Skip navigation

MO Contract RFP and Request for BAFO 2005

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)

REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

BAFO REQUEST NO.: 002, REVISION #002
RFP NO.; B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 04-06-05

RETURN BAFO RESPONSE NO LATER THAN 04-12-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Sealed BAFOs should be in DPMM office (301 W High Street,
Room (30) by the return date and time.
(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

(U.S. Mail)
RETURN BAFO RESPONSE TO: DPMM
or
PO BOX 809
JEFFERSON CITY MO 65102-0809
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS

DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE 8TATE OF MISSOURI
The ofteror hereby declares understunding, agreement and certification of compliance to provide the items andlor services, at the prices
quoted. in accordance with all tenns and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and uny previously issued BAFO requests. The offeror agrees that the language of the original RFP as
llloditied by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
contlict with hislhis proposal. Thc offeror further agrees that upon receipt of an authorized purchase ordcr from the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized onicia! of the State of Missouri, Il binding
contract shall exist between the otferor and the State of Missouri.

SIGNATURE REQUIRED
DOING BUSINESS AS (DBA) NAME

LEG.-\/. NAME OF ENTllY/IND/\·lDl'A!."I!.ED WITl! IRS FOR lJJJS TAX ID NO.

MAILING ADDRESS

IRS FORM 1099 MAILING ADDR.:SS

CITY, S1ATE, ZIP CODE

CITY, STATE, ZIP CODE

EMAIL ADDRESS

CONTACT PERSON

PIIONE

~>Il'~IRER

TAXPAYER ID

:-;l'~IBER

FAX NUMBER

I

I1IN)

T ,\XI'A n:R ID (TIN) n'PIl (CIIECK ONE)

-

FEIN

-

SSN

VENDOR TAX FILING n'PE WITlIIRS (eIlEU': ON.:)

Corporation

Individual

I

n:NDOR NU~IBIlR (IF KNOWN)

(NOH:, I.I.C IS NOT ,\ VALID TAX FILING TVpE.)

Statc/ulCal Govcmmcm

Partnership

AUTIIORlZ£D SIGNATURE

DATil

PRINTED NAME

TlTI ••:

Sole Pmpri~"t(lr

Other

B2Z05070

BAFO #002, Revision #002

OFFENDER TELEPHONE SERVICES
INFORMATION TECHNOLOGY SERVICES DIVISION
RFP B2Z05070 is hereby amended by BAFO #002, Revision #002 as follows:
The following paragraphs have been revised:
3.1.8;
3.1.10;
3.1.19
The following paragraphs have been added:
1.2.4 a;
3.1.8 c;
3.1.8 d;
3.1.8 e;
3.1.8 f;
3.1.8 g

Page 2

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)
BAFO REQUEST NO.: 002, REVISION #001
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 04-03-06

REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

RETURN BAFO RESPONSE NO LATER THAN 04-07-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelop:e or package. Sealed BAFOs should be in DPMM office (301 W High Street,
Room (30) by the return date and time.
(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

(U.S. Mail)
or
RETURN BAFO RESPONSE TO: DPMM
POBOX 809
JEFFERSON CITY MO 65102-0809
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS

DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all tenns and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and any previously issued BAFO requests. The offeror agrees that the language of the original RFP as
modified by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
contlict with hislhis proposal. The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding
contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
DOING BUSINESS AS (DBA) NAME

LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

MAILING ADDRESS

IRS FORM 1099 MAILING ADDRESS

CITY, STAn:, ZIP CODE

CITY, STATE, ZIP CODE

CONTACT PERSON

EMAIL ADDRESS

PHONE

FAX NUMBER

NUMB~;R

I

TAXPAYER ID NUMBER (TINI

TAXPAYER ID (TIN) lYPE (CHECK ONE)

-

FEIN

-

SSN

VENDOR TAX FILING lYPE WITH IRS (CHECK ONE)

Corporation

Individual

I

VENDOR NUMBER (IF KNOWN)

(NOTE: LLC IS NOT A VALID TAX FILING TYPE.1

State/Local Govenllllellt

Partnership

AUTIIORIZt:D SIGNATURE

DATE

PRINn:l) NAME

TITLE

Sole Proprietor

Other

82Z05070

8AFO #002, Revision #001

OFFENDER TELEPHONE SERVICES
INFORMA TION TECHNOLOGY SERVICES DIVISION
RFP 82Z05070 is hereby amended by 8AFO #002, Revision #001 as follows:
The following paragraphs have been revised:
3.1.8
4.4.1
Exhibit C-l, 1. u.
The following paragraphs have been added:
1.2.7;
1.2.8;
1.2.9;
3.1.8 a., and subparagraphs 1),2), and 3);
3.1.8 b;
3.1.9;
3.1.10;
3.1.11;
3.1.12;
3.1.13;
3.1.14;
3.1.15;
3.1.16;
3.1.17;
3.1.18;
3.1.19;
3.1.20;
3.1.21 ;
Exhibit C-l, 1. X
The following Exhibits have been revised:
Exhibit A;

Page 2

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

BAFO REQUEST NO.: 002
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 03-21-06

RETURN BAFO RESPONSE NO LATER THAN 03-28-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Sealed BAFOs should be in DPMM office (30 I W High Street,
Room 630) by the return date and time.
(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

(U.S. Mail)
RETURN BAFO RESPONSE TO: DPMM
or
PO BOX 809
JEFFERSON CITY MO 65102-0809
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS

DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:
VARlO US CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items andlor services, at the prices
quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and any previously issued BAFO requests. The offeror agrees that the language of the original RFP as
modified by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
conflict with his/his proposal. The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized onicial of the State of Missouri, a binding
contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
DOING BlfSINESS AS (DBA) NA~n:

LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX m NO.

MAILING ADDRESS

IRS FORM 1099 MAILING ADDRESS

CITY. STATE, ZIP CODE

CITY, STATE. ZIP CODE

CONTACT PERSON

EMAIL ADDRF.ss

PI/ONE NUMB.:R

FAX NUMBER

I

TAXPAYER ID NUMBF.R (TIN)

TAXPAYER ID (TIN) TYPE (CHECK ONE)

_FEIN

_SSN

Individual

State/local Govemment

Partnership

AIJTHORIZED SIGNATURE

DATE

NA~1t:

TInE

PRINTED

VENDOR NUMBER (IF KNOWN)

(NOTE: LLC IS NOT A VALID TAX FILING TYPE.)

VENDOR TAX FII.I:\'G TYPE WITH IRS (CHECK ONE)

Corporation

I

Sole Proprietor

Other

B2Z05070

BAFO#002

OFFENDER TELEPHONE SERVICES
INFORMATION TECHNOLOGY SERVICES DIVISION
RFP B2Z05070 is hereby amended by BAFO #002, Revision #001 as follows:
The following paragraphs have been revised:
4.2.1 a;
4.4.1
The following paragraphs have been added:
3.1.8;
4.2.1 b;
Exhibit C-l, 1. t;
Exhibit C-l, l. u;
Exhibit C-l, l. v;
Exhibit C-l, 1. w
The following Exhibits have been revised: Exhibit A

Page 2

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

BAFO REQUEST NO.: 001, REVISION #002
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 02-15-06

RETURN BAFO RESPONSE NO LATER THAN 02-21-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand corner of the
envelope or package. Sealed BAPOs should be in DPMM office (301 W High Street,
Room 630) by the return date and time.
(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

(U.S. Mail)
or
RETURN BAFO RESPONSE TO: DPMM
POBOX 809
JEFFERSON CITY MO 65102-0809
CONTRACT PERIOD REVISED BY BAFO #001, REVISION #002
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS

DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:

v ARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and any previously issued BAFO requests. The offeror agrees that the language of the original RFP as
modified by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
confl ict with his/his proposal. The otTeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding
contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
DOING BUSINESS AS (DBA, NAME

LEGAL NAME OF ENTITY/INDIVIDUAl. FILED WITH IRS FOR THIS TAX ID NO.

MAILING ADDRESS

IRS FORM 1099 MAII.ING ADDRESS

<:rry, STATE, ZIP COD.:

CIl"Y, STATE, ZIP COD~:

CONTACT PERSON

EMAIL ADDRESS

PHONE NUMBER

FAX NUMBER

I

TAXPAYER ID NUMBER ("TIN,

TAXPAn:R ID (TIN, TYPF. (CIU:<:K ONE)

_FEIN

_SSN

VENDOR TAX FILING TYPE WITIIIRS (CHF.CK ONE,

Corporal ion

Individual

I

VESDOR NUMBER (IF KNOWN,

(NOT!!: LI,C IS NOT A VALID TAX .·IUNG TYPE.'

State/Local Government

Partnership

AUTHORIZED SIGNATlIRt:

DATE

PRINTED NAME

"rITU:

Sole Proprietor

Other

B2Z05070

BAFO #001, REVISION #002

PAGE 2

OFFENDER TELEPHONE SERVICES
INFORMATION TECHNOLOGY SERVICES DIVISION
RFP B2Z05070 is hereby amended by BAFO #00 I, Revision #002 to correct the contract period stated on page
one, signature page, to DATE OF AWARD THROUGH FIVE YEARS.

--------------------------------------

ST ATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

BAFO REQUEST NO.: 001, REVISION #001
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 02-14-06

RETURN BAFO RESPONSE NO LATER THAN 02-21-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Sealed SAFOs should be in DPMM office (30 I W High Street,
Room 630) by the return date and time.

(U.S. Mail)
RETURN BAFO RESPONSE TO: DPMM
or
PO BOX 809
JEFFERSON CITY MO 65102-0809

(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH ONE YEAR
DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The otlcror hereby declares understanding, agreement and certification of compliance to provide the items andlor services, at the prices
quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and any previously issued BAFO requests_ The utlcror agrees that the language of the original RFP as
moditied by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
contlict with his/his proposal. The offeror further agrees that upon receipt of an authorized purchase order trom the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding
contract shall exist between the offeror and the State of Missouri_

SIGNATURE REQUIRED
LEGAL NAME OF ESTITY/INDIVIDUAI ••"II.ED WITH IRS FOR THIS TAX ID NO.

DOING BUSISESS AS (DBM NM,.:

~IAII.ING

IRS FORM 10991\I.\II.ISG ADDRESS

ADDRESS

C ..TV, STATE, ZIP CODE

CITY. STATE, ZIP CODE

CONTACT PERSOS

EMAIL ADDRESS

PilON}; NUMBER

FAX NUMBER

I

TAxp,\n:R 10 NUMBER (TIN)

\'~:NOOR

TAXPAYER ID (TIN) TYPE (CHECK ONE,

_

FEIN

_SSN

Individual

VESOOR NUMBER (It" KNOWN,

(NOTE: LLC IS NOT A VALID T,\X nUSG n'pE.,

TAX FILING n'PE WITlIIRS ((HFoCK ONE)

Corporation

1

Slate/Local Government

Partnership

AUTIIORIZED SIGNATURt;

DATE

PRINTED NAME

TITLE

Sole Proprietor

Other

BAPO #001, REVISION #001

B2Z05070

OFFENDER TELEPHONE SERVICES
INFORMATION TECHNOLOGY SERVICES DIVISION
RFP B2Z05070 is hereby amended by BAFO #00], Revision #001 as follows:

The following paragraphs have been revised:
Exhibit A.I, subparagraph a;
Exhibit A.I , subparagraph b;
Exhibit C-I , subparagraph 1 s;
Exhibit C-l, subparagraph 4;
The following paragraphs have been added:
3.1.6;
3.1.7

Page 2

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR BEST AND FINAL OFFER (BAFO)
FOR REQUEST FOR PROPOSAL (RFP)

REQ NO.: NR 3002150000041
BUYER: JOHNSTOBBART
PHONE NO.: (573) 751-3796
E-MAIL: john.stobbart@oa.mo.gov

BAFO REQUEST NO.: 001
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICE
ISSUE DATE: 02-03-06

RETURN BAFO RESPONSE NO LATER THAN 02-14-06 AT 5:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

·Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Sealed BAFOs should be in DPMM office (301 W High Street,
Room (30) by the return date and time.
(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

(U.S. Mail)
RETURN BAFO RESPONSE TO: DPMM
or
PO BOX 809
JEFFERSON CITY MO 65102-0809
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS

DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The otferor hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all tenns and conditions, requirements, and specifications of the original RFP as modified by any previously
issued RFP amendments and by this and any previously issued BAFO requests. The otlcror agrees that the language of the original RFP as
modi tied by any previously issued RFP amendments and by this and any previously issued BAFO requests shall govern in the event of a
connict with hislhis proposal. The offeror further agrees that upon receipt of an authorized purchase order nom the Division of Purchasing
and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding
contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
U:GAL IliAME 01' EIliTnYII:O;DlnDUAI.

MAILING ADDRESS

CITY. STATE. ZII'COO.:

CONTACT PERSON

EMAIL AODR[SS

1'1I0NE NUMBER

F/.X NUMBER

TAXPAYER ID

NU~IBER

I

ITIIIi)

TAXPAYER ID (TIN) TYPE (CIIECK ONE)

-

FEIN

-

SSN

I

VENDOR NUMB[R (IF KNOWN)

VENDOR TYPE (CIIECK ONE)

Corporation

Individual

State/Local Government

Partnership

AUTIIORIZED SIGNATURE

DATE

PRINn:» NAM[

TInE

Sole Proprietor

Other

8AFO#1

82Z05070

OFFENDER TELEPHONE SERVICES
INFORMATION TECHNOLOGY SERVICES DIVISION

RFP 82Z05070 is hereby amended by BAFO #001 as follows:
The following paragraphs have been REVISED:
Exhibit A1;
Exhibit AI, subparagraph a;
Exhibit AI, subparagraph b;
Exhibit C-l, subparagraph 4.

The following paragraphs have been ADDED:
C-I, subparagraph 1 s;
Exhibit C-l, subparagraph 3 c;
Exhibit C-l, subparagraph 5 a.

Page 1

----- ----------_.

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)

REQ NO.: NR 3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

AMENDMENT NO.: 007
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: September 13, 2005

RETURN PROPOSAL NO LATER THAN: SEPTEMBER 23,2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Delivered sealed proposals must be in DPMM office (30 I W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX S09
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all tcrms and conditions, requirements, and specifications of the original RFP as modified by this and any
previously issued RFP amendments_ The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendment(s) and the original RFP document. The otferor agrees that the language of the original RFP as moditied by this and any
previously issued RFP amendments shall govern in the event of a contlict with hislher proposal. The otTeror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized onicial of the State of Missouri, a binding contract shall exist between the offeror and the State of M issoun.

SIGNATURE REQUIRED
LEGAL NAME OF ENTlTYIINDI\'IDU,\I.

MAILI:\'G ADDRESS

CITY, STATE, ZII'CODE

};MAIL ADDRESS

CONTACT PERSON

PIIONE

}-AX NUMBER

NU~lBER

TAXPAYER ID (TIN' TYPE (CIU:CK ONE,

TAXPAYER ID NUMBER (TIN,

-

FEIN

-

\'ENDOR NUMBER (IF KNOWN,

SSN

\'ESDQR TYPE (CHECK ONE,

Corporation

Individual

State/Local Government

Partnership

AUTHORIZED SIGNATURE

DATE

PRINTED NAME

TITU:

Sole Proprietor

Other

B2Z05070

AMENDMENT 007

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:

Offerors are hereby notified of the following revision:
-- Exhibit E, MBE/WBE Participation, has been revised.

ST ATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)
AMENDMENT NO.: 006
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: September 9, 2005

REQNO.: NR3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

RETURN PROPOSAL NO LATER THAN: SEPTEMBER 23, 2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand corner of the
envelope or package. Delivered sealed proposals must be in DPMM office (301 W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
V ARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The otleror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by this and any
previously issued RFP amendments. The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendmcnt(s) and the original RFP document. The offeror agrees that the language of the original RFP as modi tied by this and any
previously issued RFP amendments shall govern in the event of a eont1iet with hislher proposal. The otreror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued hy an authorized official of the State of Missouri, a binding contract shall exist between the otreror and the State of Missouri.

SIGNATURE REQUIRED
LEGAL NAMt: OF ENTITY/INDlYIDUAL

MAILING A[)DR):SS

CITI', STATt:'1.IP CODE

CO~TACT

P.;RSON

EMAIL ADDRF.SS

PilON.: NIIM8):R

TAXPAn:R

II} ~lJ~18ER

FAX NUM8ER

(TIS)

TAXPA\·F.R ID rWoij H'PE (CIIECK ONE)

VENDUR

TYP~;

FEIN

-

VE~DOR

NUM8ER (If KNOWNj

SSN

(CHECK ONE)

Corpmation

Individual

SlatdLocal Government

Partncrshi p

AllTlIORI1..:D SIGNATURE

DATE

PR ........ E))

TITLE

~Mn:

Sole Proprietor

Other

AMENDMENT 006

B2Z05070

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated
Cltange To

Retum Proposal No Later Than: SEPTEMBER 16,2005 AT 2:00 PM CENTRAL TIME
Return Proposal No Later Titan: SEPTEMBER 23. 2005 A T 2:00 PM CENTRAL TIME

The following paragraphs have been REVISED: 4.1.1, 4.2.1 and 4.2.6
The following paragraph has been ADDED: 2.19
The following section has been ADDED: 5
The following exhibit has been ADDED: E

- - - - - - - - - - - - - - - - - - - - - - - - - - ---

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)
AMENDMENT NO.: 005
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: September 7, 2005

REQ NO.: NR 3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

RETURN PROPOSAL NO LATER THAN: SEPTEMBER 16,2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Delivered sealed proposals must be in DPMM office (301 W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
VARlO US CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all tenns and conditions, requirements, and specifications of the original RFP as moditied by this and any
previously issued RFP amendments. The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendment{s) and the original RFP document. The offeror agrees that the language of the original RFP as modi tied by this and any
previously issued RFP amendments shall govern in the event of a conflict with hislher proposal. The offeror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized onidal of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
LEGAL SAME OF ESTIT¥IISDI\'IDUAI.

