or has attached hereto all the terms and conditions agreed upon
by the contracting parties. In witness whereof, this agreement is signed and entered into
on the date indicated below.

~fu--ol.= C?

-z.h..\...

J~har

L. Stalder, Secretary
Date
'D~La. Department of Public Safety
and Corrections, Corrections Services

Jerry Ed rton
Senior Vi e President
Government Markets Division
MCI WorldCom Communications, Inc.
4

-PART II: EMPLOYEE RULES

An employee found guilty of violating one or more of these rules will either be disciplined or have
appropriate "performance appraisal" action implemented.
1. GENERAL MISCONDUCT: No employee shall engage in conduct that impairs the security or stability
of the unit, the safety of staff or inmates, or the efficiency of state service. This rule includes any
inappropriate action or behavior that is not otherwise better described by rules 2 through 14.
2. CONTRABAND: Unless authorized, intoxicating liquors, weapons, substances defined in the Uniform
Controlled Dangerous Substance Law, and any other article, substance or thing that may reasonably be
considered to endanger security shall not be brought into, possessed, or stored in any part of a correctional
facility/office, personal or state-owned vehicle or equipment. Authorized exceptions are, for example,
firearms issued for performance of duty and the handling of drugs by pharmacists or other authorized
personnel. (Employees who violate this rule may also be prosecuted under Louisiana R.S. 14:402.)
3. ABUSE OF INMATES, CORPORAL PUNISHMENT OR USE OF UNNECESSARY OR
EXCESSNE FORCE:
No employee shall abuse an inmate for any reason. Forms of abuse include, but are not limited to:
a.

verbal abuse;

b.

harassment;

c.

damaging, destroying, or otherwise abusing an inmate's belongings through
willful act or gross negligence; and

d. physical abuse.
Force may be used only in accordance with departmental policy and unit procedure. The force used shall
be proportional to the threat to which it is a response and shall cease when the resistance ceases.
Necessary force may include the use of physical contact, chemical agents, mechanical restraints, electric
capture shields and firearms.
Force may be used in accordance with Department Regulation No. C-02-006, which gives specific
guidelines relative to self-defense; defense of others (whether employees,

·~

...

inmates or visitors); prevention of serious damage to property; prevention of the commission of a crime,
including but not limited to escape and enforcement of rules and regulations to the extent necessary to
reach compliance.
However, the following uses of force are prohibited:
1) CORPORAL PUNISHMENT, the inflicting of physical pain on an inmate for punishment, is
ABSOLUTEL Y FORBIDDEN.
2) UNNECESSARY FORCE, force used that cannot reasonably be justified by the facts of the
situation, is ABSOLUTEL Y FORBIDDEN .
3) EXCESSIVE FORCE, force used beyond that which is reasonable and apparently necessary to
control a situation where some force is needed, is ABSOLUTELY FORBIDDEN.
4. DRESSI APPEARANCE CODE: Employees shall wear suitable clothing when reporting for and while
on duty. Where uniforms have been prescribed, Department Regulation No. A-02-019 and applicable unit
procedures shall be followed.

Employees who are subpoenaed to attend court and/or Civil Service hearings must wear their uniform or
usual work attire.
5. FAILURE TO AID FELLOW EMPLOYEES: Whenever it is apparent that a fellow employee is in
need of assistance, it is the obligation of all employees to take reasonable steps to render aid and
assistance.
6; FAILURE TO FOLLOW ORDERS: Employees must obey all authorized regulations, policies and
procedures. This includes, but is not limited to: (a) departmental regulations, (b) unit procedures, posted
policies, and directives, (c) posted orders, (d) - Civil Service Rules and (e) all other written procedures
and policies.
7. FAILURE TO FOLLOW ORDERS -AGGRAVATED: Direct written or verbal orders must be obeyed
cooperatively and promptly. When orders conflict, the last order received must be obeyed.
8. FAILURE TO REPORT FOR DUTY: No employee shall fail to report for duty an entire day without
securing leave in accordance with Department and unit policies. Any employee absent for three (3)
consecutive work days without securing leave will be considered to have abandoned his job.
9. FAILURE TO REPORT FOR DUTY ON TIME: Each employee must report for duty - at the proper
time and place in accordance with Department and unit policies. In the event an employee will be late for
work, he must follow unit procedures in notifying the appropriate authority .In addition to any other
. penalties imposed, the late employee may be placed in "w" status (Leave Without Pay) for all the time
that he failed to work.