MAILING ADDRESS

CITY, STATE, ZIP CODE

<:ONTACT PERSON

EMAil. ADDRESS

PHONE NUMBER

.'AX NUMBER

TAXPA¥ER ID SU~IBER (TIN)

TAXPA¥ER ID (TIN) TYPE (CIIECK ONE)

-

FEIN

-

VENDOR NUMBER (IF KNOWN,

SSN

VENDOR TYPE (CHECK ONE,

COIporation

Individual

State/Local Government

Partnership

AUTHORIZED SIGNATURE

DATE

PRINTED NAME

TITU:

Sole Proprietor

Other

AMENDMENT 005

82Z05070

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated

Return Proposal No Later Than: SEPTEMBER 9,2005 AT 2:00 PM CENTRAL TIME

Change To

Return Proposal No Later Than: SEPTEMBER 16. 2005 AT 2:00 PM CENTRAL TIME

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR 3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751~1692
E~MAJL: ted.wilson@oa.mo.gov

AMENDMENT NO.: 004
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: August 22, 2005

RETURN PROPOSAL NO LATER THAN: SEPTEMBER 9, 2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand corner of the
envelol'e or package. Delivered sealed proposals must be in DPMM office (301 W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET. ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The otleror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as moditied by this and any
previously issued RFP amendments. The offeror shou Id, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendment(s) and the original RFP document. The otferor agrees that the language of the original RFP as modi tied by this and any
previously issued RFP amendments shall govern in the event of a conflict with hislher proposal. The offeror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized otlicial of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
LEGAL NAME OF ENTITYJINDI\"IDUAL

MAILING ADDRF.sS

CITY, STATE, ZIP CODE

CONTACT PERSON

IlMAIL ADDRESS

PIIONE NUMBER

FAX NUMBER

T,\XPAYER /0 NUMBER (TIN,

TAXPAYF.R ID (TIN, TYPE (CHECK ONE,

-

FEIN

~

YENDOR NUMBIlR (IF KNOWN.,

SSN

VENDOR TYPE (CHECK ONE,

Corporation

-

Individual

State/Local Govcnullcnl

Partnership

AUTIIORIZt:11 SIGNATl;RE

DATE

PRINTED NAME

TITLE

Sole Proprietor

Other

AMENDMENT 004

B2Z05070

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated

Return Proposal No Later Than: AUGUST 26, 2005 AT 2:00 PM CENTRAL TIME

Change To

Return Propo.\"al No Later Than: SEPTEMBER 9. 2005 AT 2:00 PM CENTRAL TIME

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

AMENDMENT NO.: 003
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: AUGUST 11,2005

RETURN PROPOSAL NO LATER THAN: AUGUST 26, 2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand corner of the
envelope or package. Delivered sealed proposals must be in DPMM office (30] W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
V ARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The ofTeror hereby declares undcrstanding, agreement and certitication of compliance to provide the items and/or services, at the prices
quoted, in accordance with all tenns and conditions, requirements, and specifications of the original RFP as modified by this and any
previously issued RFP amendments. The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendment(s) and the original RFP document. The ofTeror agrees that the language of the original RFP as modified by this and any
previously issued RFP amendments shall govcrn in the event of a contlict with hislher proposal. The offeror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized onidal of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
I.~:G.\L SA~IE

0.' .:!'I'TITYIISDlYlDll,\l.

MAILING ADDR.:SS

CITY. STATE. ZIP (:ODE

CONTACT PERSON

EMAIL ADDRESS

PII().~·E

FAX NUMBER

Nl'MBt:R

TAXPAYER ID NllMBER (TI['I;,

TAXPAYER ID (TIN, TYPE KIIECK ONE,

-

FEIN

-

VElI:OOR NUMBt:R (IF KNOWN,

SSN

n;['I;DOR TYPE (Cm;<:K ONE)

Corporation

Individual

State/Local Govemment

Partnership

,\UTIIORIZED Slf;SATURE

DAn:

PRINTED

TITU:

NAM~:

Sole Proprietor

Other

AMENDMENT 003

B2Z05070

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated

Return Proposal No Later Than: AUGUST 12,2005 AT 2:00 PM CENTRAL TIME

Change To

Return Proposal No Later Than: AUGUST 26.2005 AT 2:00 PM CENTRAL TIME

------------~~~~~~~~--~-~~--

---

ST ATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)

AMENDMENT NO.: 002
RFP NO.: B2Z0S070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: JULY 21,2005

REQ NO.: NR 3002150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

RETURN PROPOSAL NO LATER THAN: AUGUST 12,2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Delivered sealed proposals must be in DPMM office (301 W High
Street, Room 630) by the return date and time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
PO BOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTIN ATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The ona-or hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
quoted. in accordance with all terms and conditions, requirements. and specifications of the original RFP as moditied by this and any
previously issued RFP amendments. The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP
amendment(s) and the original RFP document. The offeror agrees that the language of the original RFP as moditied by this and any
previously issued RFP amendments shall govern in the event of a contlict with hislher proposal. The offeror further agrees that upon
receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized otlicial of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.

SIGNATURE REQUIRED
LEGAL NAME OF ENTlTYIINDIVIDUAL

MAILING ADDRESS

CITY, STATE, ZIP CODF.

CONTACT PERSON

EMAIL ADDRESS

PHONE NUMBER

FAX NUMBER

TAXPAYER ID NUMBER (TIN)

TAXPAYER ID (11:-.1) TYPE (CHECK ONE)

-

FEIN

-

VENDOR NUMBER (IF KNOWN)

SSN

VENDOR TYPE (CHECK ONE)

Corporation

Individual

State/local Government

Partnership

AUTHORIZED SIGNATURE

DATE

PRINTED NAME

TITLE

Sole Proprietor

Other

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --

B2Z05070

AMENDMENT 002

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE FOLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated

Return Proposal No Later Than: JULY 28, 2005 AT 2:00 PM CENTRAL TIME

Change To

Return Proposal No Later Than: AUGUST 12.2005 AT 2:00 PM CENTRAL TIME

STATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)
REQ NO.: NR 300 2150000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

AMENDMENT NO.: 001
RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: JULY 8, 2005

RETURN PROPOSAL NO LATER THAN: JULY 28,2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

Print or type RFP N umber and Return Due Date on the lower left hand comer of the
envelope or package. Delivered sealedJroposals must be in DPMM office (30 I W High
Street, Room 630) by the return date an time.

RETURN PROPOSAL AND AMENDMENT(S) TO:
(U.S. Mail)
DPMM
POBOX 809
JEFFERSON CITY MO 65102-0809

or

(Courier Service)
DPMM
301 WEST HIGH STREET, ROOM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The otferor hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices
4uoted, in aceordancc with all tenns ami conditions, n ..'(juirements, and specifications of the original RFP as modified by this and any
previously issued RFP amendmcnts. The otfcror shou ld, as a matter of clarity and assurance, also sign and return all previously issued RFP
umemlment(s) and the original RFP document. The offeror agrees that the language of the original RFP as modified by this and any
previously issued RFP amendments shall govern in the event of a conflict with hislher proposal. The offeror further agrees that upon
receipt of an authorized purchase order from the Divi sion of Purchasing and Materials Management or when a Notice of Award is signed
and issued by an authorized official of thc State of M iss()uri, a binding contract shall exist between the offemr and the State of Missouri.

SIGNATURE REQUIRED
U(;,\ •. NAME OF ENTITY/INDIVIDUAL

MAII.ISG ADDRESS

CITY, STATE, ZIP com;

CONTACT PERSON

EMAIL ADDRESS

PItONE NUMBER

.'AX NUMBER

TAXPAn:R ID (TIN) TYPE (Cln:CK ONE)

TAXPA \'ER ID NUMBER ITIN)

\"~:NDOR

FEIN

-

"ESDOR NUMBER IIF KNOWN,

SSN

TYPE (ClU:CK ONE,

Corporation

Individual

State/Local Government

Partnership

AUTHORIZED SIGNATUR~;

D,\n:

PRINTF.D NAME

TlTI.~:

Sole Proprietor

Other

B2Z05070

AMENDMENT 001

PAGE 2

TITLE: OFFENDER TELEPHONE SERVICES
CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
PROSPECTIVE OFFERORS ARE HEREBY NOTIFIED OF THE .'OLLOWING CHANGES:
PROPOSAL DUE DATE:
As Stated
Return Proposal No Later Than: JULY 21,2005 AT 2:00 PM CENTRAL TIME
Change To
Return Proposal No Later Than: JULY 28, 2005 AT 2:00 PM CENTRAL TIME
The tollowing paragraphs have been REVISED: 1.2.1 and 3.1.1
The following paragraph has been ADDED and REVISED: 4.2.1 a.
NOTE: Changes made as a result of this amendment have been italicized and bolded.

ST ATE OF MISSOURI
OFFICE OF ADMINISTRATION
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)
REQUEST FOR PROPOSAL (RFP)

REQ NO.: NR 30021505000041
BUYER: TED WILSON
PHONE NO.: (573) 751-1692
E-MAIL: ted.wilson@oa.mo.gov

RFP NO.: B2Z05070
TITLE: OFFENDER TELEPHONE SERVICES
ISSUE DATE: JUNE 23, 2005

RETURN PROPOSAL NO LATER THAN: JULY 21, 2005 AT 2:00 PM CENTRAL TIME
MAILING INSTRUCTIONS:

RETURN PROPOSAL TO:

Print or type RFP Number and Return Due Date on the lower left hand comer of the
envelope or package. Delivered sealed proposals must be in DPMM office (301 W High
Street, Room 630) by the return date and time.
(U.S. Mail)
DPMM
or
PO BOX 809
JEFFERSON CITY MO 65102-0809

(Courier Service)
DPMM
301 WEST HIGH STREET, RM 630
JEFFERSON CITY MO 65101

CONTRACT PERIOD: DATE OF AWARD THROUGH FIVE YEARS
DELIVER SUPPLIES/SERVICES FOB DESTINATION TO THE FOLLOWING ADDRESS:
VARIOUS CORRECTIONAL INSTITUTIONS
THROUGHOUT THE STATE OF MISSOURI
The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services. at the prices
quoted, in m:cordanee with all requirements and specifications contained herein and the Terms and Conditions Request for Proposal
(Revised 01/21/05). The otlcror further agrees that the language of this RFP shall govern in the event of a conflict with hislher proposal.
The ofteror further agrees that upon receipt of an authorized purchase ordcr from the Division of Purchasing and Materials Management or
when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding contract shall exist between the
offeror and the State of Missouri.

SIGNATURE REQUIRED
I.~:GAL

NAME Of

~:NTITYIINDIVIDUAI.

MAILING ADDR.:SS

CITY, STATE, ZIP U)oE

CONTACT PERSON

EMAIL ADDRESS

PIIONE

FAX NUMBER

NV~18ER

TAXPAYER ID NUMBER (TIN,

TAXPAYER ID (TIN' TYPE (CHECK ONE,

-

FEIN

-

VENDOR NUMRF.R (IF KNOWN,

SSN

\'F.SDOR TYPE (DIECK ONE'

Corporation

Individual

State/Local Govcmment

Partnership

AliTIIORIZ.:D SIGNATURE

DATE

PRINTED NAM.:

TlTI.~:

Sole Proprietor

Other

Page 2

B2Z05070

1.

INTRODUCTION

1.1

Purpose:

1.1.1

This document constitutes a request for sealed proposals from prospective offerors for the provision of an
offender telephone service at the various existing and future correctional institutions operated by the
Missouri Department of Corrections (referred to hereinafter as the "agency"), and to provide all operator
assisted and automated telephone services to the offenders in accordance with the requirements and
provisions stated herein.

1.2

Background Information:

I PARAGRAPH REVISED BY AMENDMENT #001
1.2.1

The total number of calls and minutes of International calls is unknown. The total number of calls and
minutes of local, intralata, interlata, and interstate used during calendar year 2004 by the current Offender
Telephone Services contract was as follows:

Calls
Local
Intralata
Interlata
Interstate

165,387
1,705,289
1,429,198
242,319

Minutes
5,758,658
35,667,684
28,852,067
4,356,588

1.2.2

While previous calling infonnation is provided, no guarantee is made by the state on future call volumes
or the distribution of those call volumes by call type or location.

1.2.3

There are approximately 31,073 otTenders in the Department of Corrections institutions related to the
contract. This number may fluctuate.

1.2.4

Current Offender Telephone Services: The current contract for Offender Payphone Services was
established by the Division of Purchasing and Materials Management with MCL The contract number is:
C200061 00 1
and
may
be
viewed
or
downloaded
at
Internet
address:
http://www.oa.state.mo.lIs/plll"ch/webimaging/Homepage.htm.

PARAGRAPH ADDED BY BAFO #002, REVISION #002

a.

The current contract i!o' limited to the Offender Payphone Services only. The network connectivity
associated with the Department of Correction's private network for data transmission has been
acquired separate from thi~' contract.

1.2.5

The current contractor, MCI, owns all equipment provided and installed by the contractor. The State of
Missouri owns the existing cabling.

1.2.6

The current estimated number of installed telephones and recording and monitoring workstations are
listed in RFP paragraphs 3.1.1.

PARAGRAPH ADDED BY BAFO #002, REVISION #001

1.2.7

The following Department of Corrections facilitie ... currently use the Southwestern Bell frame relay
cloud:
Eastern Reception & Diagnostic Correctional Center - 2727 Highway K - Bonne Terre, MO
Boonville Correctional Center & Boonville Treatment-1216 East Morgan Street- Boonville
Crossroad!o' Correctional Center - 1115 E Pence - Cameron
Southeast Correctional Center - 300 Pedrp Simmons Drive - Charle,\'(on
Chillicothe Correctional Center - 1500 3' Street - Chillicothe

82Z05070

Page 3

Western Mif!l'!wuri Correctional Center - 609 E Pence - Cameron
Farmington Correctional Center-IOn W Columbia Street - Farmington
Ozark Correctional Center -1192 Honor Camp Lane - Fordland
Fulton Reception & Diagnostic Center - 1393 Route 0 - Fulton
South Central Correctional Center - 255 W Highway 32 - Licking
Potosi Correctional Center - 11593 State Road 0 - Potosi
Missouri Eastern Correctional Center-18701 Old Highway 66 -Pacific
Moberly Correctional Center - 5201 S Morley - Moberly
Northeaf!l·t Correctional Center - 13608 Pike 46 Airport Road - Bowling Green
Western Reception, Diagnostic & Cor. Center - 3401 Faraon Street - St. Joseph
Women '.\' Reception and Diagnostic Center -1101 E Hwy 54 - Vandalia
PARAGRAPH ADDED BY BAFO #002, REVISION #001
1.2.8

Thefollowing Department of Correctiom"facilities currently u.\'e the Sprint frame relay cloud:
Maryville Treatment Center- 30227 US Hwy 136 - Maryville, MO
Tipton Correctional Center - 619 N D.'tage Avenue - Tipton, MO

PARAGRAPH ADDED BY BAFO #002, REVISION #001
1.2.9

The following Department of Corrections facilities currently use the point to point circuits to the State
Data Center - 301 W High - Jefferson City:
Jefferson City Correctional Center - 8200 Fence Line Road - Jefferson City, MO
Algoa Correctional Center - 8501 Fence Line Road - Jefferson City, MO

1.3

Offeror's Contacts:

1.3.1

Offerors and their agents (including subcontractors, employees, consultants, or anyone else acting on their
behalf) must direct all of their questions or comments regarding the RFP, the evaluation, etc. to the buyer
of record indicated on the first page of this RFP. Otl'erors and their agents may not contact any other state
employee regarding any of these matters during the solicitation and evaluation process. Inappropriate
contacts are grounds for suspension and/or exclusion from specific procurements. Offerors and their
agents who have questions regarding this matter should contact the buyer of record.

1.4

Bonding Requirements:

1.4.1

Proposal Security Deposit: A proposal security deposit in the amount specified herein must be submitted
with offeror's proposal (see Paragraph 4.1.5 for more details).

1.4.2

Performance Security Deposit: A performance security deposit in the amount specified herein must be
furnished by the awarded contractor(s) within thirty (30) days after contract award (see paragraph 2.8 for
more details).

1.5

Tour of Facility:

1.5.1

To ensure that the offeror understands the requirements, a tour of any of the facilities listed in RFP
paragraph 3.1.1, may be arranged by contacting the Division of Purchasing and Materials Management.
At least twenty-four hours notice is required before a site visit. Contractor shall provide the name of the
company, names of employees attending, their social security number, and date of birth. A security check
will be completed with this information prior to admittance to the facility. Facility staff will accompany
the contractors while they are on site. Facility business hours are 7:30 a.m. through 4:00 p.m., Monday
through Friday.

1.6

Wage Order Attachments:

82Z05070

Page 4

1.6.1

The offeror is advised that attachments exist to this document which include infonnation critical to the
requirements of this RFP. However, due to the size of the electronic files, they are not able to be
incorporated into this document but, instead, must be downloaded from the State of Missouri website.
Please refer to http://www.oa.mo.gov/hids/b2z05070.ht111. It shall be the sole responsibility of the offeror
to obtain the attachments. The offeror shall not be relieved of any responsibility for perfonnance under
the contract due to the failure of the offeror to obtain copies of the attachments.

2.

CONTRACTUAL REQUIREMENTS:

2.1

Contract Period:

2.1.1

The original contract period shall be date of award through five (5) years. The contract shall not bind, nor
purport to bind, the state for any contractual commitment in excess of the original contract period.

2.2

Price:

2.2.1

All prices shall be as indicated on the Pricing Page. The state shall not pay nor be liable for any costs
including but not limited to taxes, shipping charges, insurance, interest, penalties, tennination payments,
attorney fees, liquidated damages, etc.

2.3

Contractor Liability:

2.3.1

The contractor shall he responsible for any and all personal injury (including death) or property damage
as a result of the contractor's negligence involving any equipment or service provided under the tenns and
conditions, requirements and specifications of the contract. In addition, the contractor assumes the
obligation to save the State of Missouri, including its agencies, employees, and assignees, from every
expense, liability, or payment arising out of such negligent act. The contractor also agrees to hold the
State of Missouri, including its agencies, employees, and assignees, harmless for any negligent act or
omission committed by any subcontractor or other person employed by or under the supervision of the
contractor under the tenns of the contract.

2.3.2

The contractor shall not be responsible for any injury or damage occurring as a result of any negligent act
or omission committed by the State of Missouri, including its agencies, employees, and assignees.

2.3.3

Under no circumstances shall the contractor be liable for any of the following: (I) third party claims
against the state for losses or damages (other than those listed above); (2) loss of, or damage to, the state's
records or data; or (3) economic consequential damages (including lost profits or savings) or incidental
damages, even if the contractor is intonned of their possibility.

2.4

Force Majeure:

2.4.\

The contractor shall not be liable for any excess costs for delayed delivery of goods or services to the
State of Missouri, if the failure to perform the contract arises out of causes beyond the control of, and
without the fault or negligence of the contractor. Such causes may include, however are not restricted to:
acts of God, fires, floods, epidemics, quarantine restrictions, strikes, and freight embargoes. [n all cases,
the failure to perform must be beyond the control of, and without the fault or negligence of, either the
contractor or any subcontractor(s). The contractor shall take all possible steps to recover from any such
occurrences.

2.5

Termination:

2.S.1

The Division of Purchasing and Materials Management reserves the right to terminate the contract at any
time, for the convenience of the State of Missouri, without penalty or recourse, by giving written notice to
the contractor at least thirty (30) calendar days prior to the effective date of such termination. The
contractor shall be entitled to receive just and equitable compensation for services and/or supplies

---------------------------

82Z05070

-----

Page 5

delivered to and accepted by the State of Missouri pursuant to the contract prior to the effective date of
termination.

2.6

Subcontractors:

2.6.1

Any subcontracts for the products/services described herein must include appropriate provisions and
contractual obligations to ensure the successful tulfillment of all contractual obligations agreed to by the
contractor and the State of Missouri and to ensure that the State of Missouri is indemnified, saved, and
held harmless from and against any and all claims of damage, loss, and cost (including attorney fees) of
any kind related to a subcontract in those matters described in the contract between the State of Missouri
and the contractor. The contractor shall expressly understand and agree that he/she shall assume and be
solely responsible for all legal and financial responsibilities related to the execution of a subcontract. The
contractor shall agree and understand that utilization of a subcontractor to provide any of the
products/services in the contract shall in no way relieve the contractor of the responsibility for providing
the products/services as described and set forth herein. The contractor must obtain the approval of the
State of Missouri prior to establishing any new subcontracting arrangements and before changing any
subcontractors. The approval shall not be arbitrarily withheld.

2.7

Assignment:

2.7.1

The contractor shall not transfer any interest in the contract, whether by assignment or othelWise, without
the prior written consent of the Division of Purchasing and Materials Management.