10. FALSIFYING DOCUMENTS OR MAKING FALSE STATEMENTS: Knowingly making false
statements or deliberate omission of important facts on official reports or documents is forbidden. This
includes, but is not limited to: certification of illness/doctor's excuse, disciplinary reports, incident reports,
log books, investigation reports, unusual occurrence reports, accident reports, employee violation reports,
time and attendance records, travel expense records, accounting records and job applications, as well as
knowingly making false statements or deliberately omitting important facts to any person conducting an
investigation for the Department or for another state, local or federal agency.
11. INTOXICATION: No employee may report for or be on duty under the influence of alcohol, drugs or
other intoxicants (or when the odor or effect is noticeable). It is the employee's responsibility to learn the
effects of medication on his ability to perform his assigned duties.

An employee taking medication which could interfere with proper performance of his duties may request
sick leave. In the event an employee decides to report for duty while on medication, he must notify his
supervisor in writing of the name and effects of the medication he is taking. He may be immediately
placed on leave pending production of the medical information if it is not available or if the anticipated
effect would interfere with duties to be assigned.
An employee who tests positive for a controlled or illicit substance or a prescription drug for which no
authorization is available is also in violation of this rule.

An employee may not refuse to take an alcohol or drug test or other appropriate test while on duty .The
philosophy of the department in this regard is expressed in Department Regulation No. A-02-008 titled
"Drug-Free Workplace. II
12. MALFEASANCE:
a. Each employee must perform his duties properly and free from negligence so as to fulfill the purpose
and responsibilities of his assignment.
b. Disruptive andlor boisterous behavior is forbidden.
c. Visitors and guests shall be treated courteously and with respect.
d. No employee shall take or accept property of the state unless he has received prior authorization.
e. Negative comments about other employees, their personal characteristics andlor job performance *,
about the administration or its policies, or about management decisions should not be made in the
presence of inmates, fellow or subordinate employees or visitors.

.'

*This rule excludes job performance-related comments made in the course of duty (i.e. comments made
to immediately correct a critical error that must be rectified without delay regardless of the presence of
other employees, inmates or visitors).
f. Statements or releases to the news media, including but not limited to comments regarding
Departmental policy or practices, shall be made only by the Secretary or Unit Head, or their designated
representatives.
g. Unauthorized studying, reading for pleasure or recreation, watching of television or engaging in other
recreational activity while on duty is forbidden.
h. Employees in uniform shall not enter places such as bars, lounges or saloons or loiter on their premises
except in the performance of their official duties; additionally, badges and identification cards shall only
be used in the performance of official duties.
i. State and personal vehicles and machinery used in the performance of official duties must be operated
in a cautious and safe manner in conformity with state laws and Department/unit policies.
j. Employees living on the grounds of correctional institutions must obey all regulations pertaining to
such.
13. MALFEASANCE -AGGRAVATED:
a. No employee shall threaten or attempt to intimidate another employee or a visitor. No employee shall
assault or commit battery upon another employee or a visitor.
b. Deliberate and/or repeated unsolicited words, comments, gestures or other acts which have the purpose
or effect of unreasonably interfering with another employee's work performance or creating an
intimidating or offensive work environment are prohibited.
c. No employee shall take or attempt to take the property of inmates, of other employees or of the state,
nor use such property for his benefit or the benefit of another without authorization. No employee shall
accept property from an inmate, an inmate's family or an inmate's visitors without proper authorization.
Property includes, but is not limited to, such items as food, clothing, equipment or other personal items.
d. No employee shall fail to report, at the first opportunity, a violation of rules and regulations. (See Part
V, Initiation of a VR-l, for specific guidance regarding this rule.)
e. No employee shall fail to report to his assigned duty post or leave his assigned post without permission.

\

..

--.

f. Unauthorized sleeping on duty is forbidden.
g. Each employee must perform his duties so as to fulfill the purpose and responsibility of his assignment.
h. Employees shall not have sexual relations while on duty.

i. No employee shall feign illness or grossly exaggerate an ailment to avoid his duties.
j. No employee shall willfully or through negligence destroy, damage or cause to be lost the property of
others or of the state.
k. Only authorized employees shall disclose confidential information contained in any records of the
Department, and then only to persons authorized to receive this information.

I. Employees shall not allow unauthorized persons to have access to records under their control.
m. Employees shall handle all weapons safely and in accordance with Department and unit policy.
n. All employees must follow the spirit and intent of Department Regulation No. A- 02-010 prohibiting
sexual harassment.

o. Employees shall not violate local, state or federal law .At the discretion of the Secretary, an employee
charged with any criminal conduct may be placed on leave pending the outcome of the charges. A
criminal conviction is not necessary to support a finding of a violation of this rule. An employee must
notify his immediate supervisor within 72 hours in the event of his arrest or receipt of a summons.
p. No employee shall either directly or indirectly contact criminal justice or other. outside agencies to
influence or make reCOm1nendations, favorable or unfavorable, on behalf of inmates in the custody or
under the supervision of the Department, except when such recommendations are officially made as
required by law or part of the employee's job.
q. Employees must cooperate with all Department and/or unit investigations and inquiries.
14. UNAUTHORIZED ACTIVITIES WITH INMATES:
a. Purchases from inmates must be processed through proper channels.

r

b. Bringing or knowingly permitting the introduction of any unauthorized item or message for an inmate
into or out of a correctional facility or other corrections office is forbidden.
c. Only those employees designated in writing by the Secretary or Unit Head may receive cash, checks,
money orders or other type payments for transmission to or from inmates.
d. Employees shall not bet or gamble with inmates.
e. Employees shall not assist an inmate or an inmate's visitor or family member in circumventing any
applicable regulation or policy.

f. Employees shall not develop nonprofessional relationships with inmates or with inmates' families or
friends. This includes, but is not limited to, the writing of personal letters and making personal phone
calls to inmates or to inmates, families or friends, as well as having sexual relations with inmates.

State of Louisiana
DIVISION OF ADMINISTRATION
OFFICE OF STATE PURCHASING
M. J. "MIKE" FOSTER, JR.

MARK C. DRENNEN

GOVERNOR

COMMISSIONER OF ADMINISTRATION

February 26,2002

NOTIFICATION OF AWARD
Mr. Marty Recker
MCI Worldcom Communication Inc
BLDGC2
5000 Technology Drive
Weldon Springs MO 63304

Dear Mr. Recker:
RE:

Prison Pay Telephone Service
CONTRACT NUMBER: 404904, Subordinate Contract:
FILE NUMBER:
H-91876-YT

579851

This is official notification that the contract referenced above has been awarded to you on the basis
of your bid submitted to the Division of Administration, Purchasing Section. Enclosed are copies of
the approved Contract Award.
The contract shall be effective for a period of sixty (60) months from February 1,2002 to
January 31, 2007, or until such time as State Purchasing informs you by thirty (30) days written
notice that this contract will be cancelled.
At the option of the Division of Administration and acceptance by the contractor, this contract can
be renewed for two (2) additional twenty-four (24) month period at the same prices and terms.
If you have any questions, regarding this project, please contact Sally Bollich at (225) 342-8021.
Sincerely,
Denise Lea
Director of State Purchasing
BY:
Siara Grady, C
State Purchasing Supervisor
DML:SG:SB:vwc
Enclosure
c:

Department of Corrections
Office of Telecommunications

301 MAIN STREET (Corner of North and 4th Streets)
ONE AMERICAN PLACE
POST OFFICE BOX 94095
BATON ROUGE, LA 70804·9095
(226) 342·8010
Fax (226) 342-8688
AN EQUAL OPPORTUNITY EMPLOYER

13th FLOOR

n
t.J
Recyded Paper

,~

STATEWIDE COMPETITIVE CONTRACT
AWARD
STATE OF LOUISIANA
Q!VISION OF ADMINISTRATION
OFFICE OF STATE PURCHASING

NUHBER
BUYER
BUYER PHONE
T-MUttBER
DATE ISSUED
VENDOR NUHBER
VENDOR PHONE
REQ AGENCY

404904
SALLY BOLLlCH, CPPB

(225)342-8021
91816
02126/02
470751768 00
(636)793-3459.(J000
107001

OFFICE OF STATE PURCHASING

MCI WORLDCOM COMMUNICATION INC
BLDGC2
5000 TECHNOLOGY DR
WELDON SPRINGS I 11063304

AGENCY REQ NO. :
ISIS REQ NO.
FISCAL YEAR
EFFECTIVE DATE
EXPIRATION DATE

1208456
02
02101/02
01131107

PRISON PAY TELEPHONE SERVICE
H·91876·YT

1.
2.