2.8

Performance Security Deposit:

2.8.1

The contractor must furnish a performance security deposit in the form of an original bond issued by a
surety company authorized to do business in the State of Missouri (no copy or facsimile is acceptable),
check, cash, bank draft, or irrevocable letter of credit to the Office of Administration, Division of
Purchasing and Materials Management within thirty (30) days after award of the contract and prior to
performance of service under the contract or any installation of equipment. The performance security
deposit must be made payable to the State of Missouri in the amount of $200,000.00. The contract
number and contract period must be specified on the performance security deposit. In the event the
Division of Purchasing and Materials Management exercises an option to renew the contract for an
additional period, the contractor shall maintain the validity and enforcement of the security deposit for the
said period, pursuant to the provisions of this paragraph, in an amount stipulated at the time of contract
renewal, not to exceed the total contract price for the option period.

2.9

Inventions, Patents, and Copyrights:

2.9.1

The contractor shall report to the state promptly and in reasonable written detail, each notice or claim of
patent or copyright infringement based on the performance of the contract of which the contractor has
knowledge.

2.9.2

The state agrees that the contractor has the right to defend or at its option to settle, and the contractor
agrees to defend at its own expense or at its option to settle, any claim, suit or proceeding brought against
the state on the issue of infringement of any United States patent or copyright by any product, or any part
thereot: supplied by the contractor to the state under this agreement. The contractor agrees to pay, subject
to the limitations hereinafter set forth in this paragraph, any final judgment entered against the state on
such issue in any suit or proceeding defended by the contractor. The state agrees that the contractor at its
sole option shall be relieved of the foregoing obligations unless the state notifies the contractor promptly
in writing of any such claim, suit, or proceeding, and at the contractor's expense, gives the contractor
proper and full infonnation needed to settle and/or to defend any such claim, suit, or proceeding. If the
product, or any part thereof, furnished by the contractor to the state becomes, or in the opinion of the
contractor may become, the subject of any claim, suit, or proceeding for infringement of any United
States patent or copyright, or in the event of any adjudication that such product or part infringes any

B2Z05070

Page 6

United States patent or copyright, or if the use, lease, or sale of such product or part is eJ~oined, the
contractor may, at its option and its expense: (1) procure for the state the right under such patent or
copyright to use, lease, or sell as appropriate such product or part, or (2) replace such product or part with
other product or part suitable to the state, or (3) suitably modify such product or part, or (4) discontinue
the use of such product or part and refund the aggregated payments and transportation costs paid therefore
by the state, less a reasonable sum for use and damage. The contractor shall have no liability for any
infringement based upon: (1) the combination of such product or part with any other product or part not
fumished to the state by the contractor, or (2) the modification of such product or part unless such
modification was made by the contractor, or (3) the use of such product or part in manner for which it was
not designed.
2.9.3

The contractor shall not be liable for any cost, expense, or compromise, incurred or made by the state in
conjunction with any issue of infringement without the contractor's prior written authorization. The
foregoing defines the entire warranty by the contractor and the exclusive remedy of the state with respect
to any alleged patent infringement by such product or part.

2.10

Insurance:

2.10.1 The contractor shall understand and agree that the State of Missouri cannot save and hold harmless and/or
indemnify the contractor or employees against any liability incurred or arising as a result of any activity
of the contractor or any activity of the contractor's employees related to the contractor's performance
under the contract. Therefore, the contractor must acquire and maintain adequate liability insurance in the
form(s) and amount(s) sufficient to protect the State of Missouri, its agencies, its employees, its clients,
and the general public against any such loss, damage and/or expense related to his/her perfonnance under
the contract.

2.11

Coordination:

2.11.1

The contractor shall fully coordinate all contract activities with those activities of the state agency. As the
work of the contractor progresses, advice and information on matters covered by the contract shall be
made available by the contractor to the state agency or the Division of Purchasing and Materials
Management throughout the effective period of the contract.

2.12

Property of State:

2.12.1

All reports, documentation, and material developed or acquired by the contractor as a direct requirement
specified in the contract shall become the property of the State of Missouri. The contractor shall agree
and understand that all discussions with the contractor and all information gained by the contractor as a
result of the contractor's performance under the contract shall be confidential and that no reports,
documentation, or material prepared as required by the contract shall be released to the public without the
prior written consent of the state agency.

2.13

Transition Requirements:

2.13.1

Upon award of the contract, the contractor shall work with the agency and any other organizations
designated by the agency to insure an orderly transition of services and responsibilities under the contract
and to insure the continuity of those services required by the agency.

2.13.2 Upon expiration, termination, or cancellation of the contract, the contractor shall assist the state agency to
insure an orderly transfer of responsibility and/or the continuity of those services required under the terms
of the contract to an organization designated by the state agency, if requested in writing. The contractor
shall provide and/or perionn any or all of the following responsibilities:
2.13.3 The contractor shall deliver, FOB destination, all records, documentation, reports, data, recommendations,
or printing elements, etc., which were required to be produced under the terms of the contract to the state

B2Z05070

Page 7

agency and/or to the state agency's designee within seven (7) days after receipt of the written request in a
fonnat and condition that are acceptable to the state agency.
2.13.4 The contractor shall agree to continue providing any part or all of the services in accordance with the
terms and conditions, requirements and specifications of the contract for a period not to exceed one
hundred twenty (120) calendar days after the expiration, tennination or cancellation date of the contract
for a price not to exceed those prices set forth in the contract.
2.13.5 The contractor shall discontinue providing service or accepting new assignments under the terms of the
contract, on the date specified by the state agency, in order to insure the completion of such service prior
to the expiration of the contract.

2.14

Prevailing Wage Requirements:

2.14.1 The contractor shall comply with Section 290.250 RSMo by paying, to all personnel employed for
applicable services actually provided under the contract, not less than the prevailing hourly rate of wages
as determined by the Department of Labor and Industrial Relations, Division of Labor Standards,
specified in specified in Annual Wage Order No.11 Dated February I, 2005 for all counties within the
State of Missouri. The prevailing wage rates incorporated as a part of this document by the referenced
annual wage order(s) shall remain in effect for the duration of the contract period stated on page 1.
2.14.2 For each renewal period, if any, exercised by the Division of Purchasing and Materials Management, the
contractor shall comply with Section 290.250 RSMo by paying, to all personnel employed for applicable
services actually provided under the contract, not less than the prevailing hourly rate of wages as
determined by the Department of Labor and Industrial Relations, Division of Labor Standards, specified
in the annual wage order referenced in the contract renewal amendment.
2.14.3 The contractor shall forfeit to the state agency ten dollars ($10.00) for each person employed, for each
calendar day, or portion thereof, such person is paid less than the prevailing hourly rate of wages for any
applicable work done under the contract by the contractor or by any subcontractor under them (Section
290.250 RSMo).
2.14.4 In addition to the above, the contractor must comply with all other requirements pertaining to the payment
of prevailing wages contained in Section 290.210 through 290.340, RSMo and is advised to review the
requirements carefully prior to beginning work. In addition, in the event a period of "excessive
unemployment" is identified and announced by the Missouri Department of Labor and Industrial
Relations, the contractor must assign personnel to provide services who meet the definition of "Missouri
laborers" as defined in Chapter 290.550 RSMo.
2.14.5 The above-stated prevailing wage requirements shall also apply to all subcontractors employed by the
contractor to perform services under the contract.

2.15

Substitutions:

2.15.1 The contractor shall not substitute any item(s} that has been awarded to the contractor without the prior
written approval of the Division of Purchasing and Materials Management.

2.16

Contract Extension:

2.16.1 In the event of an extended re-procurement effort, the Division of Purchasing and Materials Management
reserves the right to extend the contract. If exercised, the extension shall be for a reasonable period of
time as mutually agreed to by the state and the contractor at the same terms, conditions, provisions, and
pricing in order to complete the procurement process and to transition to the new contract.

2.17

Estimated Quantities:

B2Z05070

Page 8

2.17.1 The quantities indicated in this Request for Proposal are estimates that pertain to the total aggregate
quantities that may be ordered throughout the stated contract period. The estimates do not indicate single
order amounts unless otherwise stated. The State of Missouri makes no guarantees about single order
quantities or total aggregate order quantities.
2.18

Contract / Entire Agreement:

2.18.1 A binding contract shall consist of: (l) the RFP, amendments thereto, (2) the contractor's bid response, (3)
clarifications of the bid, if any; and (4) the Division of Purchasing and Materials Management (DPMM),s
acceptance of the bid by "notice of award". All Exhibits and Attachments included in the RFP shall be
incorporated into the contract by reference.
2.18.2 The notice of award does not constitute a directive to proceed. Before providing equipment, supplies
and/or services, the contractor must receive a properly authorized purchase order or notice to proceed.
2.18.3 The contract expresses the complete agreement of the parties and performance shall be governed solely
by the specifications and requirements contained therein.
2.18.4 Any change, whether by modification and/or supplementation, must be accomplished by a formal contract
amendment signed and approved by and between the duly authorized representative of the contractor and
the Division of Purchasing and Materials Management or by a modified purchase order prior to the
effective date of such modification. The contractor expressly and explicitly understands and agrees that
no other method and/or no other document, including correspondence, acts, and oral communications by
or from any person, including the state agency, shall be used or construed as an amendment or
modification of the contract.
2.18.5 The contract shall be construed according to the laws of the State of Missouri. The contractor shall
comply with all local, state, and federal laws and regulations related to the performance of the contract to
the extent that the same may be applicable.
2.18.6 To the extent that a provision of the contract is contrary to the Constitution or laws of the State of
Missouri or of the United States, the provisions shall be void and unenforceable. However, the balance of
the contract shall remain in force between the parties unless terminated by consent of both the contractor
and the DPMM.

Page 9

B2205070

I PARAGRAPH ADDED BY AMENDMENT #006
2.19

Minority Busines.~ Enterprise/Women Business Enterpri.~e (MBEIWBE) Participation:

2.19.1 The contractor mU.'it comply with the MBEIWBE participation levels committed to in the contractor's
awarded propo.~al.
2.19.2 The contractor shall prepare and submit to the Division of Purchasing and Materials Management
periodic reports detailing all payments to MBEIWBEs participating in the contract. The report must
include MBE/wBE payment.~ for the reporting period. The report shall be submitted on a monthly
basis unless otherwise determined by the Division of Purcha.~;ng and Materials Management.
2.19.3 The Division of Purchasing and Materials Management and the Office of Equal Opportunity will
monitor the contractor's compliance in meeting the MBEIWBE participation levels committed to in the
contractor's awarded proposal. If the contractor's payments to participating MBE/WBEs are le!~s than
the amount committed to in the contract, the state may cancel the contract, suspend or debar the
contractor from participating in future state procurements, or retain payments to the contractor in an
amount equal to the value of the MBE/wBE participation commitment less actual payments made by
the contractor to MBE/WBEs. If the Division of Purchasing and Materials Management determines
that the contractor is in compliance with the MBE/wBE participation commitment, the state will
release the retained funds.
2.19.4 If a participating MBEIWBE fails to retain their certification or i.~ unable to satisfactorily perform, the
contractor mu.~t obtain other certified MBE/wBEs to fulfill the MBE/wBE participation requirements
committed to in the contractor's awarded proposal. The contractor must obtain the written approval of
the Division of Purchasing and Materials Management for any new MBEIWBE participants. This
approval shall not be arbitrarily withheld. If the contractor cannot obtain a MBE/wBE replacement,
the contractor must submit documentation to the Division of Purchasing and Materials Management
detailing all efforts made to secure an MBEIWBE replacement. The Division of Purchasing and
Materials Management shall have sole discretion in determining if the actions taken by the contractor
constitute a good faith effort to secure the participation of MBEIWBEs and whether the contract will
be amended to change the MBEIWBE participation commitment.
3.

TECHNICAL SPECIFICATIONS:

3.1

General:

3.1.1

The contractor(s) shall provide, install and maintain an offender telephone service for agency locations as
indicated in below, on an as-needed, if needed basis, in accordance with the provisions and requirements
herein. The agency may add or delete telephones at locations indicated below or at additional locations
without additional cost to the State agency.

I PARAGRAPH REVISED BY AMENDMENT #001 J
LOCATION

ESTIMATED II OF
REQUIRED
PHONES

ESTIMATED II OF
REQUIRED
WORKSTATIONS

Eastern Reception & Diagnostic Correctional Center
2727 Highway K
Bonne Terre, Mo.
Boonville Corredional Center & Boonville Treatment Center
1216 East Morgan Street
Boonville Mo.
Crossroads Correctional Center
111 S E. Pence
Cameron, Mo.
Southeast Correctional Center
3011 Pedro Simmons Drive
Charleston, Mo.
Chillicothe Correclional Cenler

t66PHONES

1 WORKSTATION

ESTIMATED II
OF
REQUIRED
TOO UNITS
Z TTDIlNITS

S9 PHONES
+12 PHONES IN
TENT
R9PHONES

I WORKSTATION

ZTTDIlNITS

} WORKSTATION

Z TTD UNITS

87 PHONES

} WORKSTATION

Z TTD UNITS

38 PHONES

} WORKSTATION

Z ITD UNITS

B2Z05070
1500 Third Street
Chillicothe Mo.
Western Missouri Correctional Center
609 E. Pence
Cameron, Mo.
Farmington Correclional Center
1012 W. Columbia Slreet
Farmine;lon Mo.
Ozark Correctional Center
1192 Honor Camp Lane
Fordland, Mo.
Fulton Reception & Diagnostic Center
1393 Route 0
Fulton Mo.
Algoa Correctional Center
8501 Fence Line Road
Jefferson CitaMo.
Jefferson City Correctional Center
8200 Fence Line Road
Jefferson City, MO 65101
South Central Correctional Center
255 West Highway 32
Lickine;, Mo.
Maryville Treatment Center
30227 US Hwy 136
Maryville Mo.
Potosi Correctional Center and Mineral Area Treatment Center
11593 State Road 0
Mineral Point Mo.
Missouri Eastern Correclional Center
18701 Old Highway 66
Pacific Mo.
Moberly Correctional Center
5201 S. Morely
Moberly. Mo.
Northeast Correctional Center
13608 Pike 46 Airport Road
Bowline: Green Mo.
Western Reception. Diagnostic & Correclional Center
3401 Faraon Street
St. Joseph Mo.
Tipton Correctional Center
619 N. Osage Avenue
Tipton Mo.
Women's Reception and Diagnostic Center
1101 E. Hwy 54
Vandalia MO 63382
Central Regional Investigations
117 Commerce
Jefferson City. MO 65109
Western Regional Investigations
3208 Frederick
St. Joseph MO 64506
Eastern Regional Investigations
1012 W. Columbia. Building 41
Farmington, MO 63640

TOTAL

Page 10

96 PHONES

I WORKSTATION

1 TTD UNITS

140 PHONES

I WORKSTATION

1 TTDUNITS

27 PHONES

J WORKSTATION

1 TTDUNITS

119 PHONES

J WORKSTA TlON

1 TTDUNITS

62 PHONES

I WORKSTATION

1 TTDUNITS

91 PHONES

/ WORKSTATION

1 TTDUNITS

78 PHONES

J WORKSTATION

lTTDUNITS

1JPHONES

I WORKSTATION

1 TTDUNITS

49 PHONES

J WORKSTATION

1 TTDUNITS

52 PHONES

1 WORKSTATION

2 TTDUNITS

53 PHONES

1 WORKSTATION

2 TTDUNITS

106 PHONES

J WORKSTATION

2 TTD UNITS

92 PHONES

I WORKSTATION

1 TTD UNITS

58 PHONES

1 WORKSTATION

2 TTDUNITS

69 PHONES

J WORKSTATION

2 TTDUNITS

1 WORKSTATION

1 WORKSTATION

I WORKSTATION

1,566 PHONES

13 WORKSTATIONS

40TTDUNITS

3.1.2

The contractor shall furnish, install, and maintain telephones and recording and monitoring workstations
on an as needed, if needed basis to the agency in accordance with the provisions and requirements stated
herein.

3.1.3

The contractor must comply with all applicable law, and Federal Communications Commission and State
of Missouri Public Service Commission regulations regarding licensing and certifications and submit
documentation of such if requested. Upon contractor providing evidence of the validity of new federal
and/or state regulation directly affecting the provisions of the contract, the state shall amend the contract
to include such provisions. Regulatory mandates of the contractor may be passed on to the state via
contract amendment.

Page 11

B2Z05070
3.1.4

Section 191.863 of the Revised Statutes of Missouri (RSMo) requires state agencies to make information
technologies accessible to individuals with disabilities. The State of Missouri's Information Technology
(IT) Accessibility Standards http://oit.mo.gov/standards/ITGS0003.pdf provide direction for complying
with RSMo 191.863. All systems/applications developed and/or customized by the contractor shall
comply with the applicable accessibility requirements of the Missouri IT Accessibility Standards.
a.

3.1.5

The contractor shall promptly respond to any complaint brought to its attention regarding accessibility
of the systems/applications developed and/or customized by the contractor and shall resolve such
complaints by bringing the systems/applications into compliance with the applicable Missouri IT
Accessibility Standards at no additional cost to the State. The contractor shall indemnify and hold
harmless the State of Missouri and any Missouri government entity purchasing the
systems/applications developed and/or customized by the contractor from any claim arising out of the
contractor's failure to comply with the aforementioned requirements.

The contractor may utilize new, refurbished or used equipment, provided the equipment meets and or
exceeds the contract equipment requirements.

PARAGRAPH ADDED BY BAFO #001, REVISION #001

3.1.6

The contractor shall furnish, install, and maintain all storage equipment and software as requiredfor
CDR and recordings based upon the provisions and requirements state herein.

PARAGRAPH ADDED BY BAFO #001, REVISION #001

3.1.7

The contractor shall furnish, install, monitor, and maintain all WAN connections and equipment
required for their design, based upon the provisions and requirements stated herein.

PARAGRAPH REVISED BY BAFO #002, REVISION #002

3.1.8

The contractor shall furnish, install, monitor, maintain and incur the expense for the of installation of
and the ongoing monthly expense, through the life of the contract for data circuits, separate from the
bandwidth provided for the offender phone recording and monitoring system, at each of the institutions
(see the list below). The contractor will be allowed to use the exi.<.ting DOC equipment to terminate the
services. If additional equipment is necessary, the contractor shall be responsible for all one time cost
associated with the solution. Such equipment shall become the property of the State of Missouri upon
delivery. This bandwidth must be the guaranteed access and throughput availability speed of a Tl
circuit. This service must connect to the Missouri Department of Corrections equipment located in the
State Data Center, 301 West High Street, Jefferson City, MO 65109. DOC's current network includes
terminations of a DS3 into the SBC Frame Relay service, and a Tl into the Sprint Frame Relay service
into two premise based Cisco 7206s at the State Data Center.

LOCATION
Eastern Reception & Diagnostic Correctional Center
2727 Highway K
Bonne Terre. Mo.
Boonville Correctional Center & Boonville Treatment Center
1216 East Morgan Street
Boonville, Mo.
Crossroads Correctional Center
1115 E. Pence
Cameron MD.
Southeast Correctional Center
300 Pedro Simmons Drive
Charleston Mo.
Chillicothe Correctional Center
1500 Third Street
Chillicothe Mo.
Western Missouri Correctional Center
609 E. Pence

Page 12

82Z05070
Cameron Mo.
Farmington Correctional Center
1012 W. Columbia Street
FarminE(on, Mo.
Ozark Correctional Center
1192 Honor Camp Lane
Fordland Mo.
Fulton Reception & Diagnostic Center
1393 Route 0
Fulton, Mo.
Algoa Correctional Center
8501 Fence Line Road
Jefferson City, Mo.
Jefferson City Correctional Center
8200 Fence Line Road
Jefferson City, MO 65101
Soutb Central Correctional Center
255 West Higbway 32
Licking, Mo.
Maryville Treatment Center
30227 US Hwy 136
Maryville Mo.
Potosi Correctional Center and Mineral Area Treatment Center
11593 State Road 0
Mineral Point, Mo.
Missouri Eastern Correctional Center
18701 Old Higbway 66
Pacific Mo.
Moberly Correelional Center
5201 S. Morely
Moberly, Mo.
Northeast Correctional Center
13608 Pike 46 Airport Road
BowlinE: Green Mo.
Western Reception, Diagnostic & Correctional Center
3401 Faraon Street
St. Joseph Mo.
Tipton Correctional Center
619 N. Osage Avenue
Tipton, Mo.
Women's Receplion and Diagnostic Center
1101 E. Hwy 54
Vandalia MO 63382

PARAGRAPH ADDED BY BAFO #002, REVISION #001
a.