3.
4.

5.
6.

THIS IS NOT AN ORDER TO SHIP (OR BEGIN SERVICE). A CONTRACT RELEASE
OR PURCHASE ORDER MUST BE ISSUED BEFORE YOU ARE AUTHORIZED TO
SHIP (OR BEGIN SERVICE).
THIS IS NOTICE THAT THE CONTRACT REFERENCED ABOVE HAS BEEN
AWARDED TO YOU BASED ON THE BID (OR PROPOSAL) YOU SUBMITTED. ALL
TERMS, CONDITIONS, AND SPECIFICATIONS OF THE SOLICITATION WILL
APPLY TO ALL ORDERS.
ANY AGENCY AUTHORIZED TO PURCHASE FROM THIS CONTRACT MUST ISSUE
AN ORDER AND REFERENCE THE CONTRACT NUMBER, LINE NUMBER AND
COMMODITY ITEM NUMBER FOR EACH ITEM.
CHANGES IN ITEMS TO BE FURNISHED ARE NOT PERMITTED (UNLESS
APPROVED BY THE OFFICE OF STATE PURCHASING PRIOR TO DELIVERY).
PRIOR APPROVAL MUST ALSO BE OBTAINED BEFORE DISTRIBUTORS CAN BE
ADDED OR DELETED.
IF A DISTRIBUTOR LIST WAS SUBMITTED, CONTRACTOR MUST SEND
COPIES OF THIS AWARD TO EACH DISTRIBUTOR.
QUANTITIES LISTED ARE ESTIMATED
AND NO QUANTITIES ARE GUARANTEED
(UNLESS nCOMMITTED VOLUME n IS SPECIFICALLY STATED). CONTRACTOR
MUST SUPPLY ACTUAL REQUIREMENTS ORDERED AT THE CONTRACT PRICE
AWARDED.

RECOMMENDING APPROVAL:

APPROVED BY:

SPECIAL TERMS AND CONDITIONS

NINDER
:
T·NINBER :

404904
91876

STATEWIDE COMPETITIVE CONTRACT

VENDOR:

MCI WORLDCOM COMMUNICATION INC

1 TERMS AND CONDITIONS. THIS SOLICITATION CONTAINS ALL TERMS AND
CONDITIONS WITH RESPECT TO THE COMMODITIES HEREIN. ANY VENDOR
CONTRACTS, FORMS, TERMS OR OTHER MATERIALS SUBMITTED WITH BID MAY
CAUSE BID TO BE REJECTED.
2 VENDOR'S FORMS. THE PURCHASE/RELEASE ORDER IS THE ONLY BINDING
DOCUMENT TO BE ISSUED AGAINST THIS CONTRACT. SIGNING OF VENDOR'S
FORMS IS NOT ALLOWED.
3 PRICE REDUCTIONS. WHENEVER THERE IS A REDUCTION IN PRICE, WHICH IS
LOWER THAN THE CONTRACT PRICE, OFFERED TO SIMILARLY SITUATED CUSTOMERS
CONTRACTING FOR THE SAME PERIOD AND UNDER THE SAME TERMS AND
CONDITIONS, SAID REDUCTION MUST BE PRESENTED DIRECTLY TO THE DIRECTOR
OF STATE PURCHASING. NO PRICE REDUCTION ON A STATEWIDE CONTRACT MAY
BE OFFERED TO AN AGENCY UNLESS THAT REDUCTION IS OFFERED TO ALL
AGENCIES.
4 DELIVERIES. CONTRACTORS WILL MAINTAIN AN ADEQUATE SUPPLY OF ALL ITEMS
IN ORDER TO MEET SPECIFIED DELIVERY.
5 PAYMENT. PAYMENT WILL BE MADE ON THE BASIS OF UNIT PRICE AS LISTED
IN THIS CONTRACT; SUCH PRICE AND PAYMENT WILL CONSTITUTE FULL
COMPENSATION OF FURNISHING AND DELIVERING THE CONTRACT COMMODITIES.
IN NO CASE WILL THE STATE AGENCY REFUSE TO MAKE PARTIAL PAYMENTS TO
THE CONTRACTOR ALTHOUGH ALL ITEMS HAVE NOT BEEN DELIVERED. THIS
PAYMENT IN NO WAY RELIEVES THE CONTRACTOR OF HIS RESPONSIBILITY TO
EFFECT SHIPMENT OF THE BALANCE OF THE ORDER. PAYMENT WILL BE TO
VENDOR AND ADDRESS AS SHOWN ON ORDER.
6 VENDOR LIST. THE BIDDER WHO SIGNS THE BID WILL BE DESIGNATED AS PRIME
CONTRACTOR ON ANY CONTRACT RESULTING FROM THIS SOLICITATION. IF
ADDITIONAL DISTRIBUTOR VENDORS ARE AUTHORIZED TO RECEIVE ORDERS FOR
ITEMS CONTAINED IN SAID CONTRACT, THE BIDDER MUST SUBMIT WITH THE BID,
A LIST OF THOSE ADDITIONAL AUTHORIZED DISTRIBUTORS INCLUDING THE
COMPLETE BUSINESS ADDRESS. THE PRIME CONTRACTOR WILL BE RESPONSIBLE
FOR THE ACTIONS OF ANY DISTRIBUTOR VENDORS LISTED.
7 VENDOR SECURITY CLEARANCE PROCESS: SUCCESSFUL VENDOR MAY BE REQUIRED
TO RECEIVE SECURITY CLEARANCE FOR ALL VENDOR PERSONNEL WORKING ON THE
PRISON COMPOUND. SUCCESSFUL VENDOR MUST FURNISH THE FULL NAME,
DRIVER'S LICENSE NUMBER, SOCIAL SECURITY NUMBER, DATE OF BIRTH, RACE
AND SEX OF EACH EMPLOYEE WHO WILL BE WORKING IN THE COMPOUND. THIS
INFORMATION MUST BE FURNISHED IN WRITING TO THE ADMINISTRATIVE
DIRECTOR PRIOR TO COMMENCING WORK ON THE AWARDED PROJECT. A CRIMINAL
HISTORY CHECK WILL BE CONDUCTED ON EACH EMPLOYEE, AND UPON APPROVAL,
ID CARDS WILL BE ISSUED TO EACH EMPLOYEE. NO VENDOR PERSONNEL WILL BE
WILL BE ALLOWED TO WORK ON THE PRISON COMPOUND UNTIL THE ABOVE
CLEARANCE APPROVAL PROCESS IS COMPLETED.
8 NON-EXCLUSIVITY
THIS AGREEMENT IS NON-EXCLUSIVE AND SHALL NOT IN ANY WAY PRECLUDE
STATE AGENCIES FROM ENTERING INTO SIMILAR AGREEMENTS AND/OR
ARRANGEMENTS WITH OTHER VENDORS OR FROM ACQUIRING SIMILAR, EQUAL,
OR LIKE GOODS AND/OR SERVICES FROM OTHER ENTITIES OR SOURCES.
CONTRACT USAGE REPORT
SUCCESSFUL VENDOR SHOULD KEEP A COPY OF ALL ORDERS ISSUED AGAINST
THIS CONTRACT DURING THE CONTRACT PERIOD. APPROXIMATELY FOUR (4)
MONTHS PRIOR TO THE END OF THE CONTRACT PERIOD VENDOR IS TO BE

PAGE

2

SPECIAL TERMS AND CONDITlONS

NUMBER
T·NUMBER

".

:
:

404904
91876

STATEWIDE COMPETITIVE CONTRACT

VENDOR:

MCI WORLDCOM COMMUNICATION INC

PREPARED TO SUBMIT TO THE OFFICE OF STATE PURCHASING A CONTRACT
USAGE REPORT WITH COPIES OF ALL ORDERS.
THE USAGE REPORT IS TO INCLUDE THE VENDORS NAME, PHONE AND FAX
NUMBERS, THE PERSONS NAME WHO COMPLIED THE REPORT, A SUMMARY
BY LINE ITEM WITH QUANTITY PURCHASED AND TOTAL VALUE OF EACH LINE
ITEM. ADDITIONALLY THE REPORT IS TO SUMMARIZE THE TOTAL DOLLAR
VOLUME OF THE ENTIRE CONTRACT. VENDOR MAY SUBMIT COMPUTER
GENERATED REPORTS AND CAN ITEMIZE BY ORDER NUMBER, BY LINE ITEM,
BUT THE LINE ITEM TOTALS, CONTRACT TOTALS AND COPIES OF ORDERS ARE
REQUIRED.
CONTRACT PERFORMANCE EVALUATION
IN AN EFFORT TO IMPROVE OUR CONTRACTS TO MEET THE NEEDS OF THE
AGENCIES WE SERVE, THE CONTRACTOR'S PERFORMANCE WILL BE MONITORED.
CONTRACTORS WILL BE EVALUATED ON THE CRITERIA LISTED IN ELEMENTS 3
THROUGH 25 OF THE CONTRACT PERFORMANCE EVALUATION FORM ATTACHED
TO THIS SOLICITATION. AGENCIES THAT USE THIS CONTRACT WILL BE
RANDOMLY POLLED TO COMPLETE THE EVALUATION FORM. THEIR RESPONSES
WIll BE CONSIDERED IN DETERMINING OUR OPTIONS FOR CONTRACT RENEWAL
OR REVISIONS AND RE-BIDDING. AGENCY REPORTS OF DEFICIENT PERFORMANCE
WILL BE APPROPRIATELY ADDRESSED DURING THE CONTRACT PERIOD.