The Department of Corrections currently has the following equipment in the State Data Center:
1}

Cisco 7206 Router:
Three TIs:
One to the Jefferson City Probation and Parole Office, 2705 W. Main;
One to DOC Central Offlce, 2729 Plaza; and
One for CMS that connect to the contractor's pharmacy in Oklahoma.
One DS3 connected to the Southwestern Bell frame relay cloud.

2) Cisco 7206 Router:
One TI connected to the Sprintframe relay cloud.
Four TIs:
One to Probation and Parole Central Office, 1511 Christy Drive,'
One to Missouri Vocational Enterprises, 1663 Industrial Drive;
One to Algoa Correctional Center, 8501 Fence Line Road;
One to Central Missouri Correctional Center, Hwy 179; and
One 9mb ATM connection to the Metropolitan Area Network (MAN).
3) IBM 2210 Router:
Two TIs: One to Jefferson City Correctional Center. 8200 Fence Line Road;

--- - - - - - - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - -------

Page 13

B2Z05070

One to Information Services, 2728 Plaza Drive.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

h.

The correctional facilities have either Cisco 3640 routers with built in CSUIDSUs, or Paradyne
9124 External CSU/CSUs and IBM 2210 routers.

PARAGRAPH ADDED BY BAFO #002, REVISION #002

c.

The DOC 7206 routers in the State Data Center in Jefferson City have the capacity to install a DS3
card into the router. The Central Processing Unit (CPU) shall be the responsibility of DOC.

PARAGRAPH ADDED BY BAFO #002, REVISION #002

d.

The contractor shall be responsible for the acquisition and delivery of the DS3 card. Such card
will become the property of the State of Missouri upon delivery. The on-going maintenance shall
be the responsibility of the DOC.

PARAGRAPH ADDED BY BAFO #002, REVISION #002

e.

The DOC Cisco 3640s and IBM 2210 located at the institutions have the capacity and DOC will
supply the T1 WIC cards for the installation as well as on-going maintenance.

PARAGRAPH ADDED BY BAFO #002, REVISON #002

f.

The Department of Corrections currently has Cisco 3640s at the following institutions:
1) Jefferson City Correctional Center - Jefferson City
2) Eastern Regional & Diagnostic Treatment Center - Bonne Terre
3) Southeast Correctional Center-Charleston

PARAGRAPH ADDED BY BAFO #002, REVISION #002

g.

The Department of Corrections currently has IBM 2210 routers at all other institutions other than
the ones outlined in f. above.

PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.9

The contractor may provide such data circuits to the institutions within the same circuits for the
Offender Telephone Service. However, traffic must be kept separate.

PARAGRAPH REVISED BY BAFO #002, REVISION #002

3.1.10 The contractor shall provide such data circuits for state data application (no voice or video) usage
between the Department of Corrections' facilities and its central office in Jefferson City, MO. Such
circuits shall not be required to support multi-protocol label switching (MPLS), but may be provisioned
over Frame Relay.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.11 The contractor shall agree and understand that the State of Missouri currently uses frame relay
services from Southwestern Bell and Sprint that terminate on a single pipe from each company. The
contractor must terminate T1 services in an aggregated manner in Jefferson City, but shall not be
required to terminate such services on the existing service.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

B2Z05070

Page 14

3.1.12 The contractor shall not acquire any circuit... under any existing State of Missouri contract(s).
PARAGRAPH ADDED BY BAFO #002. REVISION #001

3.1./3 The contractor shall understand and agree that the State of Missouri shall not acquire circuits on the
contractor's behalf with subsequent charge back of such costs to the contractor.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.14 The contractor shall provide a minimum DS3 bandwidth from the contractor's network cloud to the
termination in the State Data Center.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.15 The contractor shall not be required to install equipment at the termination point at the State Data
Center at 301 West High Street or at the terminations at any Department of corrections Facility. The
contractor may terminate in the existing state-owned 7206s and like devices at each ofthe sites.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.16 The contractor shall not be required to provide installation and maintenance of routers, fire walls, and
maintain all routing tables for the State data network at each facility. The contractor may utilize state
equipment that is in place.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.17 The contractor may provide a demark consisting of a smart jack with an RJ-45 connection equal to the
...peed of a T-l to meet the dedicated network requirement for each facility. The smart jack must be the
equivalent of a network interface unit to allow the contractor to test to the NIU.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.18 The contractor shall agree and understand that the State of Missouri will continue to assume the
expense of the existing DS3 and T-I in service today, or whatever the state keeps in place.
PARAGRAPH REVISED BY BAFO #002, REVISION #002

3.1.19 Currently, the facilities outlined in 3.1.1 have aframe relay connection that terminates on premise to
the Southwestern Bell and Sprint clouds depending on the service areas or dedicated point to point TI.
Sprint and Southwestern Bell then use their clouds/facilities to terminate into the Jefferson City Sprint
central office. At that point, there is DS3 from Southwestern Bell and a T-1 from Sprint clouds that
terminate at the State Data Center.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.20 The contractor shall provide bandwidth access and available ...peed equal to a T-J to each of the
institutions outlined in 3.1.8.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

3.1.21 The contractor's T-1 data circuits shall have the ability to transmit to the State Data Center. Such
circuits shall not be required to be a part of a fully meshed network with connectivity to all locations
within the cloud.

3.2

Offender Telephone Service Requirements:

Page 15

B2Z05070

3.2.1

The contractor shall provide a Basic Offender Telephone Service (OTS) and an Option lOTS on an asneeded if-needed basis.

3.3

Basic OTS Requirements:

3.3.1

Mandatory Requirements: The contractor shall provide a Basic OTS and as a minimum, include the
following features and functionalities:
a.

Capability of denying specified telephone numbers from offender dialing.

b.

A personal identification number (PIN) application.

c.

Capable of collect, station-to-station calling utilizing a PIN.

d.

Operational features and system requirements provided shall be applicable to all calls placed through
the system, including local and long distance calling.

e.

One-way, out-going service only.

f.

The ability for collect calls to be processed with an automated attendant.

g.

Prohibits direct-dialed calls of any type, access to "411" information service, access to 800, 900 and
911 type services, and access to multiple long distance carriers via 950, 800 and 10 10-XXX
numbers.

h.

Call acceptance by the called party must be accomplished through caller confirmation (positive
acceptance).

I.

Provide a pre-recorded announcement identifying that the collect call is coming from a specific
offender at a Missouri Correctional Institution before call acceptance. This recording must be heard
by the answering party.

J.

The contractor shall provide TDDs that are compatible with the standard telephone devices.

k.

Quick and selective shutdown capability for the following agency locations:
• At demarcation location - total institution telephones;
• By central control center - select telephones; and,
• By select housing units - control center.

I.

Capability of providing dial tone to all offender telephones at the same time and one central office
line per offender telephone.

ITI.

Capability of processing calls on a selective bilingual basis that allows the offender to select the
preferred language utilizing a code on the keypad (i.e. "I" for English and "2" Spanish).

n.

Capability of preventing any offender telephone from receiving any incoming calls.

o.

Telephone reception quality equal to the tone quality offered to the general public and meet
telecommunication industry standards for service quality. The agency shall have final approval of
reception quality.

p.

Capability of taking an individual station out of service without affecting other units.

Page 16

B2Z05070
q.

A fraud prevention feature that will be capable of randomly intetjecting pre-recorded announcements
to the called party throughout the duration of the conversation indicating the source of the call. The
fraud prevention shall not allow the offender to interfere with these announcements.

r.

Capability to perform remote diagnostics to the OTS to detcrmine if a problem is with the telephone
unit or with the telephone line.

s.

Capability to attempt to detect access to 3-way and confercnce calling at any time during the call and
immediately following the connection of the call, regardless of where the called party is located
(local calls, calls within the Local Access Transport Area {intralata}, calls outside the Local Access
Transport Area {interlata} and interstate calls). If detected, the call shall be terminated before
connection to the third party, or if during the call, as soon as the transfer or conference is detected.

t.

Hardware that includes the following minimum requirements:
•
•
•
•
•
•

u.
3.3.2

Processor with 2.80 GHz;
Ram with 512 MB;
Hard Drive with 80 GB;
Sound Card;
CD-RWand;
1.44 floppy drive

Microsoft Office 2000 Software.

Desirable Requirements: The contractor should include the following features and functionalities in the
Basic OTS:
a.

Capability of providing Monitoring Reports that produce the following information and the
capability of sorting within each category below:
•
•

Authorized Call Lists by PIN or identifying number
Calls by PIN or other identifying number

b.

Capability of providing an offender PIN system that does not require administration by the agency's
staff.

c.

Capability of generating a unique PIN for each offender using the offender number, booking number
or some number unique to the offender. The PIN should have authentification to identify the
offender and his authority to make the call.

d.

Capability of storing the PINs in a database that is accessible to all agency personnel as designed by
the agency.

e.

Capability of providing automated allow lists associated with each PIN. The allow lists should store
a set quantity of allowed telephone numbers for each offender. The registration process for allow
lists should use an automated operator that permits offenders to submit requests for telephone
numbers to be added or to be removed from his/her allow list after approval by the agency. The
agency's staff will approve the requests based on parameters set by the institution and department.
Registration and maintenance of this automated allow list should not require further administration
by the agency's staff.

f.

As a minimum, an alert system that will detect and prohibit an attempted call made to a restricted
number, an attempted call using a restricted PIN, or an attempted call made from a restricted
telephone.

B2Z05070

Pagel7

g.

Capability to use portable PINs. Example: The offender may be moved from institution to
institution. The offender's information should automatically follow. This information should include
all lists and previous calling activity. No administration by the agency's staff should be necessary.

h.

"This call may be recorded", included in the pre-recorded announcement.

I.

Upon request by the agency, provide specific information for tracking offender calling activities and
calling patterns by individual telephone numbers, and for billing purposes. The following reports
should be available for monitoring and billing purposes:
1)

Monitoring reports that can be provided or sorted by any or all of the following criteria:
•
•
•
•
•
•
•

2)

Daily Statistical reports;
Institution name;
Originating number;
Terminating number;
Date of Call;
Time of day; and
Length of call.

Billing reports that can be provided or sorted by any or all of the following criteria:
•
•
•
•
•
•
•
•
•
•
•
•
•

Call Detail report;
Amount charged per call;
Gross revenue;
Daily Statistics;
Monthly Statistics;
Called party/number accepting report;
FraUd/velocity report;
Separate Institution Totals and Statistics;
All Institutions Total and Statistics;
Total Calls;
Calls by Date;
Time of Day, and
Length of a Call.

J.

Customized reports.

k.

E-mail capability.

1.

Accessible from TCP/IP connections by multiple operators, simultaneously through a private
network for a specified number of users. This should include laptop users.

3.3.3

The contractor should provide all software for any Windows sound capable personal computer or laptop.

3.3.4

The contractor should be able to keep the agency up to date on customer and technical support issues
through email noti fication.

3.3.5

The contractor must subscribe to the Local Exchange Carrier Line Information Data Base screening
database. The contractor must query this database for each offender call and process only those calls
which do not have Billed Number Screening (BNS).

3.4

Option lOTS Requirements:

3.4.1

The contractor shall provide an Option lOTS that includes all features and functions required and
included in Basic OTS requirements.

Page 18

B2Z05070

3.4.2

3.4.3

The contractor shall provide a debit system in Option lOTS for use by the otJender. The debit system
shall include the following features and functionalities:
a.

An integrated otTender debit calling application and platform.

b.

Capability to allow for each otJender to be able to establish an account to which they can
deposit/purchase funds to place offender pre-paid calls.

c.

Capability to allow for the daily upload of offender debit purchases made through the agency's
canteen system via a data tile that is processed on a daily basis and the appropriate funds
immediately deposited on to the individual offender's account and immediately available for calling
use.

d.

Capability to allow for the manual input of funds from the OTS workstation at the facility to a
offender's account in the event that a refund or other credit adjustment is necessary and warranted.

e.

Capability to allow for international pre-paid calls. The agency will determine whether or not
international calling will be allowed.

f.

Capability of providing the offender their current account balance via any offender telephone within
the facility to which they are currently assigned and located.

g.

Capability to allow for current account reconciliation report being generated and printed on demand
for each offender from any OTS workstation.

h.

Capability of automatically transferring an offender's debit account and associated available funds,
when the offender is transferred from one facility to another.

I.

Capability of providing an email confirmation to a designated agency contact when the daily
offender debit canteen purchase/deposits file has been processed and the appropriate funds have
successfully been applied to the offender's accounts

The contractor shall provide a subscribed prepay system in Option lOTS for use by the offender. The
subscribed prepay system shall include the following features and functionalities:
a.

An integrated telephone service subscriber pre-pay application and platform.

b.

Capability for live operator and customer service representatives that can be contacted by the
offenders family/friends via a toll free number to assist them in establishing or maintaining their prepay accounts.

c.

Capability of supporting all call types (local, intralata, interlata, interstate and international calling).

d.

Capable of providing the capability for a subscriber to still receive and accept a collect caIl from an
offender following the normal call validation and screening processes in the event that their pre-pay
account has an insutlicient balance and or a pre-pay account has not been established

e.

Capability to allow end users to pay via check, money order, or credit card.

f.

Capability to allow the customer to add funds to their balance at any time

g.

Capability of generating and providing a monthly account statement to each customer listing the
following information:
•

The beginning period's account balance

Page 19

B2Z05070

•
•
•
•

•
h.

Each accepted call (date, time, duration and its applicable charge).
Each purchase and or credit transaction (Date and amount)
Applicable local, city, state and federal taxes assessed.
Ending account balance
Toll-free number to contact the vendor's customer service center with questions or inquiries.

Capability of infonning the called party of their account accumulated 30 day balance prior to
acceptance of each call. This balance should be to the next rounded minute.

3.5

Station Equipment Requirements:

3.5.1

The contractor shall provide telephone station equipment that is be powered by the telephone line and
require no additional power source. The agency will provide a power source at the demarcation location.

3.5.2

The contractor shall provide volume control on all offender telephones handsets (i.e. non-TTD and TID).

3.5.3

The contractor shall provide telephone equipment with the following physical and design characteristics:
a.

A chrome plated Dual Tone Multi-Frequency (DTMF) dial that is water, tlame and shock resistant;

b.

Hearing aid compatible and with volume control.

c.

A steel housing that protects the electronic components of the telephone;

d.

Paint/tinish is mar and scratch resistant;

e.

Operating ease with concise instructions on the faceplate;

f.

Industry standard design;

g.

An annored handset cord that is resistant to stretching and breaking. The cord length should be 32
inches;

h.

Tamper proof housing;

I.

Floating case hardened metal plate to prevent side drilling entry;

J.

Installation reinforced by security studs to prevent easy removal of telephone.

3.6

Calling Protocol Requirements:

3.6.1

The contractor shall provide the following protocols in the OTS:
a.

Each call placed shall be identified by the OTS as being a call originating from a correctional
institution in 100% of the cases.

b.

Each call, having been identified as being placed through the OTS, must be delivered to the called
party as a collect call, a debit call, or prepay call, depending on the means chosen to make the call.

c.

The offender's call must be muted during the conversation between the service and the party called, or
until the collect call has been accepted.

d.

If a call is not accepted by the party called, or if no one answers the call, the contractor's service must
so infonn the offender of the situation and not simply disconnect the call.

B2Z05070
e.

Page 20
In all circumstances, the OTS shall limit the offender to a single call request. The service must
always require the offender to disconnect and initiate another call.

3.7

Americans With Disabilities Act (ADA) Requirements:

3.7.1

The contractor shall provide accommodations to comply with Americans with Disabilities Act (ADA)
requirements. This includes but is not limited to providing telephones that are accessible to persons in
wheelchairs and systems that are compatible with Telephone Devices for the Deaf (TOO).

3.8

Monitoring/Recording Requirements:

3.8.1

The contractor shall provide the following OTS monitoring and recording capabilities:
a.

Real time monitoring and recording of all calls from any telephone within the OTS unless there are
specific attorney-client restrictions. The OTS must have the ability to exclude those numbers with
attorney client privilege.

b.

Capability of keeping call recordings permanently.

c.

Capability of storing a minimum six months of call recordings for each facility location.

d.

Capability of providing the agency to archive call recordings.

e.

Warning indicator that the OTS is reaching storage capacity for call recordings.

f.

At a minimum, recording and playback must be able to be done from the investigators' oftlce at each
facility. The recording and monitoring medium must be physically located in the area designated by
the agency.

g.

Recording at each institution must be able to be done on at least 20 telephones simultaneously.

h.

The monitoring and recording of calls shall be selectively programmable by one or all of the
following:
•
•
•

Housing Unit
Start and Stop Time and Date of Call
Called Number

•

PIN

1.

Capability of showing "real time" call activity on a personal computer. This activity must be
detailed by date of call, start time of call, stop time of call, originating telephone number and called
number.

J.

Capability of keeping call activity data permanently.

k.

Capability of archiving can activity data.

l.

A warning indicator when the system is reaching storage capacity for call activity data.

m.

Capability of manual set up of the monitoring and recording connection on an as needed basis from
the contractor provided PC located in the investigator's office.

n.

Capability of automatically calling and alerting investigators and offering live monitoring of calls.

o.

Capability to select a particular telephone for recording or monitoring while a call is in progress.

B2Z05070

Page 21

p.

Expandable and modular in design
recording at a latcr date.

q.

Simultaneous recording and playback of both the transmit and receive sides of conversations. It is
mandatory that the playback of any selected channel must be accomplished while continuing to
record all input channels.

r.

Provide for continuous on-line diagnostics and continuous supervlSlon, as well as local remote
offline system control access for advanced programming and diagnostics. Acccss to the built-in
advanced diagnostics and program control shall be via modem by service center personnel and shall
provide failure reports, service history and other diagnostic information.

s.

Capability to re-record the conversations to a cassette re-recorder. This cassette re-recorder must be
located with the recording equipment in the areas designated by the agency. The cassette re-recorder
shall produce transfer recordings with virtually no loss in quality. The cassette re-recorder shall be
capable of placing an audio time and date stamp on the audio cassette. The cassette re-recorder shall
have a monitor amplifier and speaker, so that the Investigator may confirm accurate transfers of the
re-recorder system.

t.

Time and date entries for each recorded conversation shall be displayed on a per channel basis and
all display all conversations in chronological order to facilitate research and playback.

u.

An uninterruptible power supply source for a period of at least ten minutes, in the event of a power
failure. This is to ensure there is no loss of recordings or "real time" call data.

111

the event the state chooses to utilize comprehensive call

3.8.2

The contractor should provide an OTS capable of storing a minimum of one year of call activity data for
each location.

3.8.3

The contractor shall locate all equipment that performs monitoring and recording at the correctional
institution where the offender call originates and at the regional and investigative workstations.

3.8.4

All call activity data and call recordings shall be the property of the State of Missouri.

3.9

Security Requirements:

3.9.1

The contractor shall provide the agency communications manager a list of contractor personnel that
require admittance to the correctional institutions. The list shall be submitted at least twenty-four hours
prior to time of required entrance and include the name of the company, names of employees attending,
their social security number, and date of birth. A security check will be completed with this information
prior to admittance to the facility. Facility staff will accompany the contractors while they are on site.
Facility business hours are 7:30 a.m. through 4;00 p.m., Monday through Friday.

3.10

Implementation Plan:

3.10.1 The contractor shall provide the agency communication manager an implementation plan within 30 days
after award of the contract. The plan should be coordinated with the current service provider to ensure
minimized disruption in service. The contractor shall complete the described work within 120 calendar
days after receipt of the agency's written approval ofthe plan.
3.10.2 As a minimum, the implementation plan shall include the following information:
•

The project manager's name and telephone number.

B2Z05070
•

Page 22
Installation schedule that identifies major project milestones to include the start and completion date
of each milestone and project completion date. The schedule shall include narrative explanations of
the scheduled work.

3.10.3 The project schedule should include the following milestones:

•
•
•
•

•
•
•
•
•
•
3.11

Site inspection
Site preparation
Delivery of equipment
Cabling installation
Equipment installation
Software installation
System Testing
Conversion
Customer Training
Acceptance

Installation Requirements:

3.11.1 The contractor shall perform an onsite inspection of the work area prior to proceeding with work. The
contractor shall provide the agency communication manager a site report of the work that will be required
and identify any pre-existing damage in the work area.
3.11.2 The contractor shall not cut into or through girders, beams, concrete, tile, partitions, ceilings or any other
structure at the correctional institution without obtaining prior written approval from the agency's
Communication Manager.
3.11.3 The contractor shall complete installation of telephones within thirty (30) days after receipt of an agency
purchase order.
3.11.4 The contractor shall install telephones and telephone equipment in accordance with the manufacturer's
installation instructions.
3.11.5 The contractor may use existing cable. If cabling is required as part of the installation, then the contractor
shall provide all new cable. The contractor shall mark installed cable on both ends. Cable, existing and
new, shall meet EIAiTIA standards and comply with the most current NEe requirements for low voltage
cable. Within 24 hours after completion of installation, the contractor shall provide the agency
communication manager signed certification that all circuits have been tested and all cables, pairs, blocks,
frames, and terminals are legibly marked by the contractor.
3.11.6 Upon the request of the agency communication manager, the contractor shall provide, at no cost to the
agency, joint testing of problem or defective equipment.
3.11.7 The contractor shall provide and install adequate surge and lightning protection equipment for all offender
telephone equipment.
3.11.8 The contractor shall install surface or wall mounted telephones, as designated by the agency
communication manager.
3.11.9 The contractor shall clean and remove all debris, resulting for the contractors work, at the completion of
each workday.
3.11.10 The contractor shall restore to original condition State of Missouri property damaged by the contractor.

Page 23

82Z05070

3.11.11 The contractor must install additional telephones at no increase in cost to called parties as required by the
state. This must be done at no expense to the state throughout the first four (4) years of the contract period.
The contractor shall not be obligated to install new systems within the last twelve months of the contract
period.

3.12

Maintenance Requirements:

3.12.1

The contractor shall provide all labor, parts, materials, and transportation to maintain the (OTS) in
compliance with the equipment manufactures specifications throughout the life of the contract. No charges
may be made to the State of Missouri for maintenance of the system.

3.12.2 The contractor must provide 24 hour per day, 7 day per week maintenance services, including
preventive and remedial maintenance as well as all parts and labor. The contractor should provide
additional support services for trouble shooting purposes. For repair service, the contractor must be able to
respond by arriving at the site any time during a 24-hour per day basis, 365 days of the year. All repairs or
replacements must be started within four (4) hours following notification of a major system failure and the
contractor must exhibit to the State of Missouri a best-efforts approach to completion of the repairs or
replacement during the first 24 hours following notification by the State of Missouri. The contractor shall
understand and agree that a response shall be defined as a qualified technician, certified on the installed
equipment, on-site or the problem corrected.

3.13

Training Requirements:

3.13.1 Training must be provided to the agency staff at each location where equipment is installed. Additional
training must be provided to new staff assib'11ed during the contract period at no cost to the state. Training
manuals must be provided to the agency's staff at all training programs and wiIl become the property of
state.
3.13.2 Information pamphlets must be provided for offenders on the use of the OTS system for all hath
applications when requested by the agency.

3.14

Fiscal Requirements:

3.14.1 The contractor shall maintain an accurate, verifiable recording system and tracking system for
substantiating cost recovery payments to the state.
3.14.2 The State shall bear no responsibility for fraudulent calls or uncollectible calls. The contractor shall not
deduct unbillable or uncollectible calls from billings on which cost recovery payments are paid to the
state.
3.14.3 The contractor shall make payment to Office of Administration Revolving Administrative Trust fund, on
a monthly basis, for the following expenses incurred by the State of Missouri.
a.

Personal Services for twenty-one Department of Corrections employees for system operation.
First year
Second year (+ 3% inflation factor)
Third year (+ 3% inflation factor)
Fourth year (+ 3% inflation factor)
Fifth year (+ 3% inflation factor)
Total Personal Services

b.

$ 800,000
824,000
848,720
874,181
900,406
$4,247,307

Total expenses to be amortized over the life of the contract (5 years) $4,247,307 The contractor
shall be responsible for continuation of monthly payments, so long as the contract is in effect, during
the contract period.

3.14.4 The contractor shall mail monthly payments to:

Office of Administration

Page 24

B2Z05070

Information Technology Services Division
Attn: Roger Bisges
Truman State Office Building, Room 280
30 I West High Street
Jcffcrson City, MO 6510 I
3.14.5 The state may elect at some future date to change the structure of thc rcmittance. On such occurrence, the
contractor shall be responsible for implementing a remittance structure designed by the state which would
allow the reduction or increase to some portion of the call cost to the called party.
3.14.6 The contractor shall provide a Call Detail Report to the address listed in paragraph 3.14.4 above not later
than the 10'h calendar day of each month. This report must detail each call during the reporting period
(monthly).
•
•
•
•
•
•
•

Institution name
Originating number
Terminating number
Time of day of the call
Length of the call
Amount charged for the call
Gross revenue

3.14.7 In the event the contractor desires to increase/decrease billing charges for regulated taxes, fees,
surcharges, other than those authorized at time of award, the contractor should notify Office of
Administration - Information Technology Services Division (OAlITSD) within thirty (30) days after the
contractor is notified of the requirement of the change. The contractor's notifications to OAllTSD should
include a copy of the contractor's authority to charge any additional taxes, fees, surcharges, etc.

3.15

Other Requirements:

3.15.1 The contractor must function as the single point of contact for the state, regardless of any subcontract
arrangements for all products and services. This shall include assuming responsibility and liabilities for
all problems relating to all hardware, software and services provided.
3.15.2 The contractor shall remove all contractor owned equipment at the conclusion of the contract in a manner
that will allow the reuse of the wire distribution.
3.15.3 All OTS wiring distribution shall become the property of the state at the conclusion of the contract.

4.

OFFEROR'S INSTRUCTIONS AND REQUIREMENTS

4.1

Preparation and Submission of Proposals:

I PARAGRAPH REVISED BY AMENDMENT #006 I
4.1.1

Organization: In order to provide optimal readability of their proposal by evaluators, offerors are strongly
encouraged to organize their proposal as follows:
Signed RFP and RFP Amendment Cover Pages
Proposal Security Deposit
Table of Contents
Transmittal Letter/Executive Summary
Exhibit A - Cost (Pricing Pages)
Exhibit B
Experience
Exhibit C
Proposed Method of Performance
Exhibit 0 - Other Requested Information

B2Z05070

Page 25

Exhibit E

-

MBEIWBE Participation

4.1.2

Conciseness/Completeness of Proposal: It is highly desirable that the offeror respond in a complete, but
concise manner. It is the offeror's sale responsibility to submit information in their proposals as it relates
to the evaluation categories. The State of Missouri is under no obligation to solicit such infonnation if it
is not included in the offeror's response. The offeror's failure to submit such infonnation may cause an
adverse impact on the evaluation of their proposal. Unnecessary information should be excluded from the
offeror's proposal.

4.1.3

Copies: The offeror's proposal should include an original document, plus tive (5) copies for a total of six
(6) documents. In addition, the offeror should provide one (1) copy of their entire proposal, including all
attachments, in Microsoft compatible format. Both the original and the copies should be printed on
recycled paper and double sided.

4.1.4

Imaging Ready: All proposals are scanned into the Division of Purchasing and Materials Management
imaging system after award of the RFP. In preparing their proposal, offerors should be mindful of
document preparation efforts for imaging purposes and storage capacity that will be required to image the
proposals. Glue bound materials should not be used.

4.1.5

Proposal Security Deposit: The offeror must furnish a proposal security deposit in the form of an original
bond (copies or facsimiles shall not be acceptable), check, cash, bank draft, or irrevocable letter of credit
to the Office of Administration, Division of Purchasing and Materials Management before the time set to
open the proposals. The proposal security deposit must be made payable to the State of Missouri in the
amount of $1,000.00. The Request for Proposal number must be specified on the proposal security
deposit. Any proposal security deposit submitted shall remain in force until such time as the contractor
submits a performance security deposit. Failure to submit a performance security deposit in the time
specified or failure to accept award of the contract shall be deemed sufficient cause to forfeit the proposal
security deposit.

4.1.6

Attachments: The offeror is advised that attachments exist to this document which provide additional
information and instruction for the offeror's reference. In the event this document was downloaded from
the Division of Purchasing and Materials Management's Internet web site, the offeror must contact the
buyer of record as indicated on the front page of this document to obtain copies of the attachments prior
to submitting a proposal. It shall be the sole responsibility of the offeror to request the attachments. The
offeror shall not be relieved of any responsibility for performance under the contract due to the failure of
the offeror to obtain copies of the attachments.
a.

4.1. 7

Annual Wage Orders: The offeror is advised that prior to submitting a proposal, the offeror must
review the annual wage order for each county proposed. The wage order(s) is available as an
additional electronic link on the web page where the downloadable Request for Proposal is listed.

Open Records: The offeror's proposal shall be considered open record upon award of the RFP pursuant
to Section RSMo 610.021 (State of Missouri Revised Statutes). The offeror shall not submit their entire
proposal as proprietary or confidential. Also, the offeror shall not submit any part of their proposal as
confidential unless the proprietary or confidential nature of the material is provided for in the above
reference statute. Proprietary or confidential portions of the offeror's proposal allowed by the statute
shall be separated, sealed and clearly marked as confidential within the offeror's proposal. Also, the
offeror shall provide adequate explanation of what qualities the material as being held confidential under
the provisions of the statute.

4.1.8 Compliance with RFP Requirements and Terms and Conditions:
a.

The offeror's response shall not take exception to or connict with the mandatory requirements of
the RFP (denoted by the words "must" and "shall") including the RFP terms and conditions. The
State of Missouri shall not award a noncompliant proposal.

B2Z05070

b.

Page 26

The offeror is further cautioned that when submitting pre-printed terms and conditions regarding
proprietary information, copyright, usage restrictions, license agreements, etc., such terms and
conditions usually include terms and conditions which conflict with the RFP, including the RFP
terms and conditions. In such case, it is the responsibility of the otferor to reconcile such
conflicting terms and conditions.
1) If submitting preprinted terms and conditions, such pre-printed tenus and conditions

documents should be submitted in response to Exhibit D-4. The offeror shall be required to
do one of the following if pre-printed terms and conditions are submitted: (J) The
offeror must clearly state on the first page of each of their pre-printed terms and
conditions documents the following, "In the event of contlict between any of the ("name
of offeror's company") terms and conditions and those contained in the RFP B2Z05070,
the RFP shall govern" or (2) Sign Exhibit D-4 entitled "Addendum to the Offeror's PrePrinted Terms and Conditions Documents". Failing to place this statement on the offeror's
pre-printed tenns and conditions documents or not signing Exhibit 0-4 and/or taking
exception to the State's tenus and conditions may render an offeror's proposal non-responsive
and remove it from consideration for award.
4.1.10 Business Compliance: The bidder must be in compliance with the laws regarding conducting business in
the State of Missouri. The bidder certifies by signing the signature page of this original document and
any amendment signature page(s) that he/she and any proposed subcontractors either are presently in
compliance with such laws or shall be in compliance with such laws prior to any resulting contract award.
The bidder shall provide documentation of compliance upon request by the Division of Purchasing and
Materials Management. The compliance to conduct business in the state shall include but may not be
limited 10:
•
•
•
•
•
•

Registration of business name (if applicable)
Certificate of authority to transact business/certificate of good standing (if applicable)
Taxes (e.g., city/county/state/federal)
State and local certifications (e.g., professions/occupations/activities)
Licenses and permits (e.g., city/county license, sales penuits)
Insurance (e.g., worker's compensation/unemployment compensation)

4.1.11 Tariffs: While the state does not preclude the offeror from basing the proposal on existing tariftts) or
from satisfying other state and/or federal obligations by filing a tariff as a result of the contract award.
Offerors are hereby advised that such tariff(s) shall not govern the subsequent contract and the state will
not include such tariff(s) in the award of the subsequent contract. The offeror is therefore advised not to
include an existing tariff with the offeror's response to the RFP. In the event that the offeror includes a
tariff with their response, the offeror shall reconcile any conflicting tariff requirements, terms and
conditions and bring the tarifflanguage into compliance with the RFP requirements.
4.2

Proposal Evaluation and Award:

I PARAGRAPH REVISED BY AMENDMENT #006 I
4.2.1

Evaluative Criteria: After detennining that a proposal satisfies the mandatory requirements, the
evaluator{s) shall use both objective and subjective judgment in conducting a comparative assessment of
the proposal in accordance with the evaluation criteria stated below:

Call Expense to Called Party................................ 55%
Experience ....................................................... ,..... 20%
Proposed Method ofPerfonnance ................... ,..... 20%
MBEIWBE Participation ... ...... ...... ......... ... 5%

I PARAGRAPH REVISED BY BAFO #002

B2Z05070
a.

Page 27
The cost evaluation for Basic will be based on 70% of the estimated numbers of calls and minutes
stated in paragraph 1.2.1.

PARAGRAPH ADDED BY BAFO #002
b.

The cost evaluation for Basic with Option One will be based 011 the following percentages of the
estimated numbers of calls and minutes stated in paragraph 1.2.1:
1) Option One-Debit calls- 15%
2) Option One-Prepaid calls- 15%

NOTE: The above are estimates only. The State of Missouri will not guarantee any quantity of calls or
minutes.
4.2.2

After an initial screening process, a question and answer conference may be conducted with the offeror, if
deemed necessary. In addition, the offeror may be asked to make an oral presentation of their proposal
during the conference. Attendance cost at the conference shall be at the offeror's own expense. All
arrangements and scheduling shall be coordinated by the Division of Purchasing and Materials
Management.

4.2.3

The offeror may be required to provide a demonstration of his/her OTS capabilities at a site he/she deems
appropriate and that is reasonably accessible to the evaluators. The demonstration should be constructed
to both clarify and verify the offeror's response. Travel expenses incurred by evaluation team members
will be the responsibility of the State of Missouri.

4.2.4

The offeror may submit preprinted marketing materials with the proposal. However, the offeror is
advised that such brochures normally do not address the needs of the evaluators with respect to the
technical evaluation process and the specific responses which have been requested of the offeror. The
offeror is strongly discouraged from relying on such materials in presenting products and services for
consideration by the state.

4.2.5

The offeror should present a detailed description of all products and services proposed in the response to
this Request for Proposal. It is the offeror's responsibility to make sure all products proposed are
adequately described. It should not be assumed that the evaluator has specific knowledge of the products
proposed; however, the evaluator does have sufficient technical background to conduct an evaluation
when presented complete information.

a.

I PARAGRAPH REVISED BY AMENDMENT #006
4.2.6

Subjective Evaluation:
a.

The evaluation of the offeror's experience as well as their proposed method of performance shall be
subjective based on fact. Information provided by the offeror in response to the exhibits of this RFP,
as well as information gained from any other source during the evaluation process and the proposed
cost of International calls, will be used in the subjective evaluation.

b.

The offeror'... proposed MBE/WBE participation will be con.\·idered subjectively in the evaluation
process.
I)

The offeror should carefully review the "Offeror Target.\· for Minority Business Enterprise
(MBE) and Women Business Enterprise (WBE) Participation" section of the RFP and
complete the Participation Commitment and Documentation of MBE/WBE Participation
Exhibit.\· contained herein.

B2Z05070

Page 28

2)

Tire offeror !,lrould provide a description of tire expertb,e and past performance history of the
MBE/WBE firms propm;ed to provide .\'ervices and/or products related to tire requirements of
thi.\· RFP.

3) An offeror's failllre 10 provide any commercially lI.w!flll MJJhlWJJE participation ...hall re...u/t
in a !iCOre of 0 in tlri... evaluation category. Offeror... meeting or exceeding the 10% MBE and
5% WBE participation targets in accordance with the provi.\·ion ... outlined in the RFP ...hall
receive tire maximum points in tlri.\· category. Lesser participation commitments .\'hall receive
a prorated share oftlw ma.ximum points.

-

4.2.7

Contract Award: The contract will be awarded on an all or none basis.

4.3

Competitive Negotiation of Proposals:

4.3. (

The offeror is advised that under the provisions of this Request for Proposal, the Division of Purchasing
and Materials Management reserves the right to conduct negotiations of the proposals received or to
award a contract without negotiations. If such negotiations are conducted, the following conditions shall
apply:
a.

Negotiations may be conducted in person, in writing, or by telephone.

b.

Negotiations will only be conducted with potentially acceptable proposals. The Division of
Purchasing and Materials Management reserves the right to limit negotiations to those proposals
which received the highest rankings during the initial evaluation phase. All offerors involved in the
negotiation process will be invited to submit a best and final offer.

c.

Terms, conditions, prices, methodology, or other features of the offeror's proposal may be subject to
negotiation and subsequent revision. As part of the negotiations, the offeror may be required to
submit supporting financial, pricing and other data in order to allow a detailed evaluation of the
feasibility, reasonableness, and acceptability of the proposal.

d.

The mandatory requirements of the Request for Proposal shall not be negotiable and shall remain
unchanged unless the Division of Purchasing and Materials Management detennines that a change in
such requirements is in the best interest of the Slate of Missouri.

e.

NOTE: The State intends to award a contract from this RFP without entering into competitive
negotiations. Therefore ofTerors original submission should be submitted under the assumption that
no competitive negotiations will be conducted. Consequentially, the offeror is strongly encouraged
to resolve any potential compliance issues with the buyer prior to submitting their proposal.

4.3.2

After an initial screening process, a question and answer conference may be conducted with the offeror, if
deemed necessary. In addition, the offeror may be asked to make an oral presentation of their proposal
during the conference. Attendance cost at the conference shall be at the offeror's own expense. All
arrangements and scheduling shall be coordinated by the Division of Purchasing and Materials
Management.