PAGE

3

PRICE SHEET

NUMBER
T·NUMBER

UNE
NO.

STATEWIDE COMPETITIVE CONTRACT

: 404904
: 91876

VENDOR:

MCI WORLDCOM COMMUNICATION INC

4
COMMODllY/SERVlCE DESCRlP110N

QUANnlY
FROM/TO

UNIT

UNIT PRICE

UNLESS SPECIFIED OTHERWISE BELOW:
SHIP TO:
STATEWIDE DELIVERY

00001

PAGE

COMMODITY CODE: 915·77·118245
STATEWIDE PRISON INMATE PAY TELEPHONE
SERVICE AND INMATE CALL CONTROL FOR 15
ADULT AND JUVENILE INSTITUTIONS OF THE
LA DEPT OF PUBLIC SAFETY AND CORRECTIONS
CORRECTIONS SERVICES.
CONTRACTOR SHALL COMPENSATE THE STATE
FOR THE ABILITY TO PROVIDE THESE
SERVICES AND SYSTEMS IN ACCORDANCE WITH
TI91876YT, SOL.I214948!t ADD.I01.a..~
03... & 04I
CONTRACTuR'S PROt"\r.iAL
DATED MAY 14,2001.

ANO

RATE OF COMPENSATION:
OPTION 1 CW/THUMBPRINTIPIN HOLE CAMERA
TELEPHONE OPTION)
PRISON PAY TELEPHONE RATE OF
COMPENSATION AT RATES IN RATE
SCHEDULE 1:
55%
LIST OF CHANGES FOR CONTRACT STARTUP:
1.A SHROUD OVER THE FINGERPRINT READER
TO ENSURE PROPER FlNGERlTHUMB ALIGNMENT
AND WOULD OFFER GREATER PROTECTION FROM
VANDALISM.
2.A PROTECTIVE COVER OVER THE PINHOLE
CAMERA LENS FOR GREATER PROTECTION FROM
VANDALISM.

3. A WIDER ANGLE PINHOLE CAMERA LENS TO

CAPTURE A WIDER PICTURE. AN INMATE
COULD MOVE TO THE LEFT OR RIGHT.....DEPEND·
ING ON THE LENGTH OF THE TELEPHuNE
LANYARD, AND NOT APPEAR IN THE PICTURE.
LIST OF ENHANCEMENTS DURING THE CONTRACT
PERIOD:

1. A SOFTWARE FEATURE TO SAVE THE REAL.

1'~\C::¥::~~~b~&~~'f~~~T~~N OR A
CORRECTIONS SERVICES COMPUTER.

2. A SOFTWARE FEATURE TO EXPORT THE
PHOTOS FROM THE PINHOLE CAMERA TO A CD
EMAIL ATTACHMENT.p.C. FOR OTHER USES, '

Wl~~::E
~~E~"Wt~ P'H5~~~J5t~l~re.
FUL FOR ESCAPES.

3. A SOFTWARE FEATURE TO MANUALLY
ACTIVATE THE PINHOLE CAMERA WHEN THE
INMATE TELEPHONE IS NOT IN USE, SIMILAR
TO THE OPEN MIKE CAPABILITY. TRE
ACTIVATION COULD BE USED TO CAPTURE
PHOTOS OF A DISTURBANCE THAT IS WITHIN
VIEW OF THE CAMERA.

EACH

N/A

DISCOUNT OFF
CATALOG PRICE