4.4

Offerors Response to Evaluative Criteria

PARAGRAPH REVISED BY BAFO #002, REVISION #001
4.4.1
Cost: The offeror must respond to Exhibit A with firm, fixed pricing for all applicable costs necessary to
satisfy the requirements of the RFP. The price for basic ots stated shall be the contractor's charge per
minute and set-up charge for collect calls, and shall be exclusive of any and all local, state and federal
taxes/fees (I.E, LOCAL, STATE AND FEDERAL TAXES/FEES MAY BE PASSED ON TO THE
CUSTOMER IN ADDITION TO THE OFFEROR'S PER MINUTE PRICES AND SET-UP
CHARGE). Basic with option one debit calls shall be inclusive of any and all local, ."tate, and federal
taxes andlorfees (I.E, LOCAL, STATE, AND FEDERAL TAXES/FEES SHALL NOT BE ADDED TO

Page 29

B2Z05070

THE FIRM, FIXED POSTAL/ZED PRICE PER MINUTE PAID FOR BY THE OFFENDER). Basic
with option one pre-paid calls shall he exclusive of any and all local, state, and federal taxes and/or fees
(LE, LOCAL, STATE AND FEDERAL TAXES/FEES MAY BE PASSED ON TO THE CUSTOMER
IN ADDITION TO THE OFFEROR'S FIRM, FIXED POSTALIZED PRICE PER MINUTE). All
other applicable costs and expenses necessary to satisfy the requirements of the RFP, including
furnishing, installing, providing any necessary hardware, monitoring, maintaining and incurring the
expense for the of installation of, and the ongoing monthly expense, through the life of the contract, for
data circuits, separate from the bandwidth provided for the offender phone recording and monitoring
system, at each of the institutions referenced in paragraph 3.1.8 must be included in the stated price. All
prices quoted shall be firm, fixed for duration of the contract. The offeror shall provide the lowest firm
fixed prices available to the called parties. Commissions from the call charges shall not be applicable nor
shall any commission-like payments be made by the contractor to the State of Missouri or any other entity
or party. In lieu of commission-like revenue received by the State of Missouri, the offeror should propose
contract costs that take commissions otherwise paid and offset the contract costs to the called party.
Unless stated herein, the state shall assume that absolutely no other costs, charges, or fees will be assessed
to the state, the offender or the called party whatsoever, and that no other costs exist to satisfy the RFP's
requirements. Therefore, the successful offeror shall be responsible for any additional costs.

4.4.2

Experience: The offeror should provide information relative to the offeror's proposed experience,
especially information as it relates to the requirements of this RFP. It is highly desirable that the offeror
respond to the information requested in Exhibit B for purposes of evaluating the offeror's experience.

4.4.3

Proposed Method of Performance: The offeror should provide information relative to the offeror's
proposed method of performance, especially information as it relates to the requirements of this RFP. It
is highly desirable that the offeror respond to the information requested in Exhibit C for purposes of
evaluating the offeror's proposed method of performance.

4.5

Other Requested Information:

4.5.1

The offeror should respond to the information requested in Exhibit D - Other Information
NOTE: FAILURE TO PROVIDE ADEQUATE INFORMATION TO COMPLETELY ADDRESS THE
SPECIFIED EVALUATION CRITERIA WILL AT LEAST RESULT IN MINIMAL SUBJECTIVE
CONSIDERATION AND MAY RESULT IN REJECTION OF THE OFFEROR'S PROPOSAL.

I SECTION ADDED BY AMENDMENT #006
5.

I

OFFEROR TARGETS FOR MINORITY BUSINESS ENTERPRISE (MBE) AND WOMEN
BUSINESS ENTERPRISE (WBE) PARTICIPATION
- - - - - Read All Of This Part Of The RFP and Complete All Related Exhibits - - - - -

5.1

Participation:

5.1. I

In order for the Division of Purchasing and Materials Management to meet the provisions of Executive
Order 05-30, it is desired the offeror secure participation of certified MBEs and WBEs in providing the
products/services required in this RFP. The targets ofparticipation recommended by the state are 10%
MBE and 5% WBE of the total dollar value of the contract. These targets can be met by a qualified
MBEIWBE offeror themselves and/or through the use of qualified subcontractors, suppliers, joint
ventures, or other arrangements that afford meaningful opportunities for MBElWBE participation.
Work performed by MBEIWBEs must provide a commercially useful function related to the delivery of
the service/product required herein. In order to be considered as meeting these targets, the
MBEIWBEs must be qualified at the time the proposal is submitted.

5.2

Definition - Qualified MBEIWBE

Page 30

B2Z05070

5.2.1

MBE or WBE means a business that is a sole proprietorship, partnership, joint venture, or corporation
in which at least fifty-one percent (51%) of the ownership interest is held by minorities or women and
the management and daily business operations of which are controlled by one or more minorities or
women who own it. Minority is defined as belonging to one of the following racial minority groups:
African Americans. Native Americans, Hispanic Americans. Asian Americans. American Indians.
Eskimos, Aleuts and other groups that may be recognized by tIle Office of Advocacy, United States
Small Business Administration, Washington, D.C. In order to be considered a qualified MBE or WBE
for purposes of this RFP, the MBElWBE must be certified by the State of Missouri, Office of
Administration, Office ofSupplier and Workforce Diversity (OSWD).

5.3

Offerors Qualifying as MBElWBE:

5.3.1

MBE/WBEs submitting proposals can meet the MBE or WBE participation targets by completing the
Documentation ofMBElWBE Participation exhibit and verifying their certification by the OEO as an
MBE or WBE. Note: Portions of the contract that will be per/ormed by businesses which do not
qualify as MBEs or WBEs will not be considered as MBEIWBE participation.

5.4

Potential MBElWBE Subcontracting and Other Participation Opportunities:

5.4.1

This information is intended to suggest potential opportunities for participation of MBEs and WBEs in
providing the products and services required in the RFP. Offerors can meet the participation targets
through the use of subcontractors, suppliers, joint ventures, or other arrangements that afford
meaningful opportunities for qualified MBElWBE participation. The following list is not meant to be
all inclusive, nor is it intended to limit the offeror to utilize the participation in the manner identified.
•

Installation of systems, components

•

Maintenance

•

System Diagnostics

5.5

Resources:

5.5.1

A listing of several resources that are available to assist oJJerors in their efforts to identify and secure
of
qualified
MBEs
and
WBEs
is
available
at
the
participation
http://www.oa.mo.govloeo/SupplierDiversityProgram.htmlor by contacting the Supplier Diversity
Program at:
Office ofAdministration
Office o/Supplier and Workforce Diversity
Harry S Truman Bldg., Room 630
P.O. Box 809
Jefferson City, MO 65102
Phone: (877) 259-2963 or (573) 751-8130
Fax: (573) 512-8078

5.6

Participation Commitment:

5.6.1

To identify each proposed MBE and WBE, the offeror should complete the Participation Commitment
exhibit which is located in the Exhibit section of this RFP.

5,7

Documentation ofMBE/WBE PartiCipation:

5.7.1

The offeror should insure that each MBE and WBE listed in the Participation Commitment exhibit
completes a Documentation ofMBEIWBE Participation exhibit which is located in the Exhihit section
0/ this RFP. Each completed Documentation ofMBE/wBE Participation exhibit should be submitted
by the offeror with the proposal. The percentage level 0/ MBE/WBE participation committed to by the

-

B2Z05070

Page 31

offeror in the Participation Commitment exhibit and verified in the Documentation of MBEIWBE
Participation exhibit, shall be interpreted as a contractual requirement.
5.8

Evaluation of tile Propm.'al:

5.8.1

The participation of MBEIWBE firms in meeting the targets of the RFP will be comiidered in the
subjective evaluation as documented in tile evaluation process.

Page 32

B2Z05070
EXHIBIT A
COST (PRICING SECTION)
EXHIBIT REVISED BY BAFO #002, REVISION #001

A.l REQUIRED PRICING: The offeror must state below the firm, tixed price for perfonning OTS services in
accordance with the provisions and requirements stated herein, including furnishing, installing, providing any
necessary hardware, monitoring, maintaining and incurring the expense for the of installation of and the ongoing
monthly expense, through the life of the contract, for data circuits, separate from the bandwidth provided for the
offender phone recording and monitoring system, at each of the institutions referenced in paragraph 3.1.8. All
costs associated with providing the required services, including all travel and expenses to be incurred by
contractor staff, must be included. The offeror must propose all items (001 through 010). Prices shall not include
commissions to be paid to the State of Missouri (see RFP paragraph 4.4.1).
PARAGRAPH REVISED BY BAFO #002, REVISION #001
a. Basic OTS: Collect Calls: shall be defined as where the outside party is requested to pay for the calls
where the cost would be billed through a monthly invoice to the called party. Such prices shall be
exclusive of taxes. The offeror must propose all items (001 through 008). The offeror must state the
finn, fixed rates per minute and shall include all set up fees for all offender calls for the following
service, exclusive of any and all local, state, and federal fees/taxes (I.E, LOCAL, STATE AND
FEDERAL TAXES/FEES MAY BE PASSED ON TO THE CUSTOMER IN ADDITION TO THE
OFFEROR'S PER MINUTE PRICES AND SET~UP CHARGE).
ITEM
NO.
001
002
003
004
005
006
007
008

Unit of Measure

Description
Local Call
Set-up Charge
lntralata Call
Set-up Charge
Interlata Call
Set -up Charge
Interstate Call
Set-up Charge

for Local Call
for lntralata Call
for lnterlata Call
for Interstate Call

Minute
Call
Minute
Call
Minute
Call
Minute
Call

Finn
Price
$
$
$
$
$
$
$
$

Fixed

PARAGRAPH REVISED BY BAFO #002, REVISION #001
b. Basic OTS with option 1 features and functions for debit calls where the offender will deposit
money within the stale run commissary. Price must be inclusive of taxes. The offeror must
propose item 009. The offeror must state a finn, fixed all inclusive postalized price per minute,
which must include any and all regulatory fees/surcharges, set up fees, and any and all taxes, etc
(I.E, LOCAL, STATE, AND FEDERAL TAXES/FEES SHALL NOT BE ADDED TO THE
FIRM, FIXED POSTALIZED PRICE PER MINUTE PAID FOR BY THE OFFENDER).

ITEM
NO.

Description

Unit of Measure

Firm Fixed
Postalized
Price

009

Postalized Debit Call

Per Minute

$

PARAGRAPH REVISED BY BAFO #002, REVISION #001
c. Basic OTS with option I features and functions for pre-paid calls, where the called party deposits
money within the offeror's operated account. Price must be exclusive of taxes. The offeror must
propose item 010. The offeror must state a finn, fixed all inclusive postalized price per minute,
which shall be exclusive of any and all regulatory fees/surcharges, set up tees, and any and all
taxes, etc: (I.E, LOCAL, STATE AND FEDERAL TAXES/FEES MAY BE PASSED ON TO
THE CUSTOMER IN ADDITION TO THE OFFEROR'S FIRM, FIXED POSTALIZED
PRICE PER MINUTE).

-

- - - - - - - - - - _ . _ - - - - - - - -- - - - ----

-------- - -

Page 33

B2Z05070

ITEM

Description

Unit of Measure

Postalized Pre-paid Call

Per Minute

NO.
010

Firm Fixed
Po!)'talized
Price
$

d. International Calls: The offeror must propose rates for International calls. The otTeror shall
attach their proposed international callings rates. Prices for International calls will be subjectively
evaluated within the area of Proposed Method of Performance.
a.

- - - - - - - - - - - - - - - - - - - - - - ----

Page 34

B2Z05070
EXHIBIT B
EXPERIENCE
B.1

The evaluation of the ofIeror's proposed Experience shall be subjective based on the requirements stated
herein. Therefore, the offeror should present information which documents all proposed Experience. The
state reserves the right to use this information, including infonnation gained from any other source, in the
evaluation process.
1. The offeror should fully describe any prior experience in providing, installing, and maintaining pay
telephones and in providing operator assisted telephone services in a correctional institution setting.
Such information should include dates and locations of performance, a brief description of the
specific equipment and services provided, and the name, address and telephone number of the
contracting agency and a contact person who may be contacted for verification of all data submitted.
2. OfIeror's References: The offeror should provide a list of at least three (3) current customers who
have acquired and installed the proposed item/service from the offeror. The list should include the
following:
Company name
Contact name
Contact's title
City and state
Telephone number and area code
Description of items/services
Availability status if contact is requested by the evaluation team

B.2

ADDITIONAL INI-ORMATION

The offeror should provide any additional relevant information to assist in the evaluation of the ofIeror's
proposed Experience.

Page 35

B2Z05070

EXHlBITC
PROPOSED METHOD OF PERFORMANCE
C~l

The evaluation of the offeror's proposed Method of Perfonnance shall be subjective based on the
requirements stated herein. Therefore, the oft-eror should present information which documents all
proposed Method of Perfonnance. The state reserves the right to use this infonnation, including
information gained from any other source, in the evaluation process.
1.

System Requirements: The offeror should describe all equipment and services proposed to meet the
provisions and requirements of the System Requirements section. The offeror should specifically
describe the following items:
a.

A detailed description of the manner in which the offeror proposes to achieve each of the features
and functions required for each of the two OTS applications, specifically, Basic OTS and Basic
OTS with Option 1.

b. The ability to provide customized reports, and state the amount of time necessary to develop and
deliver such reports.
c.

Provide a complete, detailed description of equipment proposed, including brochures with
technical specifications.

d.

The equipment brand, model, manufacturer, and FCC registration number (if applicable).

e.

The fraud prevention features provided with the OTS.

f.

How remote diagnostics will be perforn1ed to determine if a problem is with a telephone unit or
telephone line.

g.

System's ability to detect the called party's attempt to access 3-way and conference calling at any
time during the call and immediately following the connection of the ca11 and must describe how
such calls will be terminated.

h.

How call acceptance occurs induding how the pre-recorded messages are presented.

1.

How the OTS will work with the local telephone company to insure that no incoming calls will be
received.

j.

How international calls shall be provided.

k.

How the offeror proposes to meet the Station Equipment, Calling Protocols, Americans with
Disabilities Act, Monitoring and Recording provisions and requirements to included where the
monitoring and recording system is proposed to be located, how to access it, a material list, the
actual size of the equipment, function descriptions and drawings of the proposed configurations.

1.

The proposed number of phones on which recording may be accomplished simultaneously.

m. How call recordings and call activity is proposed to be collected, stored, and archived.
n.

All services, personnel, and proposed methodology to meet the Installation Team provisions and
requirements stated herein.

o.

All equipment, services, personnel, and proposed methodology to meet the Initial and Ongoing
Installations provisions and requirements to include the proposed state's responsibilities, if any,
and the contractor's responsibilities pertaining to installation of the proposed equipment.

Page 36

82205070
p.

The proposed equipment, services, personnel, and methodology to meet the Training provisions
and requirements, to include all equipment, services.

q.

The proposed equipment, scrvices, personnel, and proposed methodology to meet the Contractor
Maintenance provisions and requirements. If maintenance is not provided by the offeror's
organization, the otTeror must identify the proposed service organization.

r.

Any built-in diagnostic maintenance and/or diagnostic routines in the proposed equipment.

PARAGRAPH ADDED BY BAFO #001, REVISION #001:

s.

The offeror !thould de!)'cribe the WAN connection, and equipment provided in each location,
including ...torage for CDR and recording.~. The offeror .~hould describe the proce...... by which
the contractor will upgrade the WAN in the event the .~tate i.~ not sati.\fied with performance of
the WAN.

PARAGRAPH ADDED BY BAFO #002

t. The offeror should describe the data circuits that shall be provided, separate from the bandwidth
provided for the offender phone recording and monitoring .~y.o,·tem at each of the institutions
(...ee paragraph 3.1.8).
PARAGRAPH REVISED BY BAFO #002, REVISION #001

u. The offeror ... Iwuld describe how the data circuits that are outside of the offender phone .~y.~tem
will utilize the Southwestern Bell and Sprint Frame Relay service~' or offeror provided solution,
including how the .~ervice will be connected back to the State Data Center in Jefferson City.
PARAGRAPH ADDED BY BAFO #002

v. The offeror ...Iwuld describe in detail how trouble reports and e!)'calation of the data circuits
issue.~ for !)·ervice.o,· out.~ide of the offender phone system will be handled by the offeror and the
.~tate of Mi~'~'ouri.
PARAGRAPH ADDED BY BAFO #002

w. The offeror .~hould describe any statistical or traffic reports available for the data circuits that
are out.~ide of the offender phone ~ystem.
PARAGRAPH ADDED BY BAFO #002, REVISION #001

x. If the offeror proposes to provide additional bandwidth within circuits provided for other
required ...ervices, the offeror should clearly describe the manner in which such traffic shall be
kept separate. The offeror should include a diagram showing the network and equipment that
the offeror proposes to provide.

-

2.

The offeror must describe how maintenance shall be provided, including the location of service
center(s), the number of technicians at each service location that are trained on the proposed
equipment, the procedures for contacting service personnel, etc. to included the guaranteed response
time, in hours, for minor outages.

3.

Billing Procedures: The offeror should describe all equipment, services, personnel, and proposed
methodology to meet the Billing Procedures provisions and requirements to include;

----------------------~--~~~~~~~~~~~~~--

-----

Page 37

B2Z05070
a.

How calls within the Local Access Transport Area (intralata), calls outside of the Local Access
Transport Area (interlata) and interstate calls will be handled and must identify the respective
local and long distance carriers.

b. The billing process for all billed calls and the collection process for the bills for all calls,
including uncollectible calls. The offeror should submit examples of the proposed "Call Detail
Reports."

PARAGRAPH ADDED BY BAFO #001

c.

The offeror should state the minimum billing time increment that shall apply.

PARAGRAPH REVISED BY BAFO #001, REVISION #001

The offeror should state any and all local, state and federal fees/taxes, etc., proposed for Option 1,
and state the maximum amounts proposed to charge to the called party. The offeror should site
the authority, to include the paragraph of the authority used to charge any such taxes, fees, and
surcharges.

4.

5. Transition: The offeror should describe the manner in which it will coordinate contract transition
activities to minimize downtime during transition from the current to the new contract.

PARAGRAPH ADDED BY BAFO #001:
a.

6.

The offeror should describe the method by which the offeror will transfer the call recording
and other information to the state of Missouri at the termination of the contract. The offeror
should describe the method and format for transferring the information, and whether the
information is in an open architecture format

Product Accessibility: The offeror should provide a description of the proposed system/application
development and/or customization's conformance with the Missouri IT Accessibility Standards by
means of completing either a Voluntary Product Accessibility Template (VPAT)
(www.itic.orglpolicy/508/Sec50S.html) or other comparable document. The offeror should further
describe the following as it relates to the applicable Missouri IT Accessibility Standards:
•
•

•

The proposed developmental approach to ensuring conformance with the applicable IT
Accessibility Standards.
The proposed plan for compatibility and interoperability testing with commonly used assistive
technologies, including JAWS, Window Eyes, ZoomText, MAGic, and Dragon Naturally
Speaking.
The proposed plan for usability testing by individuals with disabilities.

7. In presenting the proposed Method of Performance, the offeror should also:
•

Provide a description of the proposed services that will be performed and/or the proposed
products that will be provided by Missourians and/or Missouri products.

•

Provide a description of the economic impact returned to the State of Missouri through tax
revenue obligations.

•

Provide a description of the company's economic presence within the State of Missouri (e.g.,
type of facilities: sales offices; sales outlets; divisions; manufacturing; warehouse; other),
including Missouri employee statistics.

--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~--~----

----- ---

- - - - - - - - - - - - - - - - - - - - - - - - - - - ------ - --------

Page 38

B2Z05070
•

8.

C.2

If any products and/or services offered under this RFP are being manufactured or performed at
sites outside the continental United States, the offeror MUST disclose such fact and provide
details with the proposal.
Single Point of Contact: The ofIeror should describe how it intends to function as a single point of
contact for the agency, regardless of any subcontract agreements.

ADDITIONAL INFORMATION
The offeror should provide any additional relevant information to assist in the evaluation of the offeror's
proposed Method of Performance.

---------_.

Page 39

B2Z05070

EXHIBIT D
OTHER REQUESTED INFORMATION
0.1

PREFERENCE - ORGANIZATIONS FOR THE BLIND & SHELTERED WORKSHOPS
A five (5) bonus point preference shall be granted to proposals including products and/or services
manufactured, produced or assembled by qualified nonprofit organizations for the blind established
pursuant to 41 U.S.C. sections 46 to 48c and sheltered workshops holding a certificate of approval from
the Department of Elementary and Secondary Education pursuant to section 178.920 RSMo. Five bonus
points will be added to the total evaluation points for proposals qualifying for the preference.
If the offeror is an organization for the blind or sheltered workshop, then the offeror should provide
evidence of qualifications as described herein (i.e., copy of certificate or certiticate number).
If the offeror is utilizing an organization for the blind or sheltered workshop as a subcontractor, then the
offeror should submit a letter of intent signed by the organization for the blind or sheltered workshop
describing the products/services they will provide and indicating their commitment to aid the contractor's
perfonnance under the prospective state contract.

0.2

AMERICANS WITH DISABILITIES ACT - EQUIPMENT MODIFICATION
In order to assist the State of Missouri in fulfilling the requirements of the Americans with Disabilities
Act (ADA), the offeror is requested to furnish the following infonnation:
The offeror should state whether the proposed equipment can be modified for use by persons with
disabi lities:
YES
NO
If yes, the offeror should describe and provide optional pricing, including installation and maintenance (if
appropriate), for any available modifications.

0.3

OFFERORS AS EMPLOYEES
Offerors who are employees of the State of Missouri, a member of the General Assembly or a statewide
elected official must comply with Sections 105.450 to 105.458 RSMo regarding conflict of interest. If the
offeror and/or any of the owners of the offeror's organization are currently an employee of the State of
Missouri, a member of the General Assembly or a statewide elected official, please provide the following
infonnation:
Name and title of state employee, General
Assembly member or statewide elected official: _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
Name of state agency where employed:
Percentage of ownership interest in offeror's
organization held by state employee, General
Assembly member or statewide elected official: _ _ _ _%

-------------------

Page 40

B2Z05070

D.4

ADDENDUM TO OFFEROR'S PRE-PRINTED TERMS AND CONDITIONS DOCUMENTS
By signing the signature block below the offeror hereby declares understanding and agreement with the
following: (l) that the language of this RFP shall govern in the event of a contlict with his/her proposal,
including any pre-printed tenns and conditions documents such as lease agreements, software license
agreements, maintenance support services agreements, professional services agreements, etc., that are
submitted as part of his/her proposal, and (2) any of the offeror's terms and conditions contained in the
submitted pre-printed terms and condition documents that connict with the RFP B2Z05070's terms and
conditions, shall have no force or effect and are hereby considered invalid. All other terms and provisions
of the offeror's and/or third party's pre-printed terms and conditions documents that are not in conflict
with the RFP shall apply hereto.
SIGNATURE REQUIRED

D.5

AUTHORIZED SIGNATURE

DATE

PRINTED NAME

TITLE

OFFEROR CONTACT INFORMATION
If different from the information provided on the front page of the RFP, the offeror should provide all
necessary contact information including the RFP Coordinator, Contract Coordinator if awarded a contract,
payment address information, etc.
RFP COORDINATOR CONTACT INFORMATION
i.e. person to be contacted for questions and other coordination activities
regarding the o.fferor's proposal
NAME:
JOB TITLE:
PHONE:
FAX#:
EMAIL:
CONTRACT COORDINATOR CONTACT INFORMATION
i.e. person to be contacted for questions and other coordination activities
regarding an awarded contract
NAME:
JOB TITLE:
PHONE:
FAX#:
EMAIL:

-------------- -

Page 41

B2Z05070

[ EXHIBIT ADDED BY AMENDMENT #006 AND REVISED BY AMENDMENT #007
EXHIBIT E
MBEIWBE PARTICIPATION

E.l Participation Commitment
If proposing MBEIWBE participation, the offeror must indicate below the percentage of qualified MBE and WBE
participation committed to in relation to the total dollar value of the contract. (Note: Products/Services provided
by MBE/WBEs must provide a commercially useful function related to the delivery of the products/services
required herein.)
If the offeror is a qualified MBE and/or WBE, the offeror must indicate the percentage of the contract value that
the offeror will provide themselves.
NOTE: In order to be a qualified MBE or WBE for purposes ofthis RFP, the MBE/WBE must be certified by the
State of Missouri, Office of Administration, Office of Supplier and Workforce Diversity.

*Percentage

*Percentage
NameofMBE

of Total
Contract
Value

NameofWBE

1.

1.

2.

2.

3.

3.

4.

4.

5.

5.

TotaiMBE:

TotalWBE:

of Total
Contract
Value

*NOTE: If the offeror's Percentage of Total Contract Value is based on something other than total gross
revenue (see RFP paragraph 3.14.6), offeror must specify and explain in detail the basis utilized for
computation ofthe total contract value. This basis must be able to be validated by the State on a monthly basis.
Specify Basisfor Computation of Total Contract Value: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
If other than total gross revenue as referenced in Paragraph 3.14.6, offeror must provide detailed explanation
of the basis utilized:

(use additional sheet if necessary)

Authorized Signature of Offeror

Date

Page 42

B2Z05070

EXHmIT E (continued)
E.2 DOCUMENTATION OF MBEIWBE PARTICIPATION

If proposing MBEIWBE participation, the offeror must provide a copy of this page to each proposed
MBEIWBE. Each MBElWBE included in this proposal must complete a copy of this exhibit separately. If the
offeror qualifies as a MBE andlor WBE, the offeror must also complete this exhibit. These completed exhibits
must be submitted with the offeror's proposal.
Indicate appropriate business classification(s): ___ MBE _ _ WBE
NameofMBEIWBEfirm: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
Address:_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _---'Phone #:_ _ _ _ _ _ __
City/State/Zip:_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _.Fax #:_ _ _ _ _ _ _ __
Email Address:_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
Describe the products/services you will be providing. (Note: Products/services provided by MB.E;/WBEs must provide a commercially useful
function related to tile delivery of the products/services required herein.)

Provide the percentage of MBElWBE participation committed to in relation to the total dollar value of the
contract for the products/services you are supplying for this contract.
----_%

Provide or attach an explanation of the assumptions used in the development of the above percentage.

Each MBE/WBE must provide their State of Missouri, Office of Supplier and Workforce Diversity (formerly
Office of Equal Opportunity) certification number below.
By signing below, tIle undersigned hereby affirms tllat the company listed above meets the definition of a MBE or WBE as defined in RSMo
37.020 and has obtained certification from the State of Missouri, Office of Administration, Office of Supplier and Workforce Development.

Name of MBEIWBE Owner:___________________Date:_ _ _ _ _ _ _ __
MBEIWBE Certification Number: _ _ _ _ _ _ _ _ _ _-.:/Certification Expiration Date:_ _ _ __
Federal Employer Identification Number/Social Security Number: _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
MBEIWBE Owner/Authorized Representative Signature: ____________________
Authorized Signature of Offeror:______________________________

Page 43

B2Z05070

STATE OF MISSOURI
DIVISION OF PURCHASING AND MATERIALS MANAGEMENT
TERMS AND CONDITIONS -- REQUEST FOR PROPOSAL
I. TERMINOLOGY/DEFINITIONS
Whcnever the lilliowing words and cxpressions appcar in a Request lor Proposal (RFP)
dcsclibed below shall apply.

do~umcTlt

or any amendment thereto, the definition or meaning

Agency and/or State Agency means the statutory unit of state govelllmcnt in the State of Missouri for which thc equipment, supplics, andlor servic~'$
are being purchllsl-d by the Dh'ision of Purchasing and Materials Management (DPI\1I\1). The agency is also I'esponsible for payment.
b. Amendment mClIns a written, ofTieialmodification to an RFP or to a contmct.
c. Attachment applics to all fonns which are included with an RFP to incorpomtc any inlilllnational data or r~'quirements related to the perfonnallce
requirements andlor specifications.
d. Proposal Opening Date and Time and similar expressiuns mean the exact deadline required hy the RFP for thc receipt of sealed pmposals.
e. Offeror means the person or organi?.ation that responds to an RFP by submitting a proposal with prices to pl\lvide the equipment, supplies, and/or
services as required in the RFP documcnt.
f. Buyer means thc procurement staff member of the DPMM. The Contact Person as referenced herein is usually the Buyer.
g. Contract means a legal and binding agreement betwcen two or more competent parties, lor a consideration for thc procurement of equipment, supplit-'S,
andlor services.
h. Contractor means a person or organization who is a successful offeror as a I'esult of an RFP and who enters inlo a contract.
i. Exhibit applies to Ihllns which are included with an RFP for the offeror to complete and submit with the sealed proposal prior to the specified opening
date and timc.
j. Request for Proposal (RFP) means the solicitation doeumcnt issued by the DPMM to potential offcrors for the purchase of equipment, supplies, and/ur
scrvicl"S as described in the document. The definition includes these Tenns and Conditions as well as all Plicing Pages, Exhibits, Attachments, and
Amendments thcreto.
k. May means that a certain feature, component, or action is permissible, but not required.
1. Must means thai a certain feature, component, or action is a mandatory condition.
m. Pricine, Pae,e(s) applies to the fonn(s) on which the offeror must state the price(s) applicahlc lilr the equipment, supplies, andlor scrviees required in the
RFP. The pricing pages must be completed and submittl-d by the offeror with the sealed propusal prior to the spccified proposal opening date and time.
n. RSl\to fRe\'ised Statutes of Missouri> refers to the body of laws enacted by the Legislature which govem the opcrations of all agencies of the State of
Missouri. Chapter 34 of the statutes is the primary chupter governing the opcmtions of DPMM.
o. Shall has the samc meaning as thc word must.
p. Should means that a certain feature, component and/or action is desirablc but not mandatury.
a.

2. APPLICABLE LAWS AND REGULATIONS
a.

The contract shall be construed according to the laws of the State of Missouri. The contractor shall comply with all local, state, and fl-deml laws and
regulations relatcd to the perfonnancc of the contract to thc extent that the same may be applicable.
b. To the extent that a provision of the contmct is contrary to the Constitution or laws of the State of Missouri ur of the United Statcs, the provisions shall
he void and unenforceable. However, the balance of the contract shall remain in foree helwecn the pmties unless terminated by consent of both the
contractor and the DPMM.
c. The contractor must be registered and maintain good standing with the Secrctary of State of the State uf Missoul1 and other regulatory agencies, as may
be rcquired by law or regulations.
d. The contractor must timely file and pay all Missouri sales, withholding, corporate and any other required Missouri tax returns and taxes, including
interest and additinl1s to tax.
e. The exclusive venue for any Icgal proceeding relating to 01' arising out of the RFP or resulting contract shall be in the Circuit Court of Cole County,
Missouri.

3. OPEN COMPETITION/REQUEST FOR PROPOSAL DOCUMENT
a.

h.

c.
d.

c.

f

It shall be the olTerol's responsibility to ask questions, r~'quest changes or clarification, or otherwise advise the DPMM if any language. specificatiuns or
requirements uf an RFP appear to be ambiguous, contmdictory, and/or arhitmry, or appear to inadvcrtently restrict or limit the requircments stated in the
RFP to a single source. Any and all communication from offerors regarding specifications, requirements, competitive proposal pwccss, etc., must be
directed to the huycr from the DPM M, unless the RFP specifically refers the offeror to another contact. Such communication should be received at Jeast
tcn calendar days prior to the official proposal opening date.
Every attempt shall be made to ensure that the offeror r~'Ceivcs an adequate and prompt respollse. However, ill order to maintain a lilir and l'quilable
procurement process, all offerors will be advised, via the issuance of an amendment to the RFP. of any relevant or pertinent infonnation related to the
procurement. Thercil.)re, offerors arc IIdvised that unlcss specified elsewhere in the RFP, any questions rcceiv(.-d less than ten calendar days prior to thc
RFP opening date Illay not be answered.
Offewrs are cautioncd that the only official position of the State of Missouri is that which i~ i~sucd by the DPMM in the RFP 01' an amendment thereto.
No other means of communication, whether oral or wlitten, shall be conslIued as a fonnal nr n!lieial response 01' statement.
The DPMM monitors all procurement activities to detect any possibility of deliberate restraint of competitiun, collusion among offcl'Ors, price-fixing by
ofiemrs, or any other anticompetitive conduct by oflemrs which appears to violate state and fcdeml antitrust laws. Any susp~'Cted violation shall be
referred to the Missouri Attorney General's Office for appropriate action.
The RFP is available for viewing and downloading on the state's On-Line Bidding website. Registered vendors are electronically notified or mailed
notification of the pmposal 0ppOitunity based on the inlill1nation maintaincd in the State of Missouri's vendor databasc. If any pnrtion of the address is
incorrect, the offel'nr must notify the buyer in writing or update the address Ihe111selves on the Slate's On-Line Bidding website.
The DPMM reserves thc right to officially amend or cancel an RFP arter issuance.

4. PREPARATION OF PROPOSALS
a.

Offerors must examine the enti ...,! RFP carefully. Failurc to do so shall be at offeror's risk.

B2Z05070
b.
c.

d.
c.

f.

g.
h.
i.

Page 44

Unless otherwise specifically stated in the RFP, all specifications and requirements constitute minimum requirements. All proposals must meet or
exceed the stated specifications and requirements.
Unless otherwise specifically stated in the RFP, any manufacturer names, trade names, brand nam~s, infOlll1ation and/or catalog numbel"S listed in a
specification and/or requirement are for infill1national purposes only and are not intended to limit competition. The offeror may offer any brand which
meets or exceeds the spl'Cifieation for any item, but must state the manufacturer's namc and model number for any such brands in the pmposal. In
addition, thc offeror shall explain, in detail, (I) the reasons why the proposed equivalent meets or exceeds the specifications and/or requirements and (2)
why the proposed equivalcnt should not be consider~xI an exception thereto. Proposals which do not comply with the requirements and specifications
are subj~'Ct to rejection without clarification.
Proposals lacking any indication of intent to otrer an altcmate brand or to take an exception shall be R'Ceived and considered in complete compliancc
with the sp~'Cifications and requirements as listed in the RFP.
In the evcnt that the offeror is an agency of state govemment or other such political subdivision which is prohibited by law or COUlt dl'Cision from
complying with certain provisions of an RFP, such a offeror may submit a proposal which contains a list of statutory limitations and idcntification of
those prohibitive clauses which will be modified via a clm"ification confercnce between thc DPMM and the offeror, if such oflcrm is selected tell"
contract award. The clarification conference will be conducted in order to agree to language that reflects the intent and compliance of such law and/or
court ordcr and the RFP. Any such offeror needs to include in the pmposal, a complete list of statutory references and citations for each provision ofthc
RFP which is affected by this pamgraph.
All equipment and supplies offered in a proposal must be new, of current production, and available for marketing by the manufacturer unless the RFP
clearly spL'Cifies that used, recondition~xI, or remanufactured equipment and supplies may be offered.
Prices shall include all packing, handling and shipping charges FOB destination, freight prepaid and allow~xI unless otherwise specified in the RFP.
Prices offered shall remain valid for 90 days from proposal opening unless otherwise indicated. If the proposal is accepted, prices shall be firm for the
specified contract period.
Any foreign offeror not having an Employer Identification Number assigned by the United States Intemal Revenue Service (IRS) must submit a
completed [RS Form W-8 prior to or with the submission of their proposal in order to be considered for award.

5, SUBMISSION OF PROPOSALS
a.

b.

c.

d.

e.

Proposals may be submitted by delivery of a hard copy 10 the DPMM office. Electronic submission of proposals through the State of Missouri's OnLine Bidding website is not available unless stipulated in the RFP. Delivered proposals must be sealed in an envelope or container, and received in the
DPMM office located at 301 West High St, Rm 630 in Jefferson City, MO no later than the exact opening time and date specified in the RFP. All
proposals must (I) be submitted by a duly authorized representative of the offeror's organization, (2) contain all infonnation required by the RFP' and
(3) be priCL-d as required. Hard copy proposals may be mailed to the DPMM post office box address. However, it shall be the responsibility of the
offeror to ensure their proposal is in the DPMM office (addrL"Ss listed above) no later than the exact opening time and date specified in the RFP.
The sealed envelope or container containing a pmposal should be clearly marked on the outside with (I) the official RFP number and (2) the official
opening date and time. Different proposals should not be placed in the same envelope, although copies of the same proposal may be placed in the same
envelopc.
A proposal submitted electronically may be modified on-line prior to the official opening date and time. A proposal which has becn delivel·ed to the
DPM M office, may be modified by signed, written notice which has been received by the DPMM prior to the official opening date and time specified.
A proposal may also be modified in person by the offeror or its authorized representative, provided proper identification is presented before the official
opening datc and time. Tek-phone or telegraphic requests to modify a proposal shall not be honored.
A proposal submitted electronically may be canceled on-line prior to the orricial opening date and time. A proposal which has been delivered to the
DPMM orrice, may only be withdmwn by a signed, written notice Of facsimile which has been received by the DPMM prior to the official opening date
and lime specified. A proposal may also be withdrawn in person by the offeror or its authorized representative, provided proper identification is
presented before the orricial opening date and time. Telephone, e-mail, or telegraphic r~'quests to withdraw a proposal shall not be honored.
When submitting a proposal electronically, the offeror indicates acceptance of all RFP tenns and conditions by clicking on the "Submit" button on the
Electronic Bid Response Entry form. Offerors delivering a hard copy proposal to DPM M must sign and rl1um the RFP cover page or, if applicable, the
cover page of the last am~'tldment thereto in order to constitute acceptance by the offeror of all RFP tenns and conditions. Failure to do so may result in
rejection of the proposal unless the offeror's full compliance with those documents is indicated elsewherc within the offcror's response.

6. PROPOSAL OPENING
a.
b.

Proposal openings are public on the opening date and at the opening time specified on the RFP documcnt. Only the names of the respondents shall be
read at the proposal opening and posted on the state's On-Line Bidding website. The contents ofthe responses shall not be disclosed at this time.
Proposals which are not received in the DPMM office prior to the official opening date and time shall be considered late, regardless of the degree of
lateness, and normally will not be opened. Late proposals may only be opened under extraordinary circumstances in accordance with I CS R 40-1.050.

7. PREFERENCES
a.
b.

c.

[n the cvaluation of proposals, preferences shall be applied in accordance with Chapter 34 RSMo. Contractors should apply the samc preferences in
selecting subcontractors.
By vinue of statutory authority, a preference will be given to materials. products, supplies. provisions and all other articles produced, manufactured,
made or grown within the State of Missouri and to all finns, corporations or individuals doing business as Missouri firms, corporations or individuals.
Such prefercnce shall be given when quality is equal or better and delivered price is the same or less.
In accordance with EXl"Cutive Order 98-21, contractors are cncouraged and may be requircd per the RFP to utilize certified minority and women-owned
businL'Sscs in selecting subcontractors.

8. EVALUATION/AWARD
a.

b.
c.

Any clerical error. apparent on its face. may be corrected by the buyer before contract award. Upon discovering an apparent clerical error, the buyer
shall contact the offeror and request clarification of the intended proposal. The correction shall be incorporated in the notice of award. Examples of
apparent clerical errors are: I) misplacement of a decimal point; and 2) obvious mistake in designation ofunil.
Any pricing information submitted by an offeror shall be subject to evaluation if deemed by the DPMM In be in the best interest of the Statc of Missouri.
The ol1eror is encouraged to propose price discounts for prompt payment or propose other price discounts that would benefit the State of Missouri.
However, unless othelwise specified in the RFP, pricing shall be evaluated at the maximum potentiallinancialliability to the State of Missouri.

-----------------------------------------------------

82Z05070

--------------

Page 45

d_

Awards shall he made to the offeror whose proposal (I) complies with all mandatory speciticatiolls and requirements of the RFP and (2) is the lowest
and best proposal. consideling plice, responsibility of the oll'crm, and all other evaluation criteria sped fled in the RFP and any subsequellt negotiations
and (3) complies with Sectiolls 34_0 I 0 and 34_070 RSMo and Executive Order 04-09_
c. In the event all oll'erors 1[li I to meet the same mandatOl), requirement in an RFP, DPMM reserves the light. at its sole discretion, to waive that
I'cquircmcnt liJr all offcrors and to proceed with the evaluation. In addition. the DPMM reserves the light to waive any minor irregularity or technicality
I{JUnd in any individual proposal.
f. The DPM M reserves the right to reject any and all proposals.
g, When evaluating a proposal, the State of Missouri reserves the right to consider relevant infonnation and facl. whether gained from a proposal, from a
offeror, fl'Om offeror's references. or from any other source.
h. Any infonnation submitted with the proposal, regardless of the /{lllllat or placcment (If such infonnation. may be considercd in making decisions related
to the responsiveness and merit of a proposal and the award of a cnntract.
i. Negotiations lIlay be conducll'd with those offcrors who submit potentially acceptable proposals. Proposal revisions may be pennilled I'm the purpose of
obtaining b<.'51 and final offers. In conducting negotiations, there shall be no disclosure of any infolllmlioll submillcd by competing offerors.
j. Any award ofa contract shall he made by notification from the DPMM to the successful offeror. The DPMM reservL'S the right to make awal'ds by item,
group of items, or an all or none basis. The gmuping of items awal'ded shall be dctennined by DPMM based upon factors such as itcm similarity,
location. administrative eflieieney, nr other considerations in the best interest of the State of MissOUli.
k. Pursuant to Sl"Ction 610.021 RSMo. proposals and related documents shall not be available for public review until after a contract is executed or all
proposals arc rejected.
I. The DPMM posts all proposal results on the On-linc Bidding website for a reasonable period after proposal award and maintains imagcs of all proposal
file material for review. Ofl'crofS who include an e-mail address wilh their proposal will be notified of the award results via e-mail.
m. The DPMM reserves the right to rl"quest clarification of any portion of the otferor's respnnse in order to verify the intent of the offeror. The offeror is
cautioned. however, that its response may be su~ject to acceptance or r~jection without further c1arification_
n. Any proposal award protest must be received within ten (10) calendar days after the date of award in accordance with the requirements of I CSR 401.050 (J 0).
o. The final detennination ofcontmct(s) award shall bc made by DPMM.

9. CONTRACT/PURCHASE ORDER
a.
b.
c.

d.

By submitting a proposal. the offeror agrees to fUlllish any and all equipment. supplies and/or services specified in the RFP. at the prices quoted,
pursuant to all requirements and specifications contained therein.
A binding contract shall consist or: (I) the RFP, amendments thereto. and/or BL'St and Final Offer (BAFO) requl'St(S) with RFP changes/additions, (2)
the contractor's proposal including the contractor's BAFO, and (3) DPM M's acceptance of the proposal by "notice of award" or by "purchase order."
A notice of award does not constitute an authorization for shipment of equipment or supplies or a dirL"Ctive to proceL-d with serviees_ BcliJfe providing
L"quipment, supplies and/or services, the contrdctor must receive a properly authorized purchase order unless the purchasc is cqual to or less than $3,000_
Purchases l"qual to or less than $3.000 may be processed with 11 purchase order at the discretion of the state agcncy.
The contrdcl expresses the complete agrecment of thc parties and perfonnance shall be governed solely by the specifications and requiremcnts contained
therein. Any change, whether by modification and/or supplementation, must be accomplished by a lill1nal contract amendment signed and approved by
ilnd between the duly authorized rL'Presentative of the contractor and the DPMM (II' by a modi tied purchase order prior to the effL'Ctive date of such
modification. The contractor expressly and explicitly understands lind agrees that no other method and/or no other document, including correspondence,
acts, lind oml communications by or from any person. shall be used 01' constroed as an amendment 01' modification.

10. INVOICING AND PAYMENT
a.
b.

c.
d.
e,

r

The State of Missouri does not pay state or fedcml taxes unless otherwise required under law or regulation.
The statewide financial management system has been designed to capture celtain fl"Ccipt and payment infOlmation. Fur each purchase order received. an
invoice must be submitted that references the purchase order number and must be itemized in uccmdance with items listed on the purchase ordcl'.
Failure to comply with this requirement may delay processing of invoices for payment.
The contl'llctor shall not trdnsfer any interest in the contract, whether by assignment or otherwise, without the prior wlitten consent of the DPMM.
Payment for all equipment, supplies, and/or services required herein shall be made in arrears unless othelwise indicatL'd in the RFP.
The State of Missouri assumes no obligation for equipment, supplies, and/or services shipped or provided in excess of the quantity ordcrt.'d. Any
unauthOlizL-d quantity is subjt."Ct to the state's rcjection and shall be retullled at the contractor's expense.
All invoices li)r equipment. supplies. and/or selvices purchased by the State of Missouri shall be SU~jL"Ct to late payment charges as provided in Section
34.055 RSMo.

11. DELIVERY
Time is of the essence. Delivelies of equipmL'tlt, supplies, and/or services must be made no latcl' than the time stated in the collll'llct m within a
reasonable period of time, if a specific time is not stlltL-d.

12. INSPECTION AND ACCEPTANCE
a.
b.

c.
d.

No equipment, supplies, and/or scrvices received by an agcncy of the state pursuant to a contract shall be deemed accepted until the agency has had
reasonable opportunity to inspect said equipment, supplies, and/or services.
All equipment, supplies, and/or services which do not comply with the specifications and/or requirements or which are otherwise unacceptable m
defective may be rejected. In addition. all equipmcnt. supplies. andlor services which arc discovered to be defective or which do not confOlm to any
warranty of the contractor upon inspection (or at any later time if the defects contained were not reasonably ascertainable upon the initial inspection)
may be rejected.
The State of Missouri reserves the right to return any such rejected shipmenl at the contractor's expense for full credit or replacement and to specify a
reasonable date by which replacements must be received.
The State of Missouri's right to rcject any unacccptable equipmcnt, supplies, andlor services shall not exclude any other legal, equitablc 01' contractual
remedies the state may have.

13. WARRANTY

Page 46

B2Z05070
a.

The contractor expressly wamlllts that all equipment. supplies. am1'ol' scrvices provided shall: (I) confillln to each and every specification. drawing.
sample or other description which was furnished to or adopted by the DPMM. (2) be lit and sufficient liJr the purposc expressed in the RFP. (3) be
merchantable. (4) bc of good materials and wmkmallship. and (5) be li'ce li'om defect.
b. Such wamlllty shall survive delivery and shall not be deemed waived either by rcason of the state's acceptance of or paymcnt for said cquipment.
supplics. andlor sClvices.

14. CONFLICT OF INTEREST
a.
b.

Officials and employees of the state agency, its goveming body. or any other public oflicials of the Statc of Missouri must comply with Scetions
I OS.452 and IOS.454 RSMo regarding conflict of interest.
The contractor hereby covenants that at the time (If the submission of the proposal the contractor has no other contractual relationships which would
create any actual or perceived conflict of interest. The contractor fUlther agrees that dUling the tenn of the contract neither the contractor nor any of its
.
cmployees shall acquire any other contractual relationships which create such a conllict.

15. REMEDIES AND RIGHTS
a.
b.

No provision in the contract shall he construed. expressly or implied. as a waiver by thc State of Missouli of any existing or future right and/or remedy
available by law in the event of ;my claim by the State of Missouri of the contractor's default or breach of contract.
The contmelor agrees and unden;tands that the contract shall constitute an assignment by thc contractor to Ihe State of Missouri of all rights. tide and
inter~'St in and to all causes of action that the contractor may have under the antitrust laws of the United SLates or the State of Missouri for which causes
of action have accrued or wilt accrue as the result of or in relation to the particular equipment, supplics. and/or services purchased or procured by the
contractor in the fulfillment of the contract with the State of MissoUli.

16. CANCELLATION OF CONTRACT
a.

b.
l'.

d.

In the event of material breach of thc contractual obligations by the contmctor, the DPMM may cancel the contract. At its sole discretion. the DPMM
may give th~ contractor an opp0l1unity to cure the bl'each or to explain how the breach will be cured. The actual cure must bc completed within no more
than 10 working days from notification, or at a minimum the contractor must provide DPMM within 10 working days from notification a written plan
detailing how tbc contractor intcnds to cure the breach.
If the contmctor fails to cure the breach or if circumstances demand immediate action. the DPMM will issue a notice of cancellation tenninating the
contract imml'l.liatcly.
If the DPMM cancels the contract fur breacb, the DPMM reserves the right to obtain the t.'quipment. supplk'S. and/or services to be provided pun;uant to
the contmet from other sourc~'S and upon such tenns and in such manncr as the DPMM deems appropriate and charge the contractor for any additional
costs incurred thcl·cby.
Thc contractor undcn;tands and agrees that funds required to fund the contract must be appropl1ated by the General Assembly of the State or Missouri
for each fiscal year included within the contract period. The contmct shall not be binding upon the state for any pcriod in which funds havc not been
appropriated. and thc state shall not be liable for any costs associatl'l.l with tennination caused by lack of appropriations.

17. COMMUNICATIONS AND NOTICES
Any notice to the contractor shall be deemed sullicient when deposit<.od in the United States mail postagc prepaid. tmnsmitlcd by facsimilc. tmnsmitted
hy e-mail or hand-carried and prcsented to an autbmizcd employee of the contractor.

18. BANKRUPTCY OR INSOLVENCY
a.
b.

Upon filing fiJr any bankruptcy m insolvency proceeding by or against the contractor, whether voluntary or involuntary. or upon the appointmcnt of a
receiver, trustee. or assignee for the benefit of crct.litOl"s. the contl"lletor must notify the DPM M immediately.
Upon learning of any sucb actions, tbe DPMM I'cscrves tbe right. at its sole discretion. to either cancel the contract or affinn the contract and hold the
contractor responsible for damag~'S.

19. INVENTIONS, PATENTS AND COPYRIGHTS
The contraetnr shall defend. prot~'Ct, and hold hannless the State of Missouri, its otlicen;. agents, and cmployees against all suits of law or in equity
resulting from patent and copyrigbt infringement cnnceming the contl"llctor's performance or products produced under the tenns of the contract.

20, NON-DISCRIMINATION AND AFFIRMATIVE ACTION
In eonnl'Ction with the furnishing of equipment. supplies. and/or scrvices under the contmet. the contmctor and all subcontracton; shall agrce not to
discriminate against recipicnts of sClvices or cmployees or applicants till" employment on the basis of racc. color, religioll. natiollal origin, sex. age.
disability. or vetcran status. If the contractor nr subcontractor emplllyS at least 50 persolls. they sball have and maintain an atlinnative action program
which shall includc:
u.
b.
c.
d.
e.

A written policy statement commitling the organization to affinnative action and assigning management responsibilities and procedures for evaluation
and dissemination;
The identification of a person dcsignated to handle aflinnative action;
The establishment of non-discriminatory selection standards, objcctive measurcs to unulyl.c rccruitment. iln upward mobility systcm, a wage and salmy
structure, and standards applicable to layoff, recall. discharge, demotion. and disciplinc;
The exclusion Ilf discrimination from all collective bargaining agreemcnts; and
Performance of an internal audit of the reporting system to monitor cxecution and to provide for future planning.
If discrimination by a contractor is found to exist. the DPMM shall takc appropriatc enforcement action which may includc. but not necessarily be
limited to. cancellation of thc cnntmct, suspension. or dcbannent by thc DPMM until cOI1'cctivc action hy the contractor is made and ensured. and
refernl to the Atloll1ey Gcneral's Office. whichever enforccmcnt actiollmay bc decmcd l110st appropliatc.

---------------- -- -- -- . _ - - - -

Page 47

B2Z05070
21. AMERICANS WITH DISABILITIES ACT

In connection with the furnishing of equipment, supplies, andlor services undcr the contract, the contractor amI all subcontractors shall comply with all
applicable requirements and provisions of the Americans with Disabilities Act (ADA).

22. FILING AND PAYMENT OF TAXES
The commissioner of administration and other agencies to which the state purchasing law applies shall not contract for goods or services with a vendor if
the vendor or an affiliate of the vendor makes sales at retail of tangible personal property or for the purpose of storage, use, or consumption in this state
but fails to collect and properly pay the tax as provided in chapter 144, RSMo. For the purposes of this section, "affiliate of the vcndor" shall mean any
person or cntity that is controlled by or is under common control with the vendor, whether through stock ownership or otherwise. Therefore offeror's
failure to maintain compliance with chapter 144, RSMo may eliminate their proposal from consideration for award.

23. TITLES
Titles of paragraphs used herein are for the purpose of facilitating reference only and shall not be construed to infer a contractual construction of
language.
Revised Ol/2lJOS

. .-

-----_._---

..

_._ .. _ - - - - -

Matt Blunt
Governor

State of Missouri
OFFICE OF ADMINISTRATION
Post Office Box 809
Jefferson City, Missouri 65102

Michael N. Keathley
Com ni issioner

(573) 751-2387 Fax: (573) 526-9815
TID: (800) 735-2966 Voice: (800) 735-2466
WNW.oa.mo.gov/purch/purch.htm

James Mlluski
Director
Division of Purchasing and
Materials Management

May 19,2006
Public Communications Services, Inc.
Attn: Mr. Tommie Joe
11859 Wilshire Blvd., Suite 600
Los·Angeles, CA 90025
RE: Contract Number C205070001, RFP B2Z05070
In accordance with RSMo Section 107.170, your contract with the State of Missouri requires a Surety Bond in
accordance with the following terms and conditions:
Amount:

$200,000.00

Date Due:

06-23-06

Contract Number:

C205070001

Contract Period:

05-19:06 through 05 -18-11

A Surety Bond issued by a surety company authorized to do business in the State of Missouri is due in this
office by the date specified above. The Surety Bond must specify the contract number and contract period. A
properly executed bond must be received by this office on or before the above date or the contract may be
canceled.
Please submit the bond to the attention of Libby Shivers, State of Missouri. Division of Purchasing and
Materials Management at 301 W High Street, Room 630, Jefferson City, MO 65101 or PO Box 809, Jefferson
City, MO 65102-0809.
Please contact me at (573) 751-3796 ifthere are any questions.
Sincerely,

~~

~~.Stobbart
Buyer

Matt Blunt
Governor

Michael N. Keathley
Commissioner

State of Missouri
OFFICE OF ADMINISTRATION
Division of Purchasing and Materials Management
301 West High Street, Room 630
Post Office Box 809
Jefferson City, Missouri 65102
(573) 751-2387 FAX: (573) 526-9815
rrD: 800-735-2966 Voice: 800-735-2466
http://www.oa.mo.gov/purch

James Miluski
Director

May 19,2006

Public Communications Services, Inc.
ATTN: Tommie Joe
11859 Wilshire Blvd., Suite 600
Los Angeles, CA 90025

RE: Contract Number C20507000 I, RFP B2Z05070
Your contract with the State of Missouri requires a Perfonnance Security Deposit in accordance with the
following terms and conditions:

Amount:

$200,000.00

Date Due:

06~23-06

Contract Number:

C205070001

Contract Period:

05-19-06 through 05-\8-2011

A Performance Security Deposit which meets the requirements stipulated in the contract is due in this
office by the date specified above. The Performance Security Deposit must specify the contract number
and the contract period. A properly executed security deposit must be received by this office on or before
the above date or the contract may be canceled and awarded to the next lowest and best offeror. Your
company would be responsible for the cost difference.
Return to attention of Libby Shivers, State of Missouri, Division of Purchasing and Materials
Management at 301 W High Street, Room 630, Jefferson City, MO 65101 or PO Box 809, Jefferson
City, MO 65102-0809.
Please contact me at (573) 751-3796 if there are any questions.
Sincerely,

Matt Blunt
Governor

Michael N. Keathley
Commissioner

State of Missouri
OFFICE OF ADMINISTRATION
Division of Purchasing and Materials Management
301 West High Street, Room 630
Post Oflice Box 809
Jetferson City, Missouri 65102
(573) 751-2387 FAX: (573) 526-9815
ITD: 800-735-2966 Voice: 800-735-2466
http://www.oa.mo.gov/purch

James Miluski
Director

May 19,2006

Puhlic Communications Services, Inc.
ArrN: Tommie Joe
I 1859 Wilshire Blvd., Suite 600
Los Angeles, CA 90025

Congratulations on receiving the award of the attached contract. The omcc uf Supplier and Worktllrce Diversity is responsible
for monitoring all contract payments to ensure C(lntractors meet contractual minority business enterprise (MBE) and women
business enterprise (WBE) participation commitments. The State of Missouri Sincerely apprcciatcs your commitment and efforts
to assist us in obtaining M BElWBE participation in our contracts.
To document compliance with your MBE/WBE commitment, the attached MBE and WBE Participation Report fonn is provided
for your use. The fom may also be downloaded from the Division of Purchasing and Materials Management's website at:
hlli):llwww.oa.mo.gov/Vufch/vcndorinfo/pal1icipate.pdf
Please cmail your reports to John.Stobbart(a;.oa.mo.gov or send your reports to the buyer's attentioll on a monthly basis, nu later
than the 151b of the month immediately following the reporting period, at the following address:
Attention: John Stobbart
Division of Purchasing & Materials Management
P.O. Box 809
Jefferson City, MO 65102
Or
Fax: (573) 526·9818
Your reports must detail all payments to MBEs and WBEs participating in this contract for the current reporting period. It is very
important for you to maintain records that document your payments to MBE/WBEs and to submit your reports in a timely and
complete manner. In conjunction with the Division of Purchasing and Materials Management, the Office of Supplier and
Workforce Diversity will monitor payments to MBEs/WBEs throughout the duration of your COli tract and may even conduct
pcrilldie compliance audits. Failure to submit the required report may result in disruption of payments due under the contract.
(fyou have any questions regarding this letter or other MBE/WBE participation issues, please feel free to contact me at 573-7518130 or by email atDonna.White@oa.mo.gov.

Sincerely,

Donna M. White
Director
Office of Supplier and Workforce Diversity

MBEIWBE Participation Report
Contractor's Name:

-------------------------------------------------------

Contractor's Address:

-----------------------------------------------------

State of Missouri Contract/Purchase Order Number:

~--------------------------------

Name and Title of Contractor's Authorized Representative: ___________________________
Signature of Authorize Representative: ___________________________________

Date: -------------

Fax OR Mail this report by the 15 th of each month to:

Fax # -

(573) 526-9818
Address - Div. of Purchasing & Materials Management
301 W. High Street, Room 630
PO Box 809
Jefferson City, MO 65102

NameofMBE

Amount Paid for
(Month)

U
Rose International

NameofWBE

U

Amount Paid for
(Month